HomeMy WebLinkAboutContract 61299-PM1qRT WORT
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
CSC No. 61299-PM1
Kedplasma Plasmapheresis Center
IPRC Record No. 23-0103
City Project No. 104997
FID No. 30114-0200431-104997-EO7685
File No. W-2946
X File No. 27973
Mattie Parker
Mayor
David Cooke
City Manager
Prepared for
The City of Fort Worth
Stough Development, INC
1128 Main Street
Cincinnati, Ohio 45202
513-842-1821
Britt, Peters and Associates, INC
101 Falls Park Dr.,
Suite 601
Greenville, SC 29601
864-271-8869
8/29/23
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 5
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions
0011 13 kwit ie t Bidders
,metiors t
Last Revised
03/20/2020
0021 13
00 41 00
00 42 43
0043 3
Inst Bidders
Bid Fe
Proposal Form Unit Price
Bid Bon
03/20/2020
0402,12014
05/22/2019
0402,12014
Prequalification Statement
09/01/2015
0045 12
nno0 45 13
Bidder- v -o,,, alifiea4iEK kWivat J14
02 i09112vzv
00 45 26
Contractor Compliance with Workers' Compensation Law
Enterprise
04/02/2014
nQi
00 45-40
00 52 43
Minerity Business Goal
Agreement
a
06/16/2016
00 61 25
Certificate of Insurance
07/01/2011
00 62 13
Performance Bond
01/31/2012
00 62 14
Payment Bond
01/31/2012
00 62 19
Maintenance Bond
01/31/2012
0073 10
Standard City Conditions of the Construction Contract for Developer
01/10/2013
Awarded Projects
Division 01- General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 25 00
Substitution Procedures
08/30/2013
01 31 19
nib
Preconstruction Meeting
08/30/2013
01 32 33
Pr-ejeet Meetings
Preconstruction Video
07in n
08/30/2013
013300
Submittals
08/30/2013
01 35 13
Special Project Procedures
08/30/2013
01 45 23
Testing and Inspection Services
03/20/2020
01 50 00
Temporary Facilities and Controls
07/01/2011
01 5526
Street Use Permit and Modifications to Traffic Control
07/01/2011
0157 13
Storm Water Pollution Prevention Plan
07/01/2011
01 60 00
Product Requirements
03/20/2020
01 66 00
Product Storage and Handling Requirements
04/07/2014
01 70 00
Mobilization and Remobilization
04/07/2014
01 71 23
Construction Staking
04/07/2014
01 74 23
Cleaning
04/07/2014
01 77 19
Closeout Requirements
04/07/2014
01 78 23
Operation and Maintenance Data
04/07/2014
01 78 39
Project Record Documents
04/07/2014
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 104997
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 5
Division 02 - Existing Conditions
0241 13 Selective Site Demolition
102 11 11
1 02 41 15 Paving Removal
Division 03 - Concrete
03-30-00 tact In I1ase Conefetr
Division 26 - Electrical
26 05 00
Common Work Results for Electrical
2605 10
Demolition for Electrical Systems
26 05 33
Raceways and Boxes for Electrical Systems
26 05 43
Underground Ducts and Raceways for Electrical Systems
26 05 50
Communications Multi -Duct Conduit
Division 31- Earthwork
31 1000
Site Clearing
31�o
T,L\.-Ywaffea >rxe ,,a .�
31 23 23
3124 00
Umbm1n-.Qnt7
31 25 00
21� � 00
21�0
Erosion and Sediment Control
Gabiens
Division 32 - Exterior Improvements
3201 17
Permanent Asphalt Paving Repair
27�Qo
Temper-ar-y 1ar1\a1t Pcrring Repai
32 01 29
Concrete Paving Repair
32 1123
Flexible Base Courses
32 1129
Lime Treated Base Courses
32 1133
Cement Treated Base Courses
32 11 3,z
Liquid Treated coil ft�Y�ili er
32 12 16
2'l�3
Asphalt Paving
A s,.ha4 -aek Qo.,la is
32 13 13
Pa-y ng C
Concrete Paving
32 1320
Concrete Sidewalks, Driveways and Barrier Free Ramps
32 1373
Concrete Paving Joint Sealants
32 14 116
;1rA1 T T%it Paving
32 1613
Concrete Curb and Gutters and Valley Gutters
32 1723
Pavement Markings
32 1725
Curb Address Painting
a' 3' 12
27�0
(''L,ai Fences and Gates
W -e Fences and Gates
Z'l�9
�'3z1 3
Wood 1r'enees and Ga. es
East in PL-,zo 'Cexc-reto R<x6ning Walls
Last Revised
12/20/2012
12�1_2
02/02/2016
11/22/2013
12/20/2012
12/20/2012
07/01/2011
02/26/2016
12/20/2012
01428,12013
01428,12013
01i 3
12/20/2012
1��L'�tz
117L2 /�z
12/20/2012
12/20/2012
12/20/2012
12/20/2012
12/20/2012
12/20/2012
12/20/2012
06/05/2018
12/20/2012
10/05/2016
11 /22/2013
11/04/2013
11 /z
1 'l1 Piz
1 'l Pizr201QW 2
06/n a
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 104997
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 5
and Flnizhin^ of Parkways
12420,12012
3292 13
Hydro -Mulching, Seeding, and Sodding
12/20/2012
32 93 43
Trees and Shrubs
12/20/2012
Division 33 -
Utilities
33 01 30
Sewer and Manhole Testing
/' r; t
12/20/2012
3301-31
3303 to
Television (CCTV) i speetio
ese,1
-eu
%paw Nmp;ng of'E* stifig Sewer Syste
03i031/20i6
112/2�1
22�no
miff Bending �an Flo i�al IOolati�
12/2n/2n12
��
22 04 11
n 1 Test St., efts
En'�7lll'1 "G�1tNL� �
12/2n/2n12
r�-avravzz
33 04 12
22�0
22�0
Mogrx)zium Anode C t>,, die Weteetio Syste ffl
To,,,,.,.,-ary Water Serve
A
1 2/2�012
0:7i0i
/no�1
33 04 50
3305 10
. Sept. nce Testing of Water Mains
Cleaning g and
Cleaning of Sewer- Mains
Utility Trench Excavation, Embedment, and Backfill
02
12420420�2
12/12/2016
3305 12
Wato Lm-.\3 L/J72fing
12 2 i
33 05 13
Frame, Cover and Grade Rings - Cast Iron
01/22/2016
3305 13.10
33 05 4
22�ro
Frame, Cover and Grade Rings - Composite
Adjusting sting M � ll
inlets, Val�,e�tndh Other- to
01/22/2016
12 /2rtrsvriviz
12i2� � 12
iees,
Grade
C re -ete Water- Vat lts-
330520 20
330521
22�2
%Iiiiia LJTvr P W&
Stool !''.,sing pope
12/2zzrzvr20i2
1212/220/20z12
12/2� n/�z
33 05 23
33 $524
22�o
22�0
Hand T„rroling
IIitaIlati^~ -.,.- Pipo in Casio,- or Tumiol Plate
Utility Markers/r .,e to -s
T ..e ti.,n of Existing util;
12�QO/2012
0�11vrn�?3
12 0/2
1 2 0/20z1z
22 11 05
�-rr-v�
22 i i 10
22 11 1
Belts, TI„ s .,n Gaskets
, ,
Ductile l-o Pipee
if -on Ductile i-Fittings
QQ0,12n12 I
rt,-=-vr=vzz
12/2 z
12/2 z
11 12
Polyvinyl Chloride (PVC) Pressu -e Pipe
1 1 /16/201 4
11 13
Goner-ete P oazzm Piro, Bar- nxf ppoar Stool Cylinder- Type
12/2�Q
22 11 11
T2ufie.1 Stool -Pip and Fittings
12/2�n/2012
33 12 10
Water Services 1-inch to 2-inch
02/14/2017
22 12 1 1
Large Water- Metef:s
1 2/2 z
22�0
3i3 1221
Resilient Seated !`_.,te Valve
nix AL Rubber- Seated BtAto.fly V.,ly
12 0/20z1z
12/2�1
33 1225
Connection to Existing Water Mains
02/06/2013
22�0
22�0
rouNmfia Air- V,ye n :.liNigo t1�z13i' Wa. er- S„ste .
v
Fire H-y
12/2�1
n1 /no 2�T
33 12 50
C �
watcr ga elo D"atloxzn
12/2 z
22 1260
�
t Blow eff Valve n sso...r !
�r.�ndard
06 n/2n1 2
�n
22 21 11
Cur-ed if Dlaee Pipe (CIPP)
12/N 20z12
22 21 12
Fiber -glass Reif fef:ee.I Pipe fn.-!`_.m-ity Fanit&i�r;-SeYiefLLsr,,,��____��,,��,,..
12/2 z
✓✓ ✓ 15
HighDefis;k. Polyethylene (HDPE) Pipe for ftmi uy-Sewff
12/2�n/2012
33 31 20
Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
06/19/2013
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 104997
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 5
3- P. 22
SanitarySe c V.ip Lining
QQOA2012
3- P. 23
Sanitary Se , ipo Enlarbamei}t
12i�, 012
33 31 50
Sanitary Sewer Service Connections and Service Line
04/26/2013
33 31 70
EG-`F bmat✓.a n:,- Valve for- C`a-nita-y Sewer- Fo -ee Mains
, 7�7r Q0/20i2
3339 10
Cast -in -Place Concrete Manholes
12/20/2012
33 39 20
22�
Precast Concrete Manholes
Fiber -glass Manholes
12/20/2012
i2,9r�901120Q
33 3940
11�v0
Wastewater- Aeeess s rt..,mbe f (na(n r)
Epe" Line e F, anift- rye ewe, etf e+,,,-es
, � i�-,
12 i�i2
3341 10
Reinforced Concrete Storm Sewer Pipe/Culverts
07/01/2011
3341 11
High Density Polyethylene (HDPE) Pipe for Storm Drain
12/20/2012
33 1 y 1 ?
D ein f ,-ee.7 Pelyethlene l (ffTE) Dire
1
114342015
3�-46 00
c7.:. d1 1F`�..'�'�
1 7 /7zzrzv/iviz
33 n6 n1
�-�v-vT
Slet4e,l St Dra;m,,
mvccccrvsL�"2ig
Win
33 4602
Tf f37I1 Dmirx)
0 OWOW
33 49 10
Cast -in -Place Manholes and Junction Boxes
12/20/2012
33 49 20
Curb and Drop Inlets
12/20/2012
22�0
+ 1 .1 Ali lls
i�l�"ii �lA�1L�C1IT%�L7/.Tx'��
07,101 /201 1
m-rvTrLvzT
Division 34
- Transportation
34 -4z- 10
Tmffio ✓l xq s
1 n/ 1 1/20 i s
3 n n�001
Att"a lwnont A r, atr-all of r.,bi e+
1 � 11�1-5
3n ^�02
B re, tfolle- Spee:f:ea4
02,12012
2n n�v2
?/1 11 11
A#aehmentC--Software SpeeiflC-atieff
Tempe -ar-y T -affie Signals
01,12012
, 1 in, 013
24413
Remo-(ing TIucSignals
12i20/2012
3 ^�-4-1 15
R-e�ukar 11a i d Fl &And
, , �'�t3
3441 16
Pedestrian Hybrid Signal
11/22/2013
'2 n�oReadw
Ilklumi+' A s s em4e-
QOA2012
34 4120.01
l r r
f��:1�'� �� ��}' �1aIT�1'i�'Y�V 0
06/15/2n1 c
own
3n n�o2
Ffee,. ay LED ne.,dw ., r.I.t'r\a,&N-a
06/1�n
34 n�o2
+' r r ,
Resf�londral ,�� P 3�zJ �la�'F1�Ei19S
0645Q01c
��
34 41 30
2/�0
Alu1 S1ltlll s c/.ga-s
(-'.,ble
iW2,QW3
M/7vrQ6,QO!6
3471 13
Single Mode Fiber- Opt:e
Traffic Control
11/22/2013
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 104997
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Appendix
Page 5 of 5
CG4.01
Wailab lib,-ef-L�
CG4.02
Fmbo Irfae"nd Phy
FG-4.✓I
Undo gro;Ixa Faeilities
GG 4.06
&--ardou0 Condition .,t Site
GG 6.07
Wag2R--,2S
`
T TU44i yes
FEE.21
N&adiseciminatian
GR-01 60 00 Product Requirements
TPW Standard Product List
END OF SECTION
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 104997
Revised March 20, 2020
UNIT PRICE BID
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
�Bidlist Item
Description
No.
1
0241.0100 Remove Sidewalk
2
0241.1100 Remove Asphalt Pvmt
3
0241.1300 Remove Conc Curb&Gutter
4
3213.0101 6" Conc Pvmt
5
0241.1506 2" Surface Milling
6
Replace Sidewalk
7
Replace Conc Curb & Gutter
8
Replace Asphalt Paving
00 42 43
DAP- RID PROPOSAI.
Page 4 of 6
Bidder's Application
Bidder's Proposal
Specification Section
Unit of
Bid
Unit Price
Bid Value
No.
Measure
Quantity
UNIT IV: PAVING IMPROVEMENTS
0241 13
SF
145
$5.90
$855.501
024115
SF
2710
$6.80
$18,428.001
0241 15
LF
26
$5.90
$153.401
321313
SF
570
$11.80
$6,726.001
024115
SF
4237
$14.40
$61,012.801
9999.0001
SF
145
$5.90
$855.501
9999.0002
LF
26
$5.90
$153.401
9999.0003
SF
2710
$6.80
$18,428.001
TOTAL UNIT IV: PAVING IMPROVEMENTS $106,612.601
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019
FINAL DOCS 00 42 43_Proposal Form Unit Price - COLT rl
UNIT PRICE BID
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Bid Summary
UNIT I: WATER IMPROVEMENTS
UNIT II: SANITARY SEWER IMPROVEMENTS
UNIT III: DRAINAGE IMPROVEMENTS
UNIT IV: PAVING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
This Bid is submitted by the entity named below:
BIDDER:
COLT Concrete & Asphalt
Contractor agrees to complete WORK for FINAL ACCEPTANCE within
CONTRACT commences to run as provided in the General Conditions.
00 42 43
DAP- RID PROPOSAI.
Page 6 of 6
Bidder's Application
Total Construction Bid
BY: Justin Towell
-` ustin Jowe11
TITLE: Senior Business Developer
DATE: 1 / 10/2024
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019
1
$106,612.601
$106,612.601
21 Days working days after the date when the
FINAL DOCS 00 42 43_Proposal Form Unit Price - COLT rl
UNIT PRICE BID
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
00 42 43
DAP - BID PROPOSAL
Page 5 of 6
Bidder's Application
Bidder's Proposal
Bidlist Item Specification Section Unit of Bid
Description Unit Price
No. No. Measure Quantity
UNIT V: STREET LIGHTING IMPROVEMENTS
1 3441.3338 Furnish/Install 30' Wood Light Pole 3441 20 EA 1 $7,505.75
Luminaire: ATBO P101 MVOLT R2 3K MP NILP7
2 AO RFD325607 EA 1 $3,680.00
TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Forth Version May 22, 2019
Bid Value
$7,505.75
$3,680.00
$11,185.75
00 42 43_Proposal Forth Unit Price - SITE LIGHTING 12.18
UNIT PRICE BID
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Bid Summary
UNIT I: WATER IMPROVEMENTS
UNIT II: SANITARY SEWER IMPROVEMENTS
UNIT III: DRAINAGE IMPROVEMENTS
UNIT IV: PAVING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
This Bid is submitted by the entity named below:
BIDDER:
Bean Electrical LLC
00 42 43
DAP - DID PROPOSAL
Page 6 of 6
Bidder's Application
Total Construction Bid
BY: e Aw--2
$11,185.75
$11,185.75
TITLE: VP Sh West Region
DATE:
Contractor agrees to complete WORK for FINAL ACCEPTANCE within 21 days working days after the date when the
CONTRACT commences to run as provided in the General Conditions.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 00 42 43_Proposal Form Unit Price - SITE LIGHTING
UNIT PRICE BID
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
00 42 43
DAP - BID PROPOSAL
Pagel of6
Bidder's Application
Bidlist Item
Specification Section
Unit of
Bid
No.
Description
I No. I
Measure
I Quantity
UNIT I: WATER IMPROVEMENTS
1
13312.0117 Connection to Existing 4"-12" Water Main
33 12 25
EA
2
2
13312.2003 1" Water Service
33 12 10
EA
2
6" PVC Water Pipe, Select Backfill: Rock is
3
�3311.0163
to be 3/8" or a/4" on both. Sand will be cushion or
screened sand. Rock to half/Sand to 6" over T.O.P
3311 12
LF
30
4
13305.0109 Trench Safety
33 05 10
LF
350
8" Water Pipe, Select Backfill: Rock is to be
5
�3311.0243
3/8" or on both. Sand will be cushion or screened
sand. Rock to half/Sand to 6" over T.O.P
33 11 10, 33 11 12
LF
292
6
13312.3003 8" Gate Valve
33 12 20
EA
2
7
10241.1118 4"-12" Pressure Plug
0241 14
EA
1
8
19999.0000 Water Line Grouting
LF
241
9
19999.0000 8" Water Line Lowering
EA
4
10
19999.0000 Road Plates
EA
17
TOTAL UNIT I: WATER IMPROVEMENTS
Bidder's Proposal
Unit Price I Bid Value
$2,135.00 $4,270.00
$2,317.00 $4,634.00
$70.00 $2,100.00
$1.00 $350.00
$129.57 $37,834.44
$2,594.00
$5,188.00
$500.00
$500.00
$27.00
$6,507.00
$6,864.00
$27,456.00
$989.00
$16,813.00
$105,652.44
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 REV - 01.31.24 - 00 42 43_Proposal Form Unit Price - WET_
UNIT PRICE BID
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
00 42 43
DAP - BID PROPOSAL
Page 2 of 6
Bidder's Application
Bidder's Proposal
Bidlist Item
Description
I Specification Section I
Unit of
I Bid
Unit Price
Bid Value
No.
No.
Measure
Quantity
UNIT II: SANITARY SEWER IMPROVEMENTS
1
3331.4115 8" Sewer Pipe
33 11 10, 33 31 12,
LF
50
33 31 20
$64.90
$3,245.00
2
13339.1001 4' Manhole
33 39 10, 33 39 20
EA
1
$12,953.00
$12,953.001
3
13305.0109 Trench Safety
33 05 10
LF
50
$1.00
$50.00
4
13301.0101 Manhole Vacuum Testinq
3301 30
EA
1
$350.00
$350.00
5
13301.0002 Post -CCTV Inspection
3301 31
LF
50
$3.00
$150.00
6
13292.0101 Utility Service Surface Restoration Soddinq
32 92 13
SY
60
$25.00
$1,500.00
7
13305.0112 Concrete Collar for Manhole
33 05 17
EA
1
$4,065.00
$4,065.00
TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS
$22,313.001
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 REV - 01.31.24 - 00 42 43_Proposal Form Unit Price - WET_
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
00 42 43
DAP - BID PROPOSAL
Page 3 of 6
Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item Specification Section Unit of Bid
Description Unit Price Bid Value
No. No. Measure Quantity
UNIT III: DRAINAGE IMPROVEMENTS
1 Connection to public manhole EA 1 $2,818.00 $2,818.00
TOTAL UNIT III: DRAINAGE IMPROVEMENTS $2,818.001
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Tom Version May 22, 2019 REV - 01.31.24 - 00 42 43_Proposal Fenn Unit Price - WET_
UNIT PRICE BID
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Bid Summary
UNIT I: WATER IMPROVEMENTS
UNIT II: SANITARY SEWER IMPROVEMENTS
UNIT III: DRAINAGE IMPROVEMENTS
UNIT IV: PAVING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
This Bid is submitted by the entity named below:
00 42 43
DAP - BID PROPOSAL
Page 6 of 6
Bidder's Application
Total Construction Bid
$105,652.44 1
$22,313.00 1
$2,818.00 1
1
$130,783.44 1
BIDDER: BY:
Calvo Construction Inc.
TITLE: PTeSi ent
DATE: 1/31/2024
Contractor agrees to complete WORK for FINAL ACCEPTANCE within 21 days worldng days after the date when the
CONTRACT commences to run as provided in the General Conditions.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 REV - 01.31.24 - 00 42 43_Proposal Form Unit Price - WET_
0045 12- 1
PREQUALIFICATION STATEMENT
Page 1 of 1
1 SECTION 00 45 12
2 PREQUALIFICATION STATEMENT
3 Each Bidder for a City procurement is required to complete the information below by
4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the
5 major work type(s) listed.
6
Major Work Type Contractor/Subcontractor Company Prequalification
Name Expiration Date
Asphalt Pavement CC Zamora Construction, Inc April 19, 2026
Construction/Reconstruction
-<15,000 SY
7
8
9 The undersigned hereby certifies that the contractors and/or subcontractors described in
10 the table above are currently prequalified for the work types listed.
11
12 BIDDER:
13 CC Zamora Construction, Inc Brandon Peters
14 By:
15 Company (Please Print)
16
17 3815 Austin Ln
18 Signature:
19 Address
20
21 Fort Worth, Tx 76111 CEO
22 Title:
23 City/State/Zip (Please Print)
24
25 12/3/2024
26 Date:
27
28 END OF SECTION
29
CITY OF FORT WORTH KED PLASMA
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104997
Revised September 30, 2021
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
►4,
26
27
28
0045 12-1
PREQUALIFICATION STATEMENT
Page 1 of 2
SECTION 00 45 12
PREQUALIFICATION STATEMENT
Each Bidder for a City procurement is required to complete the information below by
identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the
major work type(s) listed. In the "Major Work Tvpe" box provide the complete maior work
tune and actual description as provided by the Water Department for water and sewer and
TPW for pavine.
Major Work Contractor/Subcontractor Company Name Prequalification
Type Expiration Date
TPW Bean Electrical LLC March 8,2025
Construction
The undersigned hereby certifies that the contractors and/or subcontractors described in
the table above are currently prequalified for the work types listed.
BIDDER:
Bean Electrical LLC
Company
821 E. Enon Avenue
Address
Fort Worth/ TX/ 76140
City/State/Zip
Signature:
Title:
Date:
END OF SECTION
Roves. Bean II
1?lea Print)
VP SW Region
(Please Print)
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 30, 2021
Kedplasma Plasmapheresis Center
104997 IPRC23-0103
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
M,
26
27
28
29
0045 12-1
PREQUALIFICATION STATEMENT
Page 1 of 1
SECTION 00 45 12
PREQUALIFICATION STATEMENT
Each Bidder for a City procurement is required to complete the information below by
identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the
major work type(s) listed. In the "Maior Work Tvpe" box provide the complete maior work
tune and actual description as provided by the Water Department for water and sewer and
TPW for paving.
Major Work Prequalification
Type Contractor/Subcontractor Company Name Expiration Date
Water and Calvo Construction Inc. 10/31/25
Sewer
Construction
TPW Calvo Construction Inc. 10/31/25
Construction
The undersigned hereby certifies that the contractors and/or subcontractors described in
the table above are currently prequalified for the work types listed.
BIDDER:
Calvo Construction Inc
Company
_621 N Main Street, suite 200
Address
Grapevine, TX 76051
City/State/Zip
By: Juan Calvo
(Please Print)
Signature:
Title: President
(Please Print)
Date: 8/12/24
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 30, 2021
Kedplasma Plasmapheresis Center
104997 IPRC23-0103
2
3
4
5
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
004526- 1
CONTRACTOR COMPLIANCE WITH WORKER'S COM ENSATION LAW
Page 1 of l
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION .-AW
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. 104997 IPRC23-0103. Contractor further certifies that, pursuant to Tex Labor
Code, Section 406.096(b), as amended, it will provide to City its subcontractor's ce ificates of
compliance with worker's compensation coverage.
CONTRACTOR:
Calvo Construction Inc
Company
621 N Main Street. Suite 200
Address
Granevine, TX 76051
City/State/Zip
THE STATE OF TEXAS §
COUNTY OF TARRANT §
By: Juan Calvo
(Please Print)
Signature:
Title: President
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
Juan Calvo , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she execute the same as
the act and deed of Calvo Construction Inc for the purposes an
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 51h day of
June ,2024.
Notary Public in and for the Si ate of Texas
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
��`"irIo"�OANIEL L. WHIDDON
. 14 ,
_=r = Not ry Public, State of Texas
%N�•••P� Co m. Expires 12-13-2026
Notary ID 134102736
I ,
Kedp wma Plasmapheresis Center
104997 IPRC23-0103
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
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
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. 104997 IPRC23-0103. 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:
Bean Electrical LLC
Company
821 E. Enon Avenue
Address
Fort Worth/ TX/ 76140
City/State/Zip
THE STATE OF TEXAS §
COUNTY OFTARRANT §
Roy E. Bean II
By:
le rint)
Signature:
VP SW Region
Title:
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
Rov E. Bean II , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of Bean Electrical LLC for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND ANQ SEAL OF OFFICE this day of
-Ntm� , 20Z�
Mary Public in! ntl�-fa -tile-.Stag of Texas
END OF SECTION
A\
O
2 C�
Carlos Veloz Salas =
U1 Exp.1019/2027 COzz
' Ill No.134597239 Q\
OFV �
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Kedplasma Plasmapheresis Center
104997 IPRC23-0103
2
3
4
5
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
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page I of 1
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. 104997 IPRC23-0103. 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:
Colt Concrete & Asphalt. LLC
Company
_11327 Kline Dr
Address
Dallas. TX 75229
City/State/Zip
THE STATE OF TEXAS §
COUNTY OF TARRANT §
By: David Reeder Jr_
a-P rint
Signature:
Title: _President
(Please Print)
BEFORE ME, the u"nde�jsigned authority, on this day personally appeared
0&hP d I ,f�- , known to me to be the person whose name is
subscribed to the foregoin Instrument and acknowled ed to me that he/she executed the same as
the act and deed of � j2t.e� Jc: for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of
T' u'AP , 20A'
%pt11111111fll
YP. . �'� Notary Public in and for the State of Texas
•Q�9�OF END OF SECTION
JW
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I, 2011
Kedplasma Plasmapheresis Center
104997 IPRC23-0103
00 52 43 - 1
Agreement
Page 1 of 4
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on 6/10/2024 , is made by and between the Four Roses
Private Select, LLC, authorized to do business in Texas ("Developer"), and
Bean Electrical LLC , authorized to do
business in Texas, acting by and through its duly authorized representative, ("Contractor"). Four
Roses Private Select, LLC and Contractor may jointly be referred to as Parties.
Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
Kedi)lasma Plasmapheresis Center
104997 IPRC23-0103
Article 3. CONTRACT TIME
3.1 Time is of the essence.
All time limits for Milestone, if any, and Final Acceptance as stated in the Contract
Documents are of the essence to this Contract.
3.2 Final Acceptance,
The Work shall be complete for Final Acceptance within 21 days after the date when the
Contract Time commences to run, as provided in Paragraph 12.02 of the Standard City
Conditions of the Construction Contract for Developer Awarded Projects.
3.3 Liquidated Damages
Contractor recognizes that time is of the essence of this Agreement and that Developer will
suffer financial loss if the Work is not completed within the time(s) specified in Paragraph
3.2 above, plus any extensions thereof in accordance with Article 10 of the Standard City
Condition of the Construction Contract for Developer Awarded Projects. The Contractor
also recognizes the delays, expense and difficulties involved in proving in a legal
proceeding, the actual loss suffered by the Developer if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay Developer zero Dollars
($0.00) for each day that expires after the time specified in Paragraph 3.2 for Final
Acceptance until the City issues the Final Letter of Acceptance.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997 IPRC23-0103
Revised December 8, 2023
00 52 43 - 2
Agreement
Page 2 of 4
Article 4. CONTRACT PRICE
Developer agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amount, in current funds, of Eleven thousand one hundred eighty five Dollars
and seventy five cents ( $11,185.75 ).
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Prequalification Statement
3) State and Federal documents (project specific)
b. Insurance Certification Form (ACORD or equivalent)
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 (If required)
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 Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997 IPRC23-0103
Revised December 8, 2023
005243-3
Agreement
Page 3 of
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is specifically intended to operate
and be effective even if it is alleged or proven that all or some of the damages being
sought were caused, in whole or in part, by anv act, omission or negligence of the citv.
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.
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification provision
is specifically intended to operate and be effective even if it is alleged or proven that all
or some of the damages being sought were caused, in whole or in part, by anv act,
omission or negligence of the citv.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the Standard City Conditions
of the Construction Contract for Developer Awarded Projects.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the Developer.
7.3 Successors and Assigns.
Developer and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon DEVELOPER and
CONTRACTOR.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract
Texas. Venue shall be Tarrant County, Texas,
Northern District of Texas, Fort Worth Division.
Documents is performable in the State of
or the United States District Court for the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
Kedplasma Plasmapheresis Center
104997 IPRC23-0103
005243-4
Agreement
Page 4 of 4
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective
as of the date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contractor:
Bean ElectOcal LLC
(Signature)
Roy E. Bean II
(Printed Name)
Title: VP SW Region
Company Name: Bean Electrical LLC
Address: 821 E. Enon Avenue
City/State/Zip: Fort Worth/ TX/ 76140
0I m0 IiAA
Date
Developer:
Four Roses Private Select, LLC
_--- By:
(Signature)
Scott Stough
(Printed Name)
Title: CEO
Company Name:
Address: 1128 Main Street, Suite 200
City/State/Zip
Date
9/18/2024
Cincinnati, OH 45202
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997 IPRC23-0103
Revised December 8, 2023
00 52 43 - 1
Agreement
Pagel of 4
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on 8/12/24, is made by and between the Four Roses Private
Select, LLC, authorized to do business in Texas ("Developer"), and Calvo Construction Inc,
authorized to do business in Texas, acting by and through its duly authorized representative,
("Contractor"). Four Roses Private Select, LLC and Contractor may jointly be referred to as Parties.
Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
Kedplasma Plasmapheresis Center
104997 IPRC23-0103
Article 3. CONTRACT TIME
3.1 Time is of the essence.
All time limits for Milestone, if any, and Final Acceptance as stated in the Contract
Documents are of the essence to this Contract.
3.2 Final Acceptance.
The Work shall be complete for Final Acceptance within 21 days after the date when the
Contract Time commences to run, as provided in Paragraph 12.02 of the Standard City
Conditions of the Construction Contract for Developer Awarded Projects.
3.3 Liquidated Damages
Contractor recognizes that time is of the essence of this Agreement and that Developer will
suffer financial loss if the Work is not completed within the time(s) specified in Paragraph
3.2 above, plus any extensions thereof in accordance with Article 10 of the Standard City
Condition of the Construction Contract for Developer Awarded Projects. The Contractor
also recognizes the delays, expense and difficulties involved in proving in a legal
proceeding, the actual loss suffered by the Developer if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay Developer zero Dollars
($0.00) for each day that expires after the time specified in Paragraph 3.2 for Final
Acceptance until the City issues the Final Letter of Acceptance.
Article 4. CONTRACT PRICE
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997 IPRC23-0103
Revised December 8, 2023
005243-2
Agreement
Page 2 of 4
Developer agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amount, in current funds, of One hundred and thirty thousand, seven
hundred and eighty three Dollars and forty four cents ($130,783.44).
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Prequalification Statement
3) State and Federal documents (project specific)
b. Insurance Certification Form (ACORD or equivalent)
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 (If required)
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 Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997 IPRC23-0103
Revised December 8, 2023
005243-3
Agreement
Page 3 of 4
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is specifically intended to operate
and be effective even if it is alleged or proven that all or some of the damaLFes being
sought were caused, in whole or in part. by anv act, omission or negligence of the citv.
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.
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification provision
is specifically intended to operate and be effective even if it is alleged or proven that all
or some of the damages being sought were caused. in whole or in part, by anv act.
omission or negligence of the citv.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the Standard City Conditions
of the Construction Contract for Developer Awarded Projects.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the Developer.
7.3 Successors and Assigns.
Developer and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon DEVELOPER and
CONTRACTOR.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997 IPRC23-0103
Revised December 8, 2023
005243-4
Agreement
Page 4 of 4
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective
as of the date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contractor:
Calvo Construction Inc
By:
j a
Juan Calvo
(Printed Name)
Title: President
Company Name:
Address:
621 N Main Street. Suite 200
City/State/Zip: Grapevine, TX 76051
8/1 2,122.4
Date
Developer:
Four Roses Private Select, LLC
By: j -
(Signature
Scott Stough
(Printed Name)
Title: CEO
Company Name:
Address: 1128 Main Street, Suite 200
City/State/Zip: Cincinnati, OH 45202
9/18/2024
Date
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997 IPRC23-0103
Revised December 8, 2023
00 52 43 - 1
Agreement
Paget of 4
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on 6/11/2024, is made by and between the Four Roses Private
Select, LLC, authorized to do business in Texas ("Developer"), and Colt Concrete & Asphalt, LLC,
authorized to do business in Texas, acting by and through its duly authorized representative,
("Contractor"). Four Roses Private Select, LLC and Contractor may jointly be referred to as Parties.
Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
Kedplasma Plasmapheresis Center
104997 IPRC23-0103
Article 3. CONTRACT TIME
3.1 Time is of the essence.
All time limits for Milestone, if any, and Final Acceptance as stated in the Contract
Documents are of the essence to this Contract.
3.2 Final Acceptance.
The Work shall be complete for Final Acceptance within 21 days after the date when the
Contract Time commences to run, as provided in Paragraph 12.02 of the Standard City
Conditions of the Construction Contract for Developer Awarded Projects.
3.3 Liquidated Damages
Contractor recognizes that time is of the essence of this Agreement and that Developer will
suffer financial loss if the Work is not completed within the time(s) specified in Paragraph
3.2 above, plus any extensions thereof in accordance with Article 10 of the Standard City
Condition of the Construction Contract for Developer Awarded Projects. The Contractor
also recognizes the delays, expense and difficulties involved in proving in a legal
proceeding, the actual loss suffered by the Developer if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay Developer zero Dollars
($0.00) for each day that expires after the time specified in Paragraph 3.2 for Final
Acceptance until the City issues the Final Letter of Acceptance.
Article 4. CONTRACT PRICE
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997 IPRC23-0103
Revised December 8, 2023
00 52 43 - 2
Agreement
Page 2 of 4
Developer agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amount, in current funds, of one hundred six thousand six hundred twelve dollars
and sixty cents ($106,612.60).
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Prequalification Statement
3) State and Federal documents (project specific)
b. Insurance Certification Form (ACORD or equivalent)
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 (If required)
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 Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997 IPRC23-0103
Revised December 8, 2023
00 52 43 - 3
Agreement
Page 3 of 4
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is specifically intended to operate
and be effective even if it is alleged or proven that all or some of the damages being
sought were caused, in whole or in part, by anv act, omission or negligence of the citv.
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.
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification provision
is specifically intended to operate and be effective even if it is alleged or proven that all
or some of the damages being sought were caused, in whole or in Dart, by anv act,
omission or negligence of the citv.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the Standard City Conditions
of the Construction Contract for Developer Awarded Projects.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the Developer.
7.3 Successors and Assigns.
Developer and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon DEVELOPER and
CONTRACTOR.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997 IPRC23-0103
Revised December 8, 2023
00 52 43 -4
Agreement
Page 4 of 4
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective
as of the date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contractor:
David Reeder Jr
(Printed Name)
Title: President
Company Name:
Address:
Colt Concrete & Asphalt
11327 Kline Dr
City/State/Zip: Dallas, TX 75229
6/11/2024
Date
Developer:
Four Roses Private Select, LLC
Scott Stough
(Printed Name)
Title: CEO
Company Name:
Address: 1128 Main Street, Suite 200
City/State/Zip: Cincinnati, OH 45202
9/18/2024
Date
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997 IPRC23-0103
Revised December 8, 2023
DEVELOPMENT BOND
GUARANTEEING PERFORMANCE
AND PAYMENT OF IMPROVEMENTS
Bond No. 268293X
KNOW ALL MEN BY THESE PRESENTS, that ive, Four Roses Private Select, LLC
as Principal, and Westfield Insurance Company, a corporation organized and existing
under the laws of the State of Texas and fully authorized to transact business in the State of
Texas, as surety, are held and firmly bound unto CITY OF FORT WORTH, TEXAS, 200
Texas Street, Fort Worth, Texas, 76102, as Obligee, in the penal sum of $248,581.79 lawful
money of the United States of America, for the payment of which well and truly to
be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents.
WHEAREAS, Four Roses Private Select, LLC has agreed to construct in
Kedplasma Plasmapheresis Center - 104997 IPRC23-0103 in the CITY OF FORT
WORTH, TEXAS the following improvements:
Water, Sewer, Paving, Storm Drain, Street Lights & Signs _
WHEREAS, in the event of bankruptcy, default or other nonperformance by
Principal, claims against Principal or the development, Obligee may be left without
adequate satisfaction.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that
if the said Principal shall construct, or have constructed, the improvements herein
described, and shall pay for the cost of all labor, materials and equipment furnished in
connection with the construction of said improvements, and shall save the Obligee harmless
from any loss, cost or damage by reason of its failure to complete the construction of said
improvements or by reason of its failure to pay for the cost of same, then this obligation
claim by the City of Fort Worth indicating that the construction of said improvements has
not been completed, or that the costs for same have not been paid, the Surety will pay to the
City of Fort Worth such amount up to the amount of this bond which will allow the City of
Fort Worth to complete construction of said improvements and to pay for the costs of same.
We hereby agree with you that the draft(s) drawn under and in compliance with the terms
of this bond will be duly honored upon presentation at:
(Surety)_Westfield Insurance Company _mail code: ,
(Surety Address)_1 Park Circle Westfield Center Ohio 44251
Attn:_Surety Dept or by facsimile to (surety:
Fax Number confirmed by a phone call at_877-233-9836_
PROVIDED FURTHER, that this bond shall automatically be increased by the
amount of any change order, supplemental agreement or amendment which increase the
price of the aforementioned contract.
PROVIDED FURTHER, that if any legal action be filed on this bond, the laws of
the State of Texas shall apply and that venue shall lie exclusively in Tarrant County, Texas.
AND PROVIDED FURTER, that the said surety, for value received, hereby
stipulates and agrees that no charge, extension of time, alteration or addition to the terms of
any contract for the public affect its obligation on this bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to the terms of such contract.
This bond is given pursuant to the provisions of Section 212.073 of the Texas Local
Government Code, as such may amended from time to time.
Signed, sealed and dated this _11
DEVELOPER'S NAME
r,
0 1 Y ':►/
day of April , 2029_
SURETY COMPANY'S NAME
Surety
By: l}'
Attorney -in- ct
General POWER NO. 3413812 04
Power Westfield Insurance Co.
of Attorney Westfield National Insurance Co.
CERTIFIED COPY Ohio Farmers Insurance Co.
Westfield Center, Ohio
Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly
organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these
presents make, constitute and appoint
JOAN G. SCHWARTZ, CARRIE E. DALY, GRAHAM T. VOLLMER, JOINTLY OR SEVERALLY
of CINCINNATI and State of OH its true and lawful Attorney (s)-i n-Fact, with full power and authority hereby conferred In Its name,
place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of
suretyship in any penal limit, - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - • - . _ . - - - - . . - . - . . - . _ _ --
LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARAN I LE, OR BANK DEPOSITORY BONDS.
and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate
seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney (s)-in-Fact may do in
the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the
WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
"Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall
be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for
and on behalf of the Company subject to the following provisions:
The Attorney -in -Fact, may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any 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 shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary,"
"Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any
power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting
held on February 8, 2000).
In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto
affixed this 01st day or MAY A.D., 2022 .
N,,,� �,,,,1•11•••..... • •.., WESTFIELD INSURANCE COMPANY
Corporate �i1R�k o` .�tr NAk �N''''. ��51► �.
Seals a? ssU:: ,• • ••�,+�s� WESTFIELD NATIONAL INSURANCE COMPANY
Affixed w�r '�+' st4 '�Jr ,Ap's •E` OHIO FARMERS INSURANCE COMPANY
�w t •� � w:
~ SEAS r' ''r, SEAL :m-` =o:
State of Ohio By:
(,urefy
County of Medina ss.: Gary W. .tumper, Nationa Leader and
Senior Executive
On this 01st day of MAY A.D., 2022 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn,
did depose and say, that he resides in Medina, OR that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE
COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which
executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said Instrument are such corporate seals; that
they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order,
Notarial
Seal rap 1 A L y;^a
Affixed Al
State of Ohio David A. Kotnik, Attorney at Law, Notary Public
County of Medina ss.;',q' .- My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said
Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are
in full force and effect.
In Witness Whereof. I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 11 day of
.
IOU
SEAL �
a:
' Secretary
* -.. •r;: Frank A. Carrino, Secretary
BPOAC2 (combined) (03-22)
0061 19 - 1
MAINTENANCE BOND
Page I of 3
I SECTION 00 61 19
2 MAINTENANCE BOND Bond No. DVHNSU0855568
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we Bean Electrical LLC known as
9 "Principal" herein and Harco National Insurance Company , a corporate surety
10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety"
11 herein (whether one or more), are held and firmly bound unto the City of Port Worth, a municipal
12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum
13 of Eleven Thousand One Hundred Eighty Five and 75/100 Dollars ($ 11,185.75
14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment
15 of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs,
16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
17
18 WHEREAS, the Principal has entered into a certain written contract with the City awarded
19 the day of , 20, which Contract is hereby
20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials,
21 equipment labor and other accessories as defined by law, in the prosecution of the Work, including
22 any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as
23 provided for in said contract and designated as Kedplasma Plasmapheresis Center ; 104997
24 IPRC23-0103 and
25
26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
27 accordance with the plans, specifications and Contract Documents that the Work is and will remain
28 free from defects in materials or workmanship for and during the period of two (2) years after the
29 date of Final Acceptance of the Work by the City ("Maintenance Period"); and
30
31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
32 receiving notice from the City of the need therefor at any time within the Maintenance Period.
33
CITY OP PORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997 IPRC23-0103
Revised Decernber 8, 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
0061 19-2
MAIM'] NANCE BOND
Page 2 of 3
NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
any defective Work, for which timely notice was provided by City, to a completion satisfactory to
the City, then this obligation shall 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 agreed that the 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 FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Port
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon for successive breaches.
CITY Or' FORT WO1UH Kedplasma Plasmapheresis Center
STANDARD CONS'I'RUC'rION SPECIFICATION DOCUMENTS 104997 IPRC23-0103
Revised December 8, 2023
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
0061 19 - 3
MAINTENANCE 130ND
Page 3 of 3
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the day of
.20
PRINCIPAL:/ (�
Bean Electrical LL
f
BY:
L 'SSignaturc
ATTE
V'P Sw Vr-a1C,'i Y
(Principal) Secretary Name and Title
Address: 821 E. Enon Avenue
� )� Fort Worth, TX 76140
Pitnesss to Principal
9-86 r SURETY:
Harco National Insurance Company
BY: \AAN 11i► 1
Signature
Susan J. Lattarulo, Attorney -in -Fact
ATTEST: Name and Title
Not Applicable Address: 4200 Six Forks Road
(Surety) Secretary Suite 1400
Raleigh, NC 27609
s"lr-r
Witness as to Surety Telephone Number: 919-833-1600
Nicholas Lattarulo Email Address: susan.lattarulo@lockton.com
*Note: If signed by an officer of the Surety Company, there must be on file 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.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTI I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
Kedplasma Plasmapheresis Center
104997 I13IZC23-0103
POWER OF ATTORNEY Bond # DVHNSU0855568
HARCO NATIONAL INSURANCE COMPANY
INTERNATIONAL FIDELITY INSURANCE COMPANY
Member companies of IAT Insurance Group, Headquartered: 702 Oberlin Road, Raleigh, North Carolina 27605
KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of
the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New
Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and
appoint
JOHN BROWNING, THOMAS F. MCCOY JR, KELLI E. HOUSWORTH, SHEILA J. MONTOYA, SUSAN J. LATTARULO, JUSTIN
TOMLIN
Denver, CO
their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of
indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract
or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL
INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had
been duly executed and acknowledged by their regularly elected officers at their principal offices.
This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY
and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of
Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of
Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018.
"RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the
Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited
in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings,
recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation
may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute
waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed
by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written
obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the
Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same
force and effect as though manually affixed."
IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL
FIDELITY INSURANCE COMPANY have each executed and attested these presents
on this 31 st day of December, 2018 , I,NS
lj STATE OF NEW JERSEY STATE OF ILLINOIS �o:.,?,PoRgl..n -
�y pP okgl !� County of Essex County of Cook
1904 ea V%; �ioaa 3
d lEpS��o , bdy�crNoXS::da.
a Kenneth C apman •• *��`
Executive Vice President, Harco National Insurance Company
and International Fidelity Insurance Company
On this 31 st day of December, 2018 , before me came the individual who executed the preceding instrument, to me personally known, and,
being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and
INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the
said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies.
IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark,
AE.•.0Gj
New Jersey the day and year first above written.
oo ,�04
co
c,°F�PTARJ,
7
�soa..... �
Shirelle A.Outley a Notary Public of New Jersey
'11JER�``�
My Commission Expires April 4, 2023
CERTIFICATION
I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify
that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set
forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the
whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
IN TESTIMONY WHEREOF, I have hereunto set my hand on this day,
A00922
Irene Martins, Assistant Secretary
006219-1
MAINTENANCE BOND
Page 1 of 5
1 SECTION 00 62 19
2 MAINTENANCE BOND Bond Number: SO47325
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we Calvo Construction, Inc. , known as
9 "Principal" herein and Employers Mutual Casualty Company a corporate surety
10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as
11 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Stough
12 Development Corporation, authorized to do business in Texas ("Developer") and the City of Fort
13 Worth, a Texas municipal corporation ("City"), in the sum
14 Of One Hundred Thirty Thousand Seven Hundred Eighty Three and 44/100 Dollars ($ 130,783.44 )
15 lawful money of the United 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
17 and their successors, we bind ourselves, our heirs, executors, administrators, successors and
18 assigns, 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,
22 CFA Number and
23 WHEREAS, the Principal has entered into a certain written contract with the Developer
24 awarded the 18 day of September , 20 24 , which Contract is
25 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish
26 all materials, equipment labor and other accessories as defined by law, in the prosecution of the
27 Work, including any Work resulting from a duly authorized Change Order (collectively herein,
28 the "Work") as provided for in said Contract and designated as Kedplasma Plasmapheresis
29 Center; and
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
006219-2
MAINTENANCE BOND
Page 2 of 5
1
2 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
3 accordance with the plans, specifications and Contract Documents that the Work is and will
4 remain free from defects in materials or workmanship for and during the period of two (2) years
5 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
7 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
8 receiving notice from the Developer and/or City of the need thereof at any time within the
9 Maintenance Period.
10
11 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
12 any defective Work, for which timely notice was provided by Developer or City, to a completion
13 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in
14 full force and effect.
15
16 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
17 noticed defective Work, it is agreed that the Developer or City may cause any and all such
18 defective Work to be repaired and/or reconstructed with all associated costs thereof being
19 borne by the Principal and the Surety under this Maintenance Bond; and
20
21 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
22 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
23 Worth Division; and
24
25 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
26 recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
006219-3
MAINTENANCE BOND
Page 3 of 5
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
006219-4
MAINTENANCE BOND
Page 4 of 5
1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the 19 day of September
3 , 20_4_.
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
ATTEST:
(Principal) Secretary
Witness as to Principal
CITY OF FORT WORTH
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
PRINCIPAL:
Calvo Construction, Inc.
BY:
Ignature
Juan Calvo - President
Name and Title
Address: F21 N Main Street
S,,;te inn
Gravevine, TX 76051
Kedplasma Plasmapheresis Center
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
ATTEST:
wYYZ.Q�
(Surety) Secretary
Witness as to Surety
006219-5
MAINTENANCE BOND
Page 5 of 5
SURETY:
Employers Mutual Casualty Company
BY: cam, 151QCI&A,
Signature
Sam Sealer, Attorney in Fact
Name and Title
Address: 4020 N MacArthur Blvd, ste 122
Irving, TX 75038
Telephone Number: 972-979-3138
*Note: If signed by an officer of the Surety Company, there must be on file 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.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
PSMu�ua�,r',��•��
Kedplasma Plasmapheresis Center
%emc.
P.O. Box 712 • Des Moines, Iowa 50306-0712 INSURANCE
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an Iowa Corporation
2. EMCASCO Insurance Company, an Iowa Corporation
3. Union Insurance Company of Providence, an Iowa Corporation
4. Illinois EMCASCO Insurance Company, an Iowa Corporation
5. Dakota Fire Insurance Company, a North Dakota Corporation
6. Ell Property & Casualty Company, an Iowa Corporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:
Sam Sealer
its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute the following Surety Bond(s):
Surety Bond Principal:
Number Calvo Construction, Inc.
SO47325
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all
of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
AUTHORITY FOR POWER OF ATTORNEY
This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the
first regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have
power and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds
and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attorney -in -fact at anytime
and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power -of -attorney
issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon
the Company. Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all
respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon
a certified copy of any power -of -attorney of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.
IN WITNESS THEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this
22nd day of September 2022 ///
Seals
5�0, NSURq',, , �t,,,&,'�Q'• oft R. Jean, P e id &CEO Todd Strother, Executive Vice President
? z° co, P�Rq, ; o - ;'o Agf "= of Company 1; irman, President Chief Legal Officer & Secretary of
_ & CEO afCom nies2,3,4,5&6 Companies 1, 2, 3, 4, 5 & 6
SEAL,Aro_ .Z 1863 _o_ _, 1953
IOWA
�`;�SVRAfyCF �',
``��NSURAPo�••, :`�.0 `UAL C'•
yC:,OpPflRgf• Off`.
F; pPPORgT•,CO �. �aQ`:OFFOF4r,. y'.
=_w SEAL =_
-o SEALSEAL=o_
� * �
Rrk �O1NE5�
• �OWP
❑PKO .
KATHY LOVLRIDGE
FMkM 9
ocwber to, fog —
On this 22nd day of September 2022 before me a Notary Public in and for the State
of Iowa, personally appeared Scott R. Jean and Todd Strother, who, being by me duly sworn,
did say that they are, and are known to me to be the CEO, Chairman, President, Executive
Vice President, Chief Legal Officer and/or Secretary, respectively, of each of the Companies
above; that the seals affixed to this instrument are the seals of said corporations; that said
instrument was signed and sealed on behalf of each of the Companies by authority of their
respective Boards of Directors; and that the said Scott R. Jean and Todd Strother, as such
officers, acknowledged the execution of said instrument to be their voluntary act and deed,
and the voluntary act and deed of each of the Companies.
My Commission Expires October 10, 2025.
CERTIFICATE
NotaPubli in and for the State of owa
ry
I, Ryan J. Springer, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and
this Power of Attorney issued pursuant thereto on 22nd day of September , 2022 , are true and correct and are still in full force and effect.
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this day of
Vice President
7851 (9-22) S047325-NA 10123 902 AC 009129 "For verification of the authenticity of the Power of Attorney you may call (515) 345-7548."
006119-1
MAINTENANCE BOND
Pagel of 3
1
2
3
4
5
6
7
8
SECTION 00 6119
MAINTENANCE BOND
Bond No.3200307
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
That we Colt Concrete & Asphalt, LLC known as
9 "Principal" herein and Developers Surety and Indemnity Company , a corporate surety
10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety"
11 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum
13 of )ne Hundred Six Thousand Six Hundred Twelve Dollars and 60/100-- Dollars ($ $106, 612.60--- ),
14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment
15 of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs,
16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
17
18 WHEREAS, the Principal has entered into a certain written contract with the City awarded
19 the 11th day of June , 20 24 , which Contract is hereby
20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials,
21 equipment labor and other accessories as defined by law, in the prosecution of the Work, including
22 any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as
23 provided for in said contract and designated as Kedplasma Plasmapheresis Center ; 104997
24 IPRC23-0103 and
25
26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
27 accordance with the plans, specifications and Contract Documents that the Work is and will remain
28 free from defects in materials or workmanship for and during the period of two (2) years after the
29 date of Final Acceptance of the Work by the City ("Maintenance Period"); and
30
31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
32 receiving notice from the City of the need therefor at any time within the Maintenance Period.
33
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997 1PRC23-0103
Revised December 8, 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
0061 19-2
MAINTENANCE BOND
Page 2 of 3
NOW THEREFORE. the condition of this obligation is such that if Principal shall remedy
any defective Work. for which timely notice was provided by City, to a completion satisfactory to
the City, then this obligation shall 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 agreed that the 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 FURTHER, that if any legal action be filed on this Bond, 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 WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997 IPRC23-0103
Revised December 8, 2023
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
006119-3
MAINTENANCE BOND
Page of
IN WITNESS WHEREOF. the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the --r.a day of October
20 24
ATT
TPrincipal) `Secretar
Stephanie Lara
Witness as to Principal
ATTEST:
PRINCIPAL:
Colt Concrete & Asphalt, LLC
BY:
Signature
David Reeder Jr, President
Name and Title
Address: 11327 Kline Dr,
Dallas, TX 75229
SURETY:
Developers Surety and Indemnity Company
B Si ture
Jennifer Upton, Attorney-i,7-Fact . os 1936J
Name and Title - ''". r�: r e z
N/A Address: 800 Superior Avenue R. ,
(Surety)�S cretary 21st Floor,
Cleveland, OH 44114
Witness as to Surety BaiLee Islas Telephone Number: 817-420-5703
Email Address: Jennifer.upton@frostinsuranr.e.com
*Note: If signed by an officer of the Surety Company, there must be on file 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.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
Kedplasma Plasmapheresis Center
104997 IPRC23-0103
POWER OF ATTORNEY FOR
COREPOINTE INSI. RANCE COMPANY
DEVELOPERS SURETY AND INDEMNITY COMPANY
59 Maiden Lane, 43rd Floor, New York, NY 10038
(212)220-7120
KNOW ALL BY THESE PRF,SENTS that, except as expressly limited herein, COREPOINTE INSURANCE: COMPANY and DEVELOPERS SURETY AND
INDEMNITY COMPANY, do hereby make, constitute and appoint
Jennifer Upton, Elena Sells, Dana Mickey, Eric D. Barron, Allen J. Bale and Dane Bubela of San Antonio, TX
as its true and lawful Attorney -in -Fact, to make, execute, deliver and acknowledge, for and on behalfof said companies, as sureties, bonds. undertakings and contracts
ol'suretyship giving and granting unto said Attorney -in -Fact full power and authority to do and to perform every act necessarv, requisite or proper to be done in
connection therewith as each of said company could do, but reserving to each of said company full power of substitution and revocation, and all of the acts of said
Attorney -in -Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is effective August 9, 2023 _ and
shall expire on December 31, 2025
This Power of Attorney is granted and is signed under and by authority ofthe following resolutions adopted by the Board of Directors ofCOREP(HN Ff'. INSURANCE
COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY (collectively, "Company") on February 10, 2023.
RESOLVED, that Sam laza_ President_ Surety Underwritine James Bell. Vice President. Suretv Undenvritina, and Craie Dawson. Executive Underwriter.
Sure .. each an employee of AmTrtust North America_ Inc , an affiliate ofthe Company (the `Authorized Signors-)_ are hereby authorized to execute a Power
of Attorney, qualifying attomey(s)-in-fact named in the Power of Attorney to execute, on behalf of the Company, bonds, undertakings and contracts of
suretyship, or other suretyship obligations; and that the Secretary or anv Assistant Secretan ofthe Company be. and each of them hereby is, authorized to attest
the execution of anv such Power of Attorney
RESOLVED, that the signature of anv one ofthe Authorized Signors and the Secretary or any Assistant Secretary ofthe Company, and the seal ofthe Company
must be affixed to any Such Power of Attorney, and anv such signature or seal may be affixed by facsimile, and such Power of Attorney shall be valid and
binding upon the Company when so alined and in the future with respect to any bond, undertaking or contract ol'suretyship to which it is attached.
IN WITNESS WHEREOF, COREPOINTE INSURANCE COMPANY and DEVELOPERS SURE-.TY AND INDEMNITY COMPANY have causal these presents to lie
signed by the Authorized Signor and attested by their Secretary or Assistant Secretary this March 27, 2023
' .•`` �AsUR:gN '•. .., �.� AND //V
OR fir• J�'' GQFi OR, ?> •_
Printed Nat a Samlaza� _ _ 0 • •G C�•• _ �.•�� FO ; 2
Title: President, Surety UndervritiDe _ uJ SEAL a I 193 ' 0
J••"•liF�AWP6ti'•Y�0�.—••C�CIFOR��P• a�O •
ACKNOWLEDGEMENT: ., ��0'•••••'' d��.`
A notary public or other officer completing this certificate verifies only the
identity ofthe individual who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF California
COUNTY OF Orange
On this 27 day of March . 20 23 : before nte. Hoang-Queen Phu Pham personally appeared Sam Zaza
who proved to me on the basis o1'satislactory evidence to be the person whose name is subscribed to within the instrument and acknowledged to me that they executed
the same in their authorized capacity, and that by the signature on the instrument the entities upon behalf which the person acted, executed this instrument.
1 certify, under penalty ofperiury. under the laws ofthe State of C'aluforma that the foregoing paragraph is true and correct,
WITNESS my hand and official seal
HOANG-QUYEN P. FHAM
Notary Public - California Z
j Orange County 9
Signature Commission f) 2432970
•" My Comm. Expires Dec 31, 2026
CORPORATE CERTIFICATION
The undersigned, the Secretary or Assistant Secretary of COREPOINTE INSURANCE COMPANY and DEVELOPERS SURF-TY AND INDL%1Nf1Y
COMPANY, does hereby certify that the provisions of the resolutions ofthe respective Boards of Directors of said corporations set forth to this Power of Attomev
are in force as ofthe date ofthis Cernficaiion
This Certification is executed u? the C itv of Cieveland. Ohio, this March 19. 2023.
DocuSigned by:
By Aust s Barry W Moses, Assistant Secretary POA No. N/A
686415E7ADE548C
DocuSignEnvelope ID:3352BFD6-5E9G-4?96-837E-C1E455E6530F Ed 0323
Signed and sealed this 2nd day of October, 2024
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
Article4 — 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
5.09 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
Article6 - Other Work at the Site...................................................................................................................
26
6.01 Related Work at Site...................................................................................................................
26
Article7 - City's Responsibilities...................................................................................................................26
7.01 Inspections, Tests, and Approvals..............................................................................................
26
7.02 Limitations on City's Responsibilities.......................................................................................
26
7.03 Compliance with Safety Program...............................................................................................27
Article 8 - City's Observation Status During Construction...........................................................................27
8.01 City's Project Representative.....................................................................................................27
8.02 Authorized Variations in Work..................................................................................................27
8.03 Rejecting Defective Work..........................................................................................................27
8.04 Determinations for Work Performed..........................................................................................28
Article9 - Changes in the Work.....................................................................................................................28
9.01 Authorized Changes in the Work...............................................................................................
28
9.02 Notification to Surety ..................................................................................................................28
Article 10 - Change of Contract Price; Change of Contract Time................................................................28
10.01 Change of Contract Price............................................................................................................28
10.02 Change of Contract Time............................................................................................................28
10.03 Delays..........................................................................................................................................28
Article 11 - Tests and Inspections; Correction, Removal or Acceptance of
Defective Work......................29
11.01 Notice of Defects........................................................................................................................
29
11.02 Access to Work...........................................................................................................................
29
11.03 Tests and Inspections..................................................................................................................
29
11.04 Uncovering Work.......................................................................................................................
30
11.05 City May Stop the Work.............................................................................................................30
11.06 Correction or Removal of Defective Work................................................................................30
11.07 Correction Period........................................................................................................................
30
11.08 City May Correct Defective Work.............................................................................................
31
Article12 - Completion..................................................................................................................................
32
12.01 Contractor's Warranty of Title...................................................................................................
32
12.02 Partial Utilization........................................................................................................................32
12.03 Final Inspection...........................................................................................................................32
12.04 Final Acceptance.........................................................................................................................33
Article13 - Suspension of Work....................................................................................................................
33
13.01 City May Suspend Work............................................................................................................
33
Article14 - Miscellaneous..............................................................................................................................
34
14.01 Giving Notice..............................................................................................................................
34
CITY OF FORT WORTH
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
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
0073 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
ARTICLE I — 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.
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.
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.
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 fiends, 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 firnished 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 a part 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.m. 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 tinder 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 6p.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
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
00 73 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 party 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, 20t3
0073 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.
I. 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
0073 10- l 1
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: None
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: None
Enter limits provided by Railroad Company (If none, write none)
b. Each Occurrence:: 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 of35
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.
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
0073 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of35
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
0073 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.
"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
0073 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
0073 10- l6
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 5.05.13. 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
0073 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
0073 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 llth 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
0073 10- l9
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:
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
0073 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
0073 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
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 PROTECTS
Revised: January 10, 2013
0073 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of35
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
0073 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:
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
0073 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
0073 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
0073 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,4or 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
0073 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
0073 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
0073 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
0073 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to
Developer/Contractor.
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
0073 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
0073 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
0073 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 if:
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 parry.
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
0073 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
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 01 11 00
SUMMARY OF WORK
011100-1
SUMMARY OF WORK
Page 1 of 3
5 A. Section Includes:
6 1. Summary of Work to be performed in accordance with the Contract Documents
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
11 2. Division 1 - General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places
or other rights -of -way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 104997
Revised December 20, 2012
01 11 00 - 2
SUMMARY OF WORK
Page 2 of 3
1 b. Excavated and waste materials shall be stored in such a way as not to interfere
2 with the use of spaces that may be designated to be left free and unobstructed
3 and so as not to inconvenience occupants of adjacent property.
4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such
5 manner as not to interfere with the operation of the railroad.
6 1) All Work shall be in accordance with railroad requirements set forth in
7 Division 0 as well as the railroad permit.
8 D. Work within Easements
9 1. Do not enter upon private property for any purpose without having previously
10 obtained permission from the owner of such property.
11 2. Do not store equipment or material on private property unless and until the
12 specified approval of the property owner has been secured in writing by the
13 Contractor and a copy furnished to the City.
14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of
15 obstructions which must be removed to make possible proper prosecution of the
16 Work as a part of the project construction operations.
17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
18 lawns, fences, culverts, curbing, and all other types of structures or improvements,
19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
20 appurtenances thereof, including the construction of temporary fences and to all
21 other public or private property adjacent to the Work.
22 5. Notify the proper representatives of the owners or occupants of the public or private
23 lands of interest in lands which might be affected by the Work.
24 a. Such notice shall be made at least 48 hours in advance of the beginning of the
25 Work.
26 b. Notices shall be applicable to both public and private utility companies and any
27 corporation, company, individual, or other, either as owners or occupants,
28 whose land or interest in land might be affected by the Work.
29 c. Be responsible for all damage or injury to property of any character resulting
30 from any act, omission, neglect, or misconduct in the manner or method or
31 execution of the Work, or at any time due to defective work, material, or
32 equipment.
33 6. Fence
34 a. Restore all fences encountered and removed during construction of the Project
35 to the original or a better than original condition.
36 b. Erect temporary fencing in place of the fencing removed whenever the Work is
37 not in progress and when the site is vacated overnight, and/or at all times to
38 provide site security.
39 c. The cost for all fence work within easements, including removal, temporary
40 closures and replacement, shall be subsidiary to the various items bid in the
41 project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 104997
Revised December 20, 2012
011100-3
SUMMARY OF WORK
Page 3 of 3
1 1.5
SUBMITTALS [NOT USED]
2 1.6
ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
3 1.7
CLOSEOUT SUBMITTALS [NOT USED]
4 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9
QUALITY ASSURANCE [NOT USED]
6 1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11
FIELD [SITE] CONDITIONS [NOT USED]
8 1.12
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
i 11QI ZI] Icy I[ON I IQ I
12
13
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 104997
Revised December 20, 2012
012500-1
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 [Insert Project Number]
Revised July 1, 2011
012500-2
SUBSTITUTION PROCEDURES
Page 2 of 4
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accordance with the General Conditions.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
012500-3
SUBSTITUTION PROCEDURES
Page 3 of 4
4. No additional contract time will be given for substitution.
Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the City's opinion, acceptance will require substantial revision of the original
design
d. In the City's opinion, substitution will not perform adequately the function
consistent with the design intent
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which
it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
012500-4
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
as noted
Firm
Address
Date
Telephone
For Use by City:
Approved
City
Recommended
Not recommended
By
Date
Remarks
Date
Rej ected
Recommended
Received late
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
013119-1
PRECONSTRUCTION MEETING
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. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the execution of the
Agreement and before Work is started.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Project Representative
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 17, 2012
01 31 19 - 2
PRECONSTRUCTION MEETING
Page 2 of 3
e. Other City representatives
f. Others as appropriate
4. Construction Schedule
a. Prepare baseline construction schedule in accordance with Section 0132 16 and
provide at Preconstruction Meeting.
b. City will notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
5. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor's work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
1. Insurance Renewals
in. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre -Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City's representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. M/WBE or MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
J. Questions or Comments
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 17, 2012
013119-3
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 [Insert Project Number]
Revised August 17, 2012
013233-1
PRECONSTRUCTION VIDEO
Page 1 of 2
SECTION 0132 33
PRECONSTRUCTION VIDEO
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
01 32 33 - 2
PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 0133 00
SUBMITTALS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
013300-1
SUBMITTALS
Pagel 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 [Insert Project Number]
Revised December 20, 2012
01 33 00 - 2
SUBMITTALS
Page 2 of 8
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
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:
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 [Insert Project Number]
Revised December 20, 2012
01 33 00 - 3
SUBMITTALS
Page 3 of 8
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
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 [Insert Project Number]
Revised December 20, 2012
01 33 00 - 4
SUBMITTALS
Page 4 of 8
7) Standard wiring diagrams
8) Printed performance curves and operational -range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended
spare -parts listing and printed product warranties
12) As applicable to the Work
H. Samples
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 [Insert Project Number]
Revised December 20, 2012
01 33 00 - 5
SUBMITTALS
Page 5 of 8
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
01 33 00 - 6
SUBMITTALS
Page 6 of 8
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and
non -conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City's
expense.
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative's then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City's
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the City at least 7 Calendar Days prior to release for
manufacture.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
01 33 00 - 7
SUBMITTALS
Page 7 of 8
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Use the Request for Information (RFI) form provided by the City.
3. Numbering of RFI
a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and
increasing sequentially with each additional transmittal.
4. Sufficient information shall be attached to permit a written response without further
information.
5. The City will log each request and will review the request.
a. If review of the project information request indicates that a change to the
Contract Documents is required, the City will issue a Field Order or Change
Order, as appropriate.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION 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
013300-8
SUBMITTALS
Page 8 of 8
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
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 f. 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 Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 104997
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
0135 13 -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 Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 104997
Revised August, 30, 2013
0135 13 -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 Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 104997
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
0135 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 Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 104997
Revised August, 30, 2013
0135 13 -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]
i 11QI ZI] Icy I[ON I IQ I
12
13
Revision Log
DATE NAME SUMMARY OF CHANGE
1.3.13— Added requirement of compliance with Health and Safety Code, Title 9.
8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 104997
Revised August, 30, 2013
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 Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 104997
Revised August, 30, 2013
1
2
Date:
EXHIBIT B
FORT WORTH
DOE NO. xxxx
Project Name:
0135 13 -7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
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,
3 - -
4
,CONTRACTOR
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 104997
Revised August, 30, 2013
01 45 23
TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION 0145 23
TESTING AND INSPECTION SERVICES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City's document management system, or another external
FTP site approved by the City.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised March 9, 2020
014523
TESTING AND INSPECTION SERVICES
Page 2 of 2
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City's Project Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City's document management system.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised March 9, 2020
015000-1
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
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
015000-2
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City's
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off -site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification,
inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
015000-3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on -call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION 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 Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
015000-4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
01 55 26 -1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
1 SECTION 0155 26
2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Administrative procedures for:
7 a. Street Use Permit
8 b. Modification of approved traffic control
9 c. Removal of Street Signs
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1— General Requirements
15 3. Section 34 71 13 — Traffic Control
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. Work associated with this Item is considered subsidiary to the various Items bid.
19 No separate payment will be allowed for this Item.
20 1.3 REFERENCES
21 A Reference Standards
22 1. Reference standards cited in this specification refer to the current reference standard
23 published at the time of the latest revision date logged at the end of this
24 specification, unless a date is specifically cited.
25 - 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
26 1.4 ADMINISTRATIVE REQUIREMENTS
27 A. Traffic Control
28 1. General
29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian
30 traffic.
31 b. When traffic control plans are included in the Drawings, provide Traffic
32 Control in accordance with Drawings and Section 34 71 13.
33 c. When traffic control plans are not included in the Drawings, prepare traffic
34 controlplans in accordance with Section 34 71 13 and submit to City for
35 review.
36 1) Allow minimum 10 working days for review of proposed Traffic Control.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised March 22, 2021
01 5526-2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1 2) A traffic control "Typical" published by City of Fort Worth, the Texas
2 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department
3 of Transportation (TxDOT) can be used as an alternative to preparing
4 project/site specific traffic controlplan if the typical is applicable to the
5 specific project/site.
6 B. Street Use Permit
7 1. Prior to installation of Traffic Control, a City Street Use Permit is required.
8 a. To obtain Street Use Permit, submit Traffic Control Plans to City
9 Transportation and Public Works Department.
10 1) Allow a minimum of 5 working days for permit review.
11 2) It is the Contractor's responsibility to coordinate review of Traffic Control
12 plans for Street Use Permit, such that construction is not delayed.
13 C. Modification to Approved Traffic Control
14 1. Prior to installation traffic control:
15 a. Submit revised traffic control plans to City Department Transportation and
16 Public Works Department.
17 1) Revise Traffic Controlplans in accordance with Section 34 71 13.
18 2) Allow minimum 5 working days for review of revised Traffic Control.
19 3) It is the Contractor's responsibility to coordinate review of Traffic Control
20 plans for Street Use Permit, such that construction is not delayed.
21 D. Removal of Street Sign
22 1. If it is determined that a street sign must be removed for construction, then contact
23 City Transportation and Public Works Department, Signs and Markings Division to
24 remove the sign.
25 E. Temporary Signage
26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control
28 Devices (MUTCD).
29 2. Install temporary sign before the removal of permanent sign.
30 3. When construction is complete, to the extent that the permanent sign can be
31 - reinstalled, contact the City Transportation and Public Works Department, Signs
32 and Markings Division, to reinstall the permanent sign.
33 F. Traffic Control Standards
34 1. Traffic Control Standards can be found on the City's website.
35 1.5 SUBMITTALS [NOT USED]
36 A. Submit all required documentation to City's Project Representative.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised March 22, 2021
01 55 26 - 3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USED]
3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
4 1.9 QUALITY ASSURANCE [NOT USED]
5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
6 1.11 FIELD [SITE] CONDITIONS [NOT USED]
7 1.12 WARRANTY [NOT USED]
8 PART 2 - PRODUCTS [NOT USED]
9 PART 3 - EXECUTION [NOT USED]
fE
12
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANCE
1.4 A. Added language to emphasize minimizing of lane closures and impact to
traffic.
1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" if
3/22/2021 M Owen applicable to specific project/site.
1.4 F. 1) Removed reference to Buzzsaw
1.5 Added language re: submittal of permit
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised March 22, 2021
0157 13- 1
STORM WATER POLLUTION PREVENTION
Pagel of 3
SECTION 0157 13
STORM WATER POLLUTION PREVENTION
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
l . 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 Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
015713-2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
B. Construction Activities resulting in:
l . Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Constriction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
1. Submit in accordance with Section 01 33 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 Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
0157 13 - 3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section 01 33 00.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
SECTION 0160 00
PRODUCT REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
01 60 00
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. A list of City approved products for use is available through the City's website at:
https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path;
02 - Construction Documents/Standard Products List
B. Only products specifically included on City's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
C. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
D. Although a specific product is included on City's Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
E. See Section 0133 00 for submittal requirements of Product Data included on City's
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised March 9, 2020
01 6000
PRODUCT REQUIREMENTS
Page 2 of 2
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City's Standard Product List
3/9/2020 D.V. Magafia Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City's website.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised March 9, 2020
016600-1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
SECTION 0166 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION 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
l . 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 Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
01 66 00 - 2
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer's recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer's recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
all times to all parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City's Project Representative.
5. Provide off -site storage and protection when on -site storage is not adequate.
a. Provide addresses of and access to off -site storage locations for inspection by
City's Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7. Store in manufacturers' unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
satisfaction of City's Project Representative.
a. Total length which materials may be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City's
Project Representative.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
016600-3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of
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 Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
01 66 00 - 4
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
1
2
SECTION 0170 00
MOBILIZATION AND REMOBILIZATION
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
A. Section Includes:
017000-1
MOBILIZATION AND REMOBILIZATION
Page 1 of 8
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:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number]
Revised November 22, 2016
Kedplasma Plasmapheresis Center
104997
1
1) Demobilization
017000-2
MOBILIZATION AND REMOBILIZATION
Page 2 of 8
2 a) Transportation of Contractor's personnel, equipment, and operating
3 supplies from the Site including disassembly or temporarily securing
4 equipment, supplies, and other facilities as designated by the Contract
5 Documents necessary to suspend the Work.
6 b) Site Clean-up as designated in the Contract Documents
7
2) Remobilization
8
a)
Transportation of Contractor's personnel, equipment, and operating
9
supplies to the Site necessary to resume the Work.
10
b)
Establishment of necessary general facilities for the Contractor's
11
operation at the Site necessary to resume the Work.
12
3) No
Payments will be made for:
13
a)
Mobilization and Demobilization from one location to another on the
14
Site in the normal progress of performing the Work.
15
b)
Stand-by or idle time
16
c)
Lost profits
17 3. Mobilizations and Demobilization for Miscellaneous Projects
18 a. Mobilization and Demobilization
19 1) Mobilization shall consist of the activities and cost on a Work Order basis
20 necessary for:
21 a) Transportation of Contractor's personnel, equipment, and operating
22 supplies to the Site for the issued Work Order.
23
b) Establishment of necessary general facilities for the Contractor's
24
operation at the Site for the issued Work Order
25
2) Demobilization shall consist of the activities and cost necessary for:
26
a) Transportation of Contractor's personnel, equipment, and operating
27
supplies from the Site including disassembly for each issued Work
28
Order
29 b) Site Clean-up for each issued Work Order
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] 104997
Revised November 22, 2016
017000-3
MOBILIZATION AND REMOBILIZATION
Page 3 of 8
1 c) Removal of all buildings or other facilities assembled at the Site for
2 each Work Oder
3 b. Mobilization and Demobilization do not include activities for specific items of
4 work for which payment is provided elsewhere in the contract.
5 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
6 a. A Mobilization for Miscellaneous Projects when directed by the City and the
7 mobilization occurs within 24 hours of the issuance of the Work Order.
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1— General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment [Consult City Department/Division for direction on if
15 Mobilization pay item to be included or the item should be subsidiary. Include the
16 appropriate Section 1.2 A. 1.]
17 1. Mobilization and Demobilization
18 a. Measure
19 1) This Item is considered subsidiary to the various Items bid.
20 b. Payment
21 1) The work performed and materials furnished in accordance with this Item
22 are subsidiary to the various Items bid and no other compensation will be
23 allowed.
24 c. Measure
25 1) This Item will be measured by the lump sum or each as the work
26 progresses. Mobilization is calculated on the base bid only and will not be
27 paid for separately on any additive alternate items added to the Contract.
28 2) Demobilization shall be considered subsidiary to the various bid items.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] 104997
Revised November 22, 2016
017000-4
1
d. Payment
MOBILIZATION AND REMOBILIZATION
Page 4 of 8
2 1) For this Item, the adjusted Contract amount will be calculated as the total
3 Contract amount less the lump sum for mobilization. Mobilization shall be
4 made in partial payments as follows:
5 a) When 1% of the adjusted Contract amount for construction Items is
6 earned, 50% of the mobilization lump sum bid or [Insert'z the maximum
7 allowed] % of the total Contract amount, whichever is less, will be paid.
8 b) When 5% of the adjusted Contract amount for construction Items is
9 earned, 75% of the mobilization lump sum bid or [Insert the maximum
10 allowed]% of the total Contract amount, whichever is less, will be paid.
11 Previous payments under the Item will be deducted from this amount.
12 c) When 10% of the adjusted Contract amount for construction Items is
13 earned, 100% of the mobilization lump sum bid or [Insert the maximum
14 allowed]% of the total Contract amount, whichever is less, will be paid.
15 Previous payments under the Item will be deducted from this amount.
16 d) A bid containing a total for "Mobilization" in excess of [Insert
17 maximum allowed] % of total contract shall be considered unbalanced
18 and a cause for consideration of rejection.
19 e) The Lump Sum bid for "Mobilization — Paving/Drainage" shall NOT
20 include any cost or sum for mobilization items associated with
21 water/sewer items. Those costs shall be included in the various
22 water/sewer bid Items. Otherwise the bid Items shall be considered
23 unbalanced and a cause for consideration of rejection.
24 f) The Lump Sum bid for "Mobilization — Paving" shall NOT include any
25 cost or sum for mobilization items associated with drainage items.
26 Those costs shall be included in the "Mobilization — Drainage" Lump Sum
27 bid Item. Otherwise the bid Items shall be considered unbalanced and a
28 cause for consideration of rejection.
29 g) The Lump Sum bid for "Mobilization — Drainage" shall NOT include any
30 cost or sum for mobilization items associated with paving items. Those
31 costs shall be included in the "Mobilization — Paving" Lump Sum bid
32 Item. Otherwise the bid Items shall be considered unbalanced and a
33 cause for consideration of rejection.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] 104997
Revised November 22, 2016
017000-5
MOBILIZATION AND REMOBILIZATION
Page 5 of 8
1 2) The work performed and materials furnished for demobilization in
2 accordance with this Item are subsidiary to the various Items bid and no
3 other compensation will be allowed.
4 e. Measure
5 1) This item for Water/Sewer improvements is considered subsidiary to the
6 various Items bid.
7 2) "Mobilization — Paving," "Mobilization — Drainage," and/or "Mobilization —
8 Paving/Drainage" will be measured by the lump sum or each as the work
9 progresses. Mobilization is calculated on the base bid only and will not be
10 paid for separately on any additive alternate items added to the Contract.
11 3) Demobilization shall be considered subsidiary to the various bid items.
12 f. Payment
13 1) The work performed and materials furnished in accordance with this Item
14 for Water/Sewer improvements are subsidiary to the various Items bid and
15 no other compensation will be allowed.
16 2) "Mobilization — Paving," "Mobilization — Drainage," and/or "Mobilization —
17 Paving/Drainage", the adjusted Contract amount will be calculated as the
18 total Contract amount for paving, drainage or paving/drainage
19 improvements less the lump sum for mobilization. Mobilization shall be
20 made in partial payments as follows:
21 a) When 1% of the adjusted Contract amount for construction Items is
22 earned, 50% of the mobilization lump sum bid or [Insert % the maximum
23 allowed] % of the total paving, drainage, or paving/drainage Contract
24 amount, whichever is less, will be paid.
25 b) When 5% of the adjusted Contract amount for construction Items is
26 earned, 75% of the mobilization lump sum bid or [Insert the maximum
27 allowed]% of the total paving, drainage, or paving/drainage Contract
28 amount, whichever is less, will be paid. Previous payments under the Item
29 will be deducted from this amount.
30 c) When 10% of the adjusted Contract amount for construction Items is
31 earned, 100% of the mobilization lump sum bid or [Insert the maximum
32 allowed]% of the total paving, drainage, or paving/drainage Contract
33 amount, whichever is less, will be paid. Previous payments under the Item
34 will be deducted from this amount.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] 104997
Revised November 22, 2016
017000-6
MOBILIZATION AND REMOBILIZATION
Page 6 of 8
1 d) A bid containing a total for "Mobilization" in excess of [Insert
2 maximum allowed] % of total paving, drainage or paving/drainage
3 contract shall be considered unbalanced and a cause for consideration of
4 rejection.
5 3) The work performed and materials furnished for demobilization in
6 accordance with this Item are subsidiary to the various Items bid and no
7 other compensation will be allowed.
8 2. Remobilization for suspension of Work as specifically required in the Contract
9 Documents
10 a. Measurement
11 1) Measurement for this Item shall be per each remobilization performed.
12 b. Payment
13
1) The work performed and materials furnished in accordance with this Item
14
and measured as provided under "Measurement" will be paid for at the
15
unit price per each "Specified Remobilization" in accordance with
16
Contract Documents.
17
c. The price shall include:
18
1) Demobilization as described in Section 1.1.A.2.a.1)
19
2) Remobilization as described in Section 1.1.A.2.a.2)
20
d. No payments will be made for standby, idle time, or lost profits associated this
21
Item.
22 3. Remobilization for suspension of Work as required by City
23 a. Measurement and Payment
24 1) This shall be submitted as a Contract Claim in accordance with Article 10
25 of Section 00 72 00.
26 2) No payments will be made for standby, idle time, or lost profits associated
27 with this Item.
28 4. Mobilizations and Demobilizations for Miscellaneous Projects
29 a. Measurement
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] 104997
Revised November 22, 2016
017000-7
MOBILIZATION AND REMOBILIZATION
Page 7 of 8
1 1) Measurement for this Item shall be for each Mobilization and
2 Demobilization required by the Contract Documents
3 b. Payment
4 1) The Work performed and materials furnished in accordance with this Item
5 and measured as provided under "Measurement" will be paid for at the
6 unit price per each "Work Order Mobilization" in accordance with
7 Contract Documents. Demobilization shall be considered subsidiary to
8 mobilization and shall not be paid for separately.
9 c. The price shall include:
10 1) Mobilization as described in Section 1.1.A.3.a.1)
11 2) Demobilization as described in Section 1.1.A.3.a.2)
12 d. No payments will be made for standby, idle time, or lost profits associated this
13 Item.
14 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
15 a. Measurement
16 1) Measurement for this Item shall be for each Mobilization and
17 Demobilization required by the Contract Documents
18 b. Payment
19 1) The Work performed and materials furnished in accordance with this Item
20 and measured as provided under "Measurement" will be paid for at the
21 unit price per each "Work Order Emergency Mobilization" in accordance
22 with Contract Documents. Demobilization shall be considered subsidiary
23 to mobilization and shall not be paid for separately.
24 c. The price shall include
25 1) Mobilization as described in Section 1.1.A.4.a)
26 2) Demobilization as described in Section 1.1.A.3.a.2)
27 d. No payments will be made for standby, idle time, or lost profits associated this
28 Item.
29 1.3 REFERENCES [NOT USED]
30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] 104997
Revised November 22, 2016
017000-8
MOBILIZATION AND REMOBILIZATION
Page 8 of 8
1 1.5
SUBMITTALS [NOT USED]
2 1.6
INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7
CLOSEOUT SUBMITTALS [NOT USED]
4 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9
QUALITY ASSURANCE [NOT USED]
6 1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11
FIELD [SITE] CONDITIONS [NOT USED]
8 1.12
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
11 END OF SECTION
12
13
Revision Log
DATE NAME SUMMARY OF CHANGE
11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to
make specification flexible for either subsidiary or paid bid item for Mobilization.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] 104997
Revised November 22, 2016
017123-1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
SECTION 01 71 23
CONSTRUCTION STAKING AND SURVEY
PART 1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Staking
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "Construction Staking".
2) Payment for "Construction Staking" shall be made in partial payments
prorated by work completed compared to total work included in the lump
sum item.
c. The price bid shall include, but not be limited to the following:
1) Verification of control data provided by City.
2) Placement, maintenance and replacement of required stakes and markings
in the field.
3) Preparation and submittal of construction staking documentation in the
form of "cut sheets" using the City's standard template.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As -Built Survey
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "As -Built Survey".
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised February 14, 2018
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
2) Payment for "Construction Staking" shall be made in partial payments
prorated by work completed compared to total work included in the lump sum
item.
The price bid shall include, but not be limited to the following::
1) Field measurements and survey shots to identify location of completed
facilities.
2) Documentation and submittal of as -built survey data onto contractor redline
plans and digital survey files.
1.3 REFERENCES
A. Definitions
1. Construction Survev - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
2. As -built Survev —The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Staking — The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survev "Field Checks" — Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw
website) — 01 71 23.16.01— Attachment A Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City's Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
1.4 ADMINISTRATIVE REQUIREMENTS
A. The Contractor's selection of a surveyor must comply with Texas Government
Code 2254 (qualifications based selection) for this project.
1.5 SUBMITTALS
A. Submittals, if required, shall be in accordance with Section 0133 00.
B. All submittals shall be received and reviewed by the City prior to delivery of work.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Field Quality Control Submittals
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised February 14, 2018
017123-3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
1. Documentation verifying accuracy of field engineering work, including coordinate
conversions if plans do not indicate grid or ground coordinates.
2. Submit "Cut -Sheets" conforming to the standard template provided by the City
(refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards).
1.7 CLOSEOUT SUBMITTALS
B. As -built Redline Drawing Submittal
1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of
constructed improvements signed and sealed by Registered Professional Land
Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A
— Survey Staking Standards) .
2. Contractor shall submit the proposed as -built and completed redline drawing
submittal one (1) week prior to scheduling the project final inspection for City
review and comment. Revisions, if necessary, shall be made to the as -built redline
drawings and resubmitted to the City prior to scheduling the construction final
inspection.
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Staking
1. Construction staking will be performed by the Contractor.
2. Coordination
a. Contact City's Project Representative at least one week in advance notifying
the City of when Construction Staking is scheduled.
b. It is the Contractor's responsibility to coordinate staking such that
construction activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes. If City
surveyors are required to re -stake for any reason, the Contractor will be
responsible for costs to perform staking. If in the opinion of the City, a
sufficient number of stakes or markings have been lost, destroyed disturbed or
omitted that the contracted Work cannot take place then the Contractor will be
required to stake or re -stake the deficient areas.
B. Construction Survey
1. Construction Survey will be performed by the Contractor.
2. Coordination
a. Contractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
General
a. Construction survey will be performed in order to construct the work shown
on the Construction Drawings and specified in the Contract Documents.
b. For construction methods other than open cut, the Contractor shall perform
construction survey and verify control data including, but not limited to, the
following:
1) Verification that established benchmarks and control are accurate.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised February 14, 2018
017123-4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
2) Use of Benchmarks to furnish and maintain all reference lines and grades
for tunneling.
3) Use of line and grades to establish the location of the pipe.
4) Submit to the City copies of field notesused to establish all lines and
grades, if requested, and allow the City to check guidance system setup prior
to beginning each tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
C. As -Built Survey
1. Required As -Built Survey will be performed by the Contractor.
2. Coordination
a. Contractor is to coordinate with City to confirm which features require as -
built surveying.
b. It is the Contractor's responsibility to coordinate the as -built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12" and under in diameter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and take as -built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 250 linear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub -outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non -gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stonnwater — Not Applicable
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised February 14, 2018
01 7123 -5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
b. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) Water Lines
a) Cathodic protection test stations
b) Sampling stations
c) Meter boxes/vaults (All sizes)
d) Fire hydrants
e) Valves (gate, butterfly, etc.)
f) Air Release valves (Manhole rim and vent pipe)
g) Blow off valves (Manhole rim and valve lid)
h) Pressure plane valves
i) Underground Vaults
(1) Rim and flowline elevations and coordinates for each
Underground Vault.
3) Sanitary Sewer
a) Cleanouts
(1) Rim and flowline elevations and coordinates for each
b) Manholes and Junction Structures
(1) Rim and flowline elevations and coordinates for each
manhole and junction structure.
4) Stormwater — Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
PART 2- PRODUCTS
A. A construction survey will produce, but will not be limited to:
1. Recovery of relevant control points, points of curvature and points of intersection.
2. Establish temporary horizontal and vertical control elevations (benchmarks)
sufficiently permanent and located in a manner to be used throughout construction.
3. The location of planned facilities, easements and improvements.
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly manner for reference.
c. A drawing, when required by the client, indicating the horizontal and vertical
location of facilities, easements and improvements, as built.
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all
construction staking projects. These cut sheets shall be on the standard city template
which can be obtained from the Survey Superintendent (817-392-7925).
5. Digital survey files in the following formats shall be acceptable:
a. AutoCAD (.dwg)
b. ESRI Shapefile (.shp)
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised February 14, 2018
017123-6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
CSV file (.csv), formatted with X and Y coordinates in separate columns (use
standard templates, if available)
6. Survey files shall include vertical and horizontal data tied to original project
control and benchmarks, and shall include feature descriptions
PART 3 - EXECUTION
3.1 INSTALLERS
A. Tolerances:
1. The staked location of any improvement or facility should be as accurate as
practical and necessary. The degree of precision required is dependent on many
factors all of which must remain judgmental. The tolerances listed hereafter are
based on generalities and, under certain circumstances, shall yield to specific
requirements. The surveyor shall assess any situation by review of the overall plans
and through consultation with responsible parties as to the need for specific
tolerances.
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
1.0 ft. tolerance.
b. Horizontal alignment on a structure shall be within .0.1ft tolerance.
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
walkways shall be located within the confines of the site boundaries and,
occasionally, along a boundary or any other restrictive line. Away from any
restrictive line, these facilities should be staked with an accuracy producing no
more than 0.05ft. tolerance from their specified locations.
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
electric lines, shall be located horizontally within their prescribed areas or
easements. Within assigned areas, these utilities should be staked with an
accuracy producing no more than 0.1 ft tolerance from a specified location.
e. The accuracy required for the vertical location of utilities varies widely. Many
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
should be maintained. Underground and overhead utilities on planned profile,
but not depending on gravity flow for performance, should not exceed 0.1 ft.
tolerance.
B. Surveying instruments shall be kept in close adjustment according to manufacturer's
specifications or in compliance to standards. The City reserves the right to request a
calibration report at any time and recommends regular maintenance schedule be
performed by a certified technician every 6 months.
1. Field measurements of angles and distances shall be done in such fashion as to
satisfy the closures and tolerances expressed in Part 3.1.A.
2. Vertical locations shall be established from a pre -established benchmark and
checked by closing to a different bench mark on the same datum.
3. Construction survey field work shall correspond to the client's plans. Irregularities
or conflicts found shall be reported promptly to the City.
4. Revisions, corrections and other pertinent data shall be logged for future reference.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised February 14, 2018
017123-7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION
A. If the Contractor's work damages or destroys one or more of the control
monuments/points set by the City, the monuments shall be adequately referenced for
expedient restoration.
1. Notify City if any control data needs to be restored or replaced due to damage
caused during construction operations.
a. Contractor shall perform replacements and/or restorations.
b. The City may require at any time a survey "Field Check" of any monument
or benchmarks that are set be verified by the City surveyors before further
associated work can move forward.
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
City in accordance with this Specification. This includes easements and right of way, if
noted on the plans.
B. Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP
A. Survey Checks
1. The City reserves the right to perform a Survey Check at any time deemed
necessary.
2. Checks by City personnel or 3' party contracted surveyor are not intended to
relieve the contractor of his/her responsibility for accuracy.
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised February 14, 2018
017123-8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
Added instruction and modified measurement & payment under 1.2; added
8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
Removed "blue text"; revised measurement and payment sections for Construction
Staking and As -Built Survey; added reference to selection compliance with TGC
2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth
measurement criteria; revised list of items requiring as -built survey "during" and
"after" construction; and revised acceptable digital survey file format
CITY OF FORT WORTH Kcdplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised February 14, 2018
SECTION 0174 23
CLEANING
PART 1- GENERAL
1.1 SUMMARY
017423-I
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 Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
01 74 23 - 2
CLEANING
Page 2 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED[
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
01 74 23 - 3
CLEANING
Page 3 of 4
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on -site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Interior Final Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
foreign materials from sight -exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mirrors.
4. Polish glossy surfaces to a clear shine.
5. Ventilating systems
a. Clean permanent filters and replace disposable filters if units were operated
during construction.
b. Clean ducts, blowers and coils if units were operated without filters during
construction.
6. Replace all burned out lamps.
7. Broom clean process area floors.
8. Mop office and control room floors.
D. Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a. Re -seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
01 74 23 - 4
CLEANING
Page 4 of 4
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
1
2
3 PART 1 - GENERAL
4 1.1 SUMMARY
SECTION 0177 19
CLOSEOUT REQUIREMENTS
017719-1
CLOSEOUT REQUIREMENTS
Page 1 of 3
5 A. Section Includes:
6 1. The procedure for closing out a contract
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1— General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various Items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18 A. Guarantees, Bonds and Affidavits
19 1. No application for final payment will be accepted until all guarantees, bonds,
20 certificates, licenses and affidavits required for Work or equipment as specified are
21 satisfactorily filed with the City.
22 B. Release of Liens or Claims
23 1. No application for final payment will be accepted until satisfactory evidence of
24 release of liens has been submitted to the City.
25 1.5 SUBMITTALS
26 A. Submit all required documentation to City's Project Representative.
27
28 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
29
30 1.7 CLOSEOUT SUBMITTALS [NOT USED]
31 PART 2 - PRODUCTS [NOT USED]
32
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised March 22, 2021
01 77 19 - 2
CLOSEOUT REQUIREMENTS
Page 2 of 3
PART 3 - EXECUTION
2 3.1 INSTALLERS [NOT USED]
3 3.2 EXAMINATION [NOT USED]
4 3.3 PREPARATION [NOT USED]
5 3.4 CLOSEOUT PROCEDURE
6 A Prior to requesting Final Inspection, submit:
7 1. Project Record Documents in accordance with Section 0178 39
8 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23
9 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
10 01 74 23.
11 C. Final Inspection
12 1. After final cleaning, provide notice to the City Project Representative that the Work
13 is completed.
14 a. The City will make an initial Final Inspection with the Contractor present
15 b. Upon completion of this inspection, the City will notify the Contractor, in
16 writing within 10 business days, of any particulars in which this inspection
17 reveals that the Work is defective or incomplete.
18 2. Upon receiving written notice from the City, immediately undertake the Work
19 required to remedy deficiencies and complete the Work to the satisfaction of the
20 City.
21 3. The Right-of-way shallbe cleared of all construction materials, barricades, and
22 temporary signage.
23 4. Upon completion of Work associated with the items listed in the City's written
24 notice, inform the City that the required Work has been completed. Upon receipt of
25 this notice, the City, in the presence of the Contractor, will make a subsequent Final
26 Inspection of the project.
27 5. Provide all special accessories required to place each item of equipment in full
28 operation. These special accessory items include, but are not limited to:
29 a. Specified spare parts
30 b. Adequate oil and grease as required for the first lubrication of the equipment
31 c . Initial fill up of all c hemic al tanks and fuel tanks
32 d. Light bulbs
33 e. Fuses
34 f. Vault keys
35 g. Handwheels
36 h. Other expendable items as required for initial start-up and operation of all
37 equipment
38 D. Notice of Project Completion
39 1. Once the City Project Representative finds the Work subsequent to Final Inspection
40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
41 E. Supporting Documentation
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised March 22, 2021
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
N
19
20
21
22
23
24
25
26
01 7719-3
CLOSEOUT REQUIREMENTS
Page 3 of 3
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)
f. 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 ATTACI BIENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW"
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 22, 2021
Kedplasma Plasmapheresis Center
104997
017823-1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
SECTION 0178 23
OPERATION AND MAINTENANCE DATA
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Product data and related information appropriate for City's maintenance and
operation of products furnished under Contract
2. Such products may include, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 30 calendar days of product
shipment to the project site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 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 forin 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 Kcdplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised December 20, 2012
01 78 23 - 2
OPERATION AND MAINTENANCE DATA
Page 2 of 5
d. Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly -leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
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 Kcdplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised December 20, 2012
01 78 23 - 3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
5. Copy of each warranty, bond and service contract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to
product
3) Recommended schedule for cleaning and maintenance
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.
Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut -down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
CITY OF FORT WORTH Kcdplasma I'lasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised December 20, 2012
01 78 23 - 4
OPERATION AND MAINTENANCE DATA
Page 4 of 5
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
CITY OF FORT WORTH Kcdplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised December 20, 2012
017823-5
OPERATION AND MAINTENANCE DATA
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
8/31/2012 D. Johnson
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SUMMARY OF CHANGE
1.5.A.1 — title of section removed
Page 5 of 5
Kcdplasma Plasmapheresis Center
104997
SECTION 0178 39
PROJECT RECORD DOCUMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
01 78 39 - 1
PROJECT RECORD DOCUMENTS
Page 1 of 4
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 ADMIMSTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City's Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other Documents where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
01 78 39 - 2
PROJECT RECORD DOCUMENTS
Page 2 of 4
3. To facilitate accuracy of records, make entries within 24 hours after receipt of
information that the change has occurred.
4. Provide factual information regarding all aspects of the Work, both concealed and
visible, to enable future modification of the Work to proceed without lengthy and
expensive site measurement, investigation and examination.
1.10 STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of all recorded
data to the final Project Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data
to the City's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2- PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide
the City 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
1. Immediately upon receipt of the job set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
017839-3
PROJECT RECORD DOCUMENTS
Page 3 of 4
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum, in accordance with the intervals set forth in Section 01 71 23,
clearly mark any deviations from Contract Documents associated with
installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
5. Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical layout.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 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.
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
01 78 39 - 4
PROJECT RECORD DOCUMENTS
Page 4 of 4
c. Call attention to each entry by drawing a "cloud" around the area or areas
affected.
d. Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2. Transfer of data to other Documents
a. If the Documents, other than Drawings, have been kept clean during progress of
the Work, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as final
Record Documents.
b. If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and
handling, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
1
2
3 PART 1 - GENERAL
4 1.1 SUMMARY
SECTION 02 4113
SELECTIVE SITE DEMOLITION
0241 13 -1
SELECTIVE SITE DEMOLITION
Page I of 5
5 A. Section Includes:
6 1.
Removing sidewalks and steps
7 2.
Removing ADA ramps, landings, and detectable warning surfaces
8 3.
Removing driveways
9 4.
Removing fences
10 5.
Removing guardrail
11 6.
Removing retaining walls (less than 4 feet tall)
12 7.
Removing mailboxes
13 8.
Removing rip rap
14 9.
Removing miscellaneous concrete structures including porches and foundations
15 10.
Disposal of removed materials
16 B. Deviations
this from City of Fort Worth Standard Specification
17 1.
None.
18 C. Related Specification Sections include, but are not necessarily limited to:
19 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the
20 Contract
21 2. Division 1— General Requirements
22 3. Section 3123 23 — Borrow
23 1.2 PRICE AND PAYMENT PROCEDURES
24
A. Measurement and Payment
25
1. Measurement
26
a.
Remove Sidewalk: Measure by square foot.
27
b.
Remove Steps: measure by the square foot as seen in the plan view only.
28
c.
Remove ADA Ramp: measure by each.
29
d.
Remove Detectable Warning Surface: measure by each
30
e.
Remove Driveway: measure by the square foot by type.
31
f.
Remove Fence: measure by the linear foot.
32
g.
Remove Guardrail: measure by the linear foot along the face of the rail in place
33
including metal beam guard fence transitions and single guard rail terminal
34
sections from the center of end posts.
35
h.
Remove Retaining Wall (less than 4 feet tall): measure by the linear foot
36
i.
Remove Mailbox, Remove and Replace Mailbox, and Relocate Mailbox:
37
measure by each.
38
j.
Remove Rip Rap: measure by the square foot.
39
k.
Remove Miscellaneous Concrete Structure: measure by the lump sum.
40
2. Payment
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 11, 2022
1
2
4
6
7
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
0241 13 -2
SELECTIVE SITE DEMOLITION
Page 2of5
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 willbe
allowed.
d. Remove Detectable Warning Surface: full compensation for removal, hauling,
disposal, tools, equipment, labor and incidentals needed to execute work. Work
includes detectable warning surface removal from ramp.
e. 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.
f. 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.
g. 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.
h. 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.
i. 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.
j. Remove and Replace Mailbox and Relocate Mailbox: full compensation for
removal, hauling, disposal or relocation, and installation or construction of
replacement, tools, equipment, labor and incidentals needed to execute work for
different types: traditional pipe and mailbox or brick mailbox, at equal or better
condition on completion
k. 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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11, 2022
KEDPLASMA PLASMAPHERESIS CENTER
523010
0241 13 -3
SELECTIVE SITE DEMOLITION
Page 3 of 5
1 1. Remove Miscellaneous Concrete Structure: full compensation for saw cutting,
2 removal, hauling, disposal, tools, equipment, labor and incidentals needed to
3 execute work. For utility projects, this Item shall be considered subsidiary to
4 the trench and no other compensation willbe allowed.
5 1.3 REFERENCES
6 A. Definitions
7 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit
8 pavers.
9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
10 1.5 SUBMITTALS [NOT USED]
11 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
12 1.7 CLOSEOUT SUBMITTALS [NOT USED]
13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
14 1.9 QUALITY ASSURANCE [NOT USED]
15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
16 1.11 FIELD [SITE] CONDITIONS [NOT USED]
17 1.12 WARRANTY [NOT USED]
18 PART 2 - PRODUCTS
19 2.1 OWNER -FURNISHED PRODUCTS [NOT USED]
20 2.2 MATERIALS
21
A. Fill Material: See Section 3123 23.
22
2.3
ACCESSORIES [NOT USED]
23
2.4
SOURCE QUALITY CONTROL [NOT USED]
24
PART 3 - EXECUTION
25
3.1
INSTALLERS [NOT USED]
26
3.2
EXAMINATION [NOT USED]
27
3.3
PREPARATION [NOT USED]
28
3.4
REMOVAL
29
A. Remove Sidewalk
30
1. Remove sidewalk to nearest existing dummy, expansion or construction joint.
31
2. Sawcut when removing to nearest joint is not practical. See 3.4.K
32
B. Remove Steps
33
1. Remove step to nearest existing dummy, expansion or construction joint.
34
2. Sawcut when removing to nearest joint is not practical. See 3.4.K
35
C. Remove ADA Ramp
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 11, 2022
0241 13 -4
SELECTIVE SITE DEMOLITION
Page 4of5
1
1.
Sawcut existing curb and gutter and pavement prior to wheelchair ramp removal.
2
See 3.4.K
3
2.
Remove ramp to nearest existing dummy, expansion or construction joint on
4
existing sidewalk.
5
D. Remove Detectable Warning Surface
6
1.
Remove old detectable warning surface from ramp, including either pavers or
7
prefabricated panels
8
2.
Clean any glue or residue from the surface
9
E. Remove Driveway
10
1.
Sawcut existing drive, curb and gutter and pavement prior to drive removal. See
11
3.4.K
12
2.
Remove drive to nearest existing dummy, expansion or construction joint.
13
3.
Sawcut when removing to nearest joint is not practical. See 3.4.K
14
4.
Remove adjacent sidewalk to nearest existing dummy, expansion or construction
15
joint on existing sidewalk.
16
F. Remove Fence
17
1.
Remove all fence components above and below ground and backfill with acceptable
18
fill material.
19
2.
Use caution in removing and salvaging fence materials.
20
3.
Salvaged materials may be used to reconstruct fence as approved by City or as
21
shown on Drawings.
22
4.
Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced
23
areas during construction operation and while removing fences.
24
G. Remove
Guardrail
25
1.
Remove rail elements in original lengths.
26
2.
Remove fittings from the posts and the metal rail and then pull the posts.
27
3.
Do not mar or damage salvageable materials during removal.
28
4.
Completely remove posts and any concrete surrounding the posts.
29
5.
Furnish backfill material and backfill the hole with material equal in composition
30
and density to the surrounding soil unless otherwise directed.
31
6.
Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1-
32
foot below the new subgrade elevation and leave in place along with the dead man.
33 H. Remove Retaining Wall (less than 4 feet tall)
34 1. Remove wall to nearest existing joint.
35 2. Sawcut when removing to nearest joint is not practical. See 3.4.K
36 3. Removal includes all components of the retaining wall including footings.
37 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A
38 I. Remove Mailbox
39 1. Salvage existing materials for reuse. Mailbox materials may need to be used for
40 reconstruction.
41 J. Remove Rip Rap
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 11, 2022
0241 13 -5
SELECTIVE SITE DEMOLITION
Page 5 of 5
1 1. Remove rip rap to nearest existing dummy, expansion or construction joint.
2 2. Sawcut when removing to nearest joint is not practical. See 3.4.K
3 K Remove Miscellaneous Concrete Structure
4 1. Remove portions of miscellaneous concrete structures including foundations and
5 slabs that do not interfere with proposed construction to 2 feet below the finished
6 ground line.
7 2. Cut reinforcement close to the portion of the concrete to remain in place.
8 3. Break or perforate the bottom of structures to remain to prevent the entrapment of
9 water.
10 L. Sawcut
11 1. Sawing Equipment
12 a. Power -driven
13 b. Manufactured for the purpose of sawing pavement
14 c. In good operating condition
15 d. Shall not spall or fracture the pavement to the removal area
16 2. Sawcut perpendicular to the surface completely through existing pavement.
17 3.5 REPAIR [NOT USED]
18 3.6 RE -INSTALLATION [NOT USED]
19 3.7 SITE QUALITY CONTROL [NOT USED]
20 3.8 SYSTEM STARTUP [NOT USED]
21 3.9 ADJUSTING [NOT USED]
22 3.10 CLEANING [NOT USED]
23 3.11 CLOSEOUT ACTIVITIES [NOT USED]
24 3.12 PROTECTION [NOT USED]
25 3.13 MAINTENANCE [NOT USED]
26 3.14 ATTACHMENTS [NOT USED]
27 END OF SECTION
28
Revision Log
DATE NAME SUMMARYOF CHANGE
29
12/20/2012 D. Johnson 1.2.A.2. Modified Payment - Items will be subsidiary to trench on utility projects
3/11/2022 M Owen/S Hobbs Added measurement and payment for Remove andReplace Mailbox and Relocate
Mailbox and Remove Detectable Warning & rface
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 11, 2022
024115-1
PAVING REMOVAL
Page I 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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 3.4.B.
2. Remove concrete to the nearest expansion joint or vertical saw cut.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 2, 2016
0241 15 - 4
PAVING REMOVAL
Page 4 of 6
D. Remove Concrete Curb and Gutter
1. Sawcut: See 3A.B.
2. Minimum limits of removal: 30 inches in length.
E. Remove Asphalt Paving
1. Sawcut: See 3A.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.
f. Stockpiling of planed material will not be permitted within the right of way
unless approved by the City.
g. If the existing base is brick and cannot be milled, remove a 5 foot width of the
existing brick base. See 3.3.G. for brick paving removal.
2. Milling Equipment
a. Power operated milling machine capable of removing, in one pass or two
passes, the necessary pavement thickness in a five-foot minimum width.
b. Self-propelled with sufficient power, traction and stability to maintain accurate
depth of cut and slope.
c. Equipped with an integral loading and reclaiming means to immediately
remove material cut from the surface of the roadway and discharge the cuttings
into a truck, all in one operation.
d. Equipped with means to control dust created by the cutting action.
e. Equipped with a manual system providing for uniformly varying the depth of
cut while the machine is in motion making it possible to cut flush to all inlets,
manholes, or other obstructions within the paved area.
f. Variable Speed in order to leave the specified grid pattern.
g. Equipped to minimize air pollution.
3. Wedge Milling and Surface Milling
a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter
at a depth of 2 inches and transitioning to match the existing pavement (0-inch
cut) at a minimum width of 5 feet.
b. Surface Mill existing asphalt pavement to the depth specified,
c. Provide a milled surface that provides a uniform surface free from gouges,
ridges, oil film, and other imperfections of workmanship with a uniform
textured appearance.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 2, 2016
024115-5
PAVING REMOVAL
Page 5 of 6
d. In all situations where the existing H.M.A.C. surface contacts the curb face, the
wedge milling includes the removal of the existing asphalt covering the gutter
up to and along the face of curb.
e. Perform wedge or surface milling operation in a continuous manner along both
sides of the street or as directed.
4. Butt Joint Milling
a. Mill butt joints into the existing surface, in association with the wedge milling
operation.
b. Butt joint will provide a full width transition section and a constant depth at the
point where the new overlay is terminated.
c. Typical locations for butt joints are at all beginning and ending points of streets
where paving material is removed. Prior to the milling of the butt joints,
consult with the City for proper location and limits of these joints.
d. Butt Milled joints are required on both sides of all railroad tracks and concrete
valley gutters, bridge decks and culverts and all other items which transverse
the street and end the continuity of the asphalt surface.
e. Make each butt joint 20 feet long and milled out across the full width of the
street section to a tapered depth of 2 inch.
f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a
line adjacent to the beginning and ending points or intermediate transverse
items.
g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride
over the bump.
G. Remove Brick Paving
1. Remove masonry paving units to the limits specified in the plans or as directed by
the City.
2. Salvage existing bricks for re -use, clean, palletize, and deliver to the City Stock pile
yard at 3300 Yuma Street or as directed.
H. Pavement Pulverization
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 2, 2016
024115-6
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]
DATE NAME
END OF SECTION
Revision Log
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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 2, 2016
KEDPLASMA PLASMAPHERESIS CENTER
523010
260500-1
COMMON WORKRESULTS FOR ELECTRICAL
Page 1 of 5
1 SECTION 26 05 00
2 COMMON WORK RESULTS FOR ELECTRICAL
3 PART 1 - GINII2AL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. All labor, materials and equipment required to install, test and provide an
7 operational, electrical system as specified and as shown on the Drawings
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1— General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. Electrical Facilities
16 a. Measurement
17 1) Measurement for this Item shall be by lump sum.
18 b. Payment
19 1) The work performed and materials furnished in accordance to this Item
20 shall be paid for at the lump sum price bid for "Electrical Facilities".
21 c. The price bid shall include:
22 1) Furnishing and installing a complete electrical system
23 2) Wire
24 3) Cable
25 4) Conduit and related hardware
26 5) Supports
27 6) Excavation
28 7) Furnishing, placement and compaction of backfill
29 8) Hauling
30 9) Clean-up
31 2. Furnish and Install Electrical Service
32 a. Measurement
33 1) Measurement for electrical service shall be per each type and size furnished
34 and installed.
35 b. Payment
36 1) The work performed and the materials furnished in accordance with this
37 Item shall be paid for at the unit price bid for "Furnish/Install Electrical
38 Service" shall be made at the price bid per each type and size installed.
39 c. The price bid shall include all aspects of completing the installation of electrical
40 service including, but not limited to:
41 1) Conduit
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 11, 2022
26 05 00 - 2
COMMON WORKRESULTS FOR ELECTRICAL
Page 2of5
1 2) Pole risers
2 3) Meter base
3 4) Breaker box
4 5) Breakers
5 6) Coordination with Electrical Service Provider
6 3. Install Electrical Service
7 a. Measurement
8 1) Measurement for electrical service shallbe per each type and size installed.
9 b. Payment
10 1) The work performed and the materials furnished in accordance with this
11 Item shall be paid for at the unit price bid for "Install Electrical Service"
12 shall be made at the price bid per each type and size installed.
13 c. The price bid shall include all aspects of completing the installation of electrical
14 service including, but not limited to:
15 1) Conduit
16 2) Pole risers
17 4. Remove Electrical Service
18 a. Measurement
19 1) Measurement for electrical service shallbe per each type and size removed.
20 b. Payment
21 1) The work performed in accordance with this Item shall be paid for at the
22 unit price bid for "Remove Electrical Service" shall be made at the price bid
23 per each type and size removed.
24 c. The Price bid shall include all aspects of completing the removal of electrical
25 service including, but not limited to:
26 1) Foundation 2 ft below ground surface
27 2) Stand alone poles that services only the electrical service
28 1.3 REFERENC ES
29 A. Reference Standards
30 1. Reference standards cited in this Specification refer to the current reference
31 standard published at the time of the latest revision date logged at the end of this
32 Specification, unless a date is specifically cited.
33 2. Underwriters Laboratories, Inc. (UL)
34 1.4 ADMINISTRATIVE REQUIREMENTS
35 A. Coordination
36 1. Where references are made to the Related Work paragraph in each Specification
37 Section, referring to other Sections and other Divisions of the Specifications, the
38 Contractor shall provide such information or Work as may be required in those
39 references, and include such information or Work as may be specified.
40 2. Division 26 requirements apply to electrical work provided under any division of
41 the Specifications
42 B. Service and Metering
43 1. Obtain service from the electric service provider at 120/240 Volts, Single Phase,
44 Three Wire, 60 Hz from transformer equipment furnished and installed by the
45 power company.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 11, 2022
26 05 00 - 3
COMMON WORKRESULTS FOR ELECTRICAL
Page 3 of 5
1 2. Power company responsibilities
2 a. Furnishing and installing the primary overhead conductors and pole line
3 b. Furnishing and installing the transformer or riser pole, primary cutouts,
4 lightning arresters and grounding
5 c. Furnishing and installing primary conduits and cables
6 d. Furnishing and installing the transformer pad and grounding (if pad -mounted
7 transformer)
8 e. Furnishing and installing transformer
9 f. Terminating underground primary cables
10 g. Furnishing metering current transformers (CT's), meter and meter wiring
11 h. Terminating secondary cables to the service transformer
12 i. Furnishing meter base and enclosure
13 3. Contractor responsibilities
14 a. Furnishing and installing secondary conduits and cables
15 b. Furnishing and installing power company approved metering current
16 transformer enclosure (if required by power company)
17 c. Installing meter base
18 d. Furnishing and installing an empty conduit with pull line from the metering
19 current transformer enclosure to the meter enclosure. Conduit size and type
20 approved by the power company
21 e. Coordinating electrical service installation with power company
22 4. City responsibilities
23 a. Negotiating with power company for the costs of new or revised services
24 b. Making payment directly to power company for such costs
25 C. Codes, Inspections and Fees
26 1. Obtain all necessary permits and pay all fees required for permits and inspections.
27 1.5 SUBMITTALS [NOT USED]
28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
29 1.7 CLOSEOUT SUBMITTALS [NOT USED]
30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
31 1.9 QUALITY ASSURANCE
32 A. Materials and Equipment
33 1. New, except where specifically identified on the Drawings to be reused.
34 2. UL listed, where such listing exists.
35 3. Electrical service
36 a. Service type shall be as shown on the Drawings.
37 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
38 1.11 FIELD CONDITIONS [NOT USED]
39 1.12 WARRANTY
40 A. Manufacturer Warranty
41 1. Manufacturer's warranties are specified in each of the Specification Sections.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 11, 2022
26 05 00 - 4
COMMON WORKRESULTS FOR ELECTRICAL
Page 4of5
1 PART 2 - PRODUCTS [NOT USED]
2 PART 3 - EXECUTION
3 3.1 INSTALLERS [NOT USED]
5 A. Interpretation of Drawings
6 1. Coordinate the conduit installation with other trades and the actual supplied
7 equipment.
8 2. Where circuits are shown as home runs: Provide fittings and boxes for complete
9 raceway installation.
10 3. Verify exact locations and mounting heights of lighting fixtures, switches and
11 receptacles prior to installation.
12 3.3 PREPARATION [NOT USED]
13 3.4 INSTALLATION
14 A. Phase Balancing
15 1. Connect circuits on motor control centers and panelboards to result in evenly
16 balanced loads across all phases.
17 3.5 REPAIR / RESTORATION [NOT USED]
18 3.6 RE -INSTALLATION [NOT USED]
19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
20 3.8 SYSTEM STARTUP
21
A. Tests and Settings
22
1.
Test systems and equipment furnished under Division 26.
23
2.
Repair or replace all defective work.
24
3.
Make adjustments to the systems as specified and/or required.
25
4.
Prior to energizing electrical equipment, make all tests required by the individual
26
Specification sections.
27
a. Submit a sample test form or procedure.
28
b. Submit the required test reports and data within 30 days after the test.
29
c. Include names of all test personnel.
30
d. Initial each test.
31
5.
Check wire and cable terminations for tightness.
32
6.
Verify all terminations at transformers, equipment, capacitor connections, panels,
33
and enclosures by producing a 12 3 rotation on a phase sequence motor when
34
connected to A, B, and C phases.
35
7.
Inspect, set, and test mechanical operation for circuit breakers, disconnect switches,
36
motor starters, and control equipment.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 11, 2022
26 05 00 - 5
COMMON WORKRESULTS FOR ELECTRICAL
Page 5 of 5
1 8. Check interlocking, control and instrument wiring for each system and/or part of a
2 system to prove that the system will function properly as indicated by schematic
3 and wiring diagrams.
4 9. Schedule and coordinate testing with the City at least 2 weeks in advance.
5 10. Provide qualified test personnel, instruments and test equipment.
6 11. Refer to the individual equipment Sections for additional specific testing
7 requirements.
8 3.9 ADJUSTING [NOT USED]
9 3.10 CLEANING [NOT USED]
10 3.11 CLOSEOUT ACTIVITIES [NOT USED]
11 3.12 PROTECTION [NOT USED]
12 3.13 MAINTENANCE [NOT USED]
13 3.14 ATTACHMENTS [NOT USED]
14 END OF SECTION
15
Revision Log
DATE NAME SUMMARYOF CHANGE
11/22/13 S. Arnold Added installation only pay item for electrical services
3/11 /22 S. Hobbs Added removal only pay item for electrical service
16
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 11, 2022
260510-1
DEMOLITION FOR ELECTRICAL SYSTEMS
Page 1 of 4
SECTION 26 05 10
DEMOLITION FOR ELECTRICAL SYSTEMS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Furnish, install and test all equipment, wiring and appurtenances as may be required
to perform the electrical demolition shown on the Drawings and as specified herein.
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 lump sum.
2. Payment
a. The work performed and the materials furnished in accordance with this Item
shall be paid for at the lump sum price bid for "Salvage Electrical Equipment".
3. The price bid shall include:
a. Removing and salvaging electrical equipment including, but not limited to:
1) Wire and cable
2) Encasement
3) Conduit
4) Supports
b. Excavation
c. Furnishing, placement and compaction of backfill
d. Hauling
e. 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. National Fire Protection Association (NFPA)
a. 70, National Electrical Code (NEC)
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
260510-2
DEMOLITION FOR ELECTRICAL SYSTEMS
Page 2 of 4
1. Coordinate with the City or their designee 48 hours in advance of removals.
2. Coordinate with other Trades for removal of electrical services in conjunction with
the removal of the associated equipment.
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. Delivery and Acceptance Requirements
1. All salvage materials will be delivered by the Contractor to the City at a location
designated by the Inspector. The Inspector, assisted by authorized representatives,
will serve as the receiving agent for salvage material.
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. Verify field measurements and circuiting arrangements.
B. Verify that abandoned wiring and equipment serve only abandoned facilities.
C. Report Drawing discrepancies to City before disturbing the existing installation.
3.3 PREPARATION
A. Disconnect electrical systems in walls, floors and ceilings scheduled for removal.
B. Coordinate utility service outages with Utility Company to minimize length and number
of outages.
C. Provide temporary wiring and connections to maintain existing systems in service
during construction.
D. When work must be performed on energized equipment or circuits, use personnel
experienced in such operations.
E. Existing Electrical Service: Maintain existing system in service until new system is
complete and ready for service.
F. Disable system only to make switchovers and connections.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
260510-3
DEMOLITION FOR ELECTRICAL SYSTEMS
Page 3 of 4
G. Obtain permission from City at least 1 week in advance, before partially or completely
disabling system.
3.4 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK
A. Remove, relocate and extend existing installations to accommodate new construction.
B. Remove abandoned wiring to source of supply.
C. Remove exposed abandoned conduit, including abandoned conduit above accessible
ceiling finishes.
1. Cut conduit flush with walls and floors and patch surfaces.
D. Disconnect abandoned outlets and remove devices.
1. Remove abandoned outlets if conduit serving them is abandoned and removed.
2. Provide blank cover for abandoned outlets which are not removed.
E. Disconnect and remove abandoned panelboards and distribution equipment.
F. Disconnect and remove electrical devices and equipment that has been removed.
G. Repair adjacent construction and finishes damaged during demolition and extension
work.
H. Maintain access to existing installations which remain active. Modify installation or
provide access to panels as appropriate.
I. Where the demolition or revision of any portion of a raceway or box in the raceway
system, in an area, causes the raceway system of the area to no longer comply with the
classification or Specification requirements of the area, provide and install such boxes,
fittings, etc. as may be necessary to return the raceway system to compliance with
Specifications.
J. Extend existing installations using materials and methods as specified for new Work.
K. Minimize noise, dust, and vibration and conduct the work so as to avoid any damage to
the surroundings.
L. Salvaged Equipment and Materials
1. The City shall have the right to retain any or all electrical and instrumentation
equipment shown or specified to be removed from the site.
2. Deliver the City's equipment to a site designated by the City.
3. If the City refuses the salvage, the Contractor must claim ownership of the
materials and dispose of them properly.
4. Prior to starting demolition, the Contractor and City shall jointly visit the areas of
demolition and the City will designate those items that are to remain the property of
the City.
5. Take necessary precautions in removing City designated property to prevent
damage during the demolition process.
a. Remove steel structural members by unbolting, cutting welds, or cutting rivet
heads and punching shanks through holes.
b. Do not use a cutting torch to separate the City's equipment or material.
6. Remove items in 1 piece or in a manner that does not impact their reuse.
a. Loose components may be removed separately.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
260510-4
DEMOLITION FOR ELECTRICAL SYSTEMS
Page 4 of 4
b. Controls and electrical equipment may be removed from the equipment and
handled separately.
c. Large units may be handled separately.
d. Salvaged piping shall be taken apart at flanges or fittings and removed in
sections.
M. Material removed from the construction site during demolition, and any equipment not
otherwise designated to remain the property of the City in accordance with the pre -
demolition identification process shall become the property of the Contractor, and shall
be promptly removed from the construction site.
N. Refurbish and replace any existing facility, to be left in place, which is damaged by the
demolition operations.
1. The repair of such damage shall leave the parts in a condition at least equal to that
found at the start of the work.
3.5 RESTORATION
A. Clean and repair existing materials and equipment which remain or are to be reused.
B. Panelboards
1. Clean exposed surfaces.
2. Check tightness of electrical connections.
3. Replace damaged circuit breakers.
4. Provide closure plates for vacant positions.
5. Provide typed circuit directory showing revised circuiting arrangement.
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
260533-1
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 1 of 12
SECTION 26 05 33
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Furnish and install complete raceway systems as shown on the Drawings and as
specified herein.
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 26 05 43 — Underground Ducts and Raceways for Electrical Systems
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists
a. Measurement
1) This Item is considered subsidiary to Electrical Facilities.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to Electrical Facilities and shall be subsidiary to the
lump sum price bid for Electrical Facilities, and no other compensation will
be allowed.
2. Conduits and Related Hardware, when no bid item for Electrical Facilities exists
a. Measurement
1) Measurement for conduit shall be per linear foot of the size, installation
method, and type of conduit installed.
2) Limits of measurement for conduit are from center to center between
ground boxes or poles, a combination of the two or to the termination point.
b. Payment
1) Payment for conduit shall be made at the price bid per linear foot of the
size, installation method, and type of conduit installed.
c. The price bid shall include:
1) Installation of Conduit and Related Hardware including, but not limited to:
a) Elbows
b) Couplings
c) Weatherheads
3. Conduit Boxes, when a bid item for Electrical Facilities exists
a. Measurement
1) This Item is considered subsidiary to Electrical Facilities.
b. Payment
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
26 05 33 - 2
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 2 of 12
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to Electrical Facilities and shall be subsidiary to the
lump sum price bid for Electrical Facilities, and no other compensation will
be allowed.
4. Conduit Boxes, when no bid item for Electrical Facilities exists
a. Measurement
1) Measurement for this Item shall be per each Conduit Box installed per
location of installation.
b. Payment
1) The work performed and materials furnished in accordance to this Item
shall be paid for at the unit price bid for "Conduit Box" installed.
c. The price bid shall include:
1) Furnishing and installing the Conduit Box
2) Excavation
3) Furnishing, placement and compaction of backfill
4) 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 National Standards Institute, Inc. (ANSI).
a. ANSI C80.5, American National Standard for Electrical Rigid Aluminum
Conduit (ERAC).
3. National Electrical Manufacturers Association (NEMA).
a. 250, Enclosures for Electrical Equipment (1000 Volt Maximum).
b. C80.1, Electrical Rigid Steel Conduit.
c. TC-2, Electrical Polyvinyl Chloride (PVC) Tubing and Conduit.
d. TC-3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and
Tubing.
e. TC-7, Smooth -Walled Coilable Electrical Polyethylene Conduit.
4. National Fire Protection Association (NFPA)
a. 70 — National Electrical Code (NEC).
1) Article 350, Liquidtight Flexible Metal Conduit: Type LFMC.
2) Chapter 9, Tables.
5. Underwriters Laboratories (UL)
a. 6, Electrical Rigid Metal Conduit — Steel.
b. 51413, Conduit, Tubing and Cable Fittings.
c. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit.
B. All equipment components and completed assemblies specified in this Section of the
Specifications shall bear the appropriate label of UL.
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
26 05 33 -3
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 3 of 12
A. Product Data
1. Submit to the City, in accordance with Division 1, the manufacturers' names and
product designation or catalog numbers of all materials specified.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Qualifications
1. Manufacturers
a. Refer to Specification Section 0160 00 for listing of approved manufacturers
for all materials.
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Handling: In accordance with manufacturer's instructions.
2. Storage
a. In accordance with manufacturer's instructions
b. Not exposed to sunlight
c. Completely covered
3. Materials showing signs of previous or jobsite exposure will be rejected.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
A. No separate warranty on conduit.
PART2- PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED]
2.2 CONDUIT
A. Liquidtight Steel Flexible Metal Conduit
1. Interlocked steel core
2. PVC jacket rated for 80 degrees Celsius
3. Complies with NEC Article 350
4. Fittings
5. Extruded from 6063 T-1 alloy
6. Maximum 0.1 percent copper content
7. Conform to:
a. ANSI C80.5
b. UL-6
B. Rigid Steel Conduit
1. Hot dip galvanized
2. Threads: Hot galvanized after cutting
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
26 05 33 - 4
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 4 of 12
3. Conforms to:
a. NEMA C80.1
C. Rigid PVC Schedule 80 Conduit
1. Designed for use above ground and underground as described in the NEC
2. Resistant to sunlight
3. UL Labeled
4. Conforms to:
a. NEMA TC-2
b. UL 651
5. Fittings conform to:
a. NEMA TC-3
b. UL 514B
D. Rigid PVC Schedule 40 Conduit
1. Designed for use underground as described in the NEC
2. Resistant to sunlight
3. UL Labeled.
4. Conforms to:
a. NEMA TC-2
b. UL 651
5. Fittings conform to:
a. NEMA TC-3
b. UL 514B
E. High Density Polyethylene (HDPE) Conduit
1. Designed for use underground as described in the NEC
2. Resistant to sunlight
3. UL Labeled
4. Conforms to:
a. UL 651A
b. UL 651B
c. NEMA TC-7
F. Raceway Boxes
1. Use: Exposed raceway systems only
2. Boxes for underground systems: Refer to Section 26 05 43.
3. Box size
a. Distance between each raceway entry inside the box and the opposite wall: Not
be less than 6 times the trade size of the largest raceway in a row.
b. Distance shall be increased for additional entries by the amount of the sum of
the diameters of all other raceway entries in the same row on the same wall of
the box.
c. Each row calculated individually, and the single row that provides the
maximum distance used to size box.
2.3 ACCESSORIES
A. Conduit Outlet Bodies
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
26 05 33 -5
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 5 of 12
1. Up to and including 2-1/2 inches
a. Conduit outlet bodies and covers: Galvanized steel
b. Captive screw -clamp cover
c. Neoprene gasket
d. Stainless steel screws and clamps
2. Larger than 2-1/2 inches
a. Use junction boxes.
B. Conduit Hubs
1. Watertight
2. Threaded galvanized steel
3. Insulated throat
4. Stainless steel grounding screw
C. Grounding Bushings
1. Insulated lay -in lug grounding bushings
2. Tin-plated copper grounding path
3. Integrally molded noncombustible phenolic insulated surfaces rated 150 degrees
Celsius
4. Plastic insert cap each bushing
5. Lug size: Sufficient to accommodate maximum ground wire size required by the
NEC for the application
D. Raceway Sealant
1. Use for sealing of raceway hubs, entering or terminating in boxes or enclosures
where shown or specified
E. Conduit Penetration Seals
1. Use for conduit wall and floor seals
F. Conduit and related hardware
1. All polyvinyl chloride conduits, including elbows and couplings shall be schedule
40 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters'
Laboratories, Inc. Standard UL-651. All conduit sizes shall be as indicated on the
Drawings.
2. Rigid metal conduit shall be steel, hot -dipped galvanized inside and outside.
3. Weather heads shall be made of aluminum and may be the threaded or the clamp on
type.
G. Expansion/Deflection Fittings
1. Use
a. Embedded in concrete
b. Exposed
2. Description
a. Internal grounding
b. 4 inch movement
c. Stainless steel/cast iron
H. Expansion Fittings
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
26 05 33 - 6
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 6 of 12
1. Galvanized steel
2. 8 inch movement
3. Internal grounding
2.4 SOURCE QUALITY CONTROL [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
A. Interface with Other Work
1. Coordinate the placement of conduit and related components with other trades and
existing installations.
B. Unless shown on the Drawings or specified otherwise, the conduit type installed with
respect to the location shall be as follows:
1. Underground, 18 inches or more cover: Rigid PVC Schedule 40 or HDPE
2. Underground, less than 18 inches cover: Rigid PVC Schedule 80 or HDPE
3. Exposed: Rigid galvanized steel
4. Final connection to equipment subject to vibration: Liquidtight Steel Flexible Metal
Conduit
C. Box Applications
1. Furnish raceway junction, pull and terminal boxes with NEMA ratings for the
location in which they are installed.
2. Exposed switch, receptacle and lighting outlet boxes and conduit fittings:
Galvanized steel
3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or
enclosure is prohibited
D. Conduit Outlet Bodies Applications
1. Conduits up to and including 2-1/2 inches: Conduit outlet bodies may be used,
except where junction boxes are shown or otherwise specified
2. Conduits larger than 2-1/2 inches: Use junction boxes
E. Conduit Hub Applications
1. Unless specifically stated herein or described on the Drawings, all raceways shall
terminate at an outlet with a conduit hub. Locknut or double locknut terminations
will not be permitted.
F. Insulated Grounding Bushing Applications
1. Use: Terminate raceways at bottom entry to pad -mounted electrical equipment or
switchgear, if there is no wall or floor pan on which to anchor or terminate the
raceway.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
26 05 33 - 7
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 7 of 12
2. Other raceways: Terminate on enclosures with a conduit hub.
3. Grounding bushing caps: Remain on the bushing until the wire is ready to be
pulled.
G. Conduit Fittings Applications
1. Combination expansion deflection fittings: Install where conduits cross structure
expansion joints, on conduit transitions from underground to above ground, and
where installed in exposed conduit runs such that the distance between expansion -
deflection fittings does not exceed 150 feet of conduit run.
2. Expansion fittings: Install in lieu of a combination expansion -deflection fitting, on
the exposed side of conduit transitions from underground to above ground, where
the earth has been disturbed to a depth of more than 10 feet.
H. Conduit Penetration Seals Applications
1. Conduit wall seals: Use where underground conduits penetrate walls or at other
locations shown on the Drawings
2. Conduit sealing bushings: Use to seal conduit ends exposed to the weather and at
other locations shown on the Drawings
I. Conduit Tag Applications
1. Tag all conduits within 1 foot of the entry of equipment, and wall and floor
penetrations.
2. Tag all underground conduits and ducts at all locations, exiting and entering from
underground, including manholes and handholes.
J. Raceway Installation
1. No conduit smaller than P/4 inch electrical trade size.
2. No more than the equivalent of 3 - 90 degree bends in any 1 run.
3. Do not pull wire until the conduit system is complete in all details.
4. Install all underground raceways in accordance with Section 26 05 43.
5. Where raceways enter or leave the raceway system, where the raceway origin or
termination, could be subjected to the entry of moisture, rain or liquid of any type,
particularly where the termination of such raceways terminate in any equipment,
new or existing at a lower elevation, such raceways shall be tightly sealed, using
watertight sealant (Duxseal or equal), at the higher elevation, both before and after
the installation of cables, such that there shall be no entry of water or moisture to
the Raceway System at any time. Any damage to new or existing equipment, due to
the entrance of moisture from unsealed raceways, shall be corrected by complete
replacement of such equipment, at no cost to the City. Cleaning or drying of such
damaged equipment will not be acceptable.
6. Conduit supports, for other than for underground raceways: Space at intervals of 8
feet or less as required to obtain rigid construction.
7. Single conduits: Support with 1 hole pipe clamps in combination with 1 screw back
plates, to raise conduits from the surface.
8. Multiple runs of conduits: Supported on trapeze type hangers with horizontal
members and threaded hanger rods not less than 3/8 inch in diameter.
9. Surface mounted panel boxes, junction boxes, and conduit: Supported by strut to
provide a minimum of 1/2 inch clearance between wall and equipment.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
26 05 33 - 8
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 8 of 12
10. Conduit hangers: Attach to structural steel by means of beam or channel clamps.
Use concrete inserts of the spot type where attached to concrete surfaces.
11. Conduits on exposed work
a. Install at right angles to and parallel with the surrounding wall.
b. Conform to the form of the ceiling.
c. No diagonal runs.
d. Provide concentric bends in parallel conduit runs.
e. Install conduit perfectly straight and true.
12. Conduits terminated into enclosures: Install perpendicular to the walls where
flexible liquidtight or rigid conduits are required.
a. Do not use short sealtight elbow fittings for such terminations, except for
connections to instrumentation transmitters where multiple penetrations are
required.
13. Use insulated throat grounding bushings for conduits containing equipment
grounding conductors and terminating in boxes. Connect grounding conductors to
the box.
14. Install conduits using threaded fittings. Do not use running threads.
15. PVC conduit: Use glued type conduit fittings.
16. HDPE conduit: Use fittings by same manufacturer as conduit.
17. Liquidtight flexible steel conduit
a. Primary and secondary of transformers
b. Generator terminations
c. Other equipment where vibration is present
d. Connections to instrumentation transmitters, where multiple penetrations are
required
e. Do not use in other locations.
f. Maximum length: Not greater than that of a factory manufactured long radius
elbow of the conduit size being used
g. Maximum bending radius: Not less than that shown in the NEC Chapter 9,
Table 2, "Other Bends".
h. Do not use BX or AC type prefabricated cables.
18. Conduits passing through openings in walls or floor slabs: Seal remaining openings
against the passage of flame and smoke.
19. Conduit ends exposed to the weather or corrosive gases: Seal with conduit sealing
bushings.
20. Raceways terminating in Control Panels or boxes containing electrical equipment
a. Do not install to enter from the top of the panel or box.
b. Seal with a watertight sealant: Duxseal or equal
21. Conduit
a. The Contractor will be required to coordinate with all local utility companies,
long distance communication companies, City utilities, railroad companies, and
Dig Tess if applicable, to ascertain exact locations of conflicting underground
services.
b. The location of conduits and ground boxes are diagrammatic only and may be
shifted by the Inspector to accommodate field conditions.
c. The maximum allowable overcut shall be 1 inch (25 mm) in diameter for bores.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
26 05 33 - 9
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 9 of 12
d. The vertical and horizontal tolerances shall not exceed 18 inches (457 mm) as
measured from the intended target point for bores.
e. The use of a pneumatically driven device for punching holes beneath the
pavement (commonly known as a "missile") will not be permitted.
f. Conduit installed for future use shall have a non-metallic, nylon type pull string
and shall be capped using standard weather tight conduit caps, as approved by
the Inspector.
g. The Contractor shall place duct seal or foam at the ends of all conduit where
conductors and/or cables are present.
h. New Conduit
1) All underground conduit shall be schedule 40 PVC conduit.
2) All conduit or raceways above ground shall be rigid metal.
3) All conduit and fittings shall be of the sizes and types shown on the
Drawings.
4) Each section of conduit shall bear evidence of approval by Underwriter's
Laboratories.
5) Conduit terminating in posts or pedestal bases shall not extend vertically
more than 3 inches above the concrete foundation.
6) Field bends in conduit shall have a minimum radius of 12 diameters of the
nominal size of the conduit.
7) Exposed vertical conduit shall be galvanized rigid metal, and reamed and
couplings made tight. PVC conduit shall be joined by the solvent --weld
method in accordance with the conduit manufacturer's recommendations.
8) No reducer couplings shall be used unless specifically indicated on the
Drawings.
9) Conduit and fittings shall have burrs and rough places smoothed and shall
be clean and free of obstructions before the cable is installed.
10) Field cuts shall be made with a hacksaw only, and shall be square and true
so that the ends will butt or come together for the full diameter thereof.
a) In no case shall a cutting torch be used to cut or join conduit.
11) Slip joints or running threads will not be permitted for coupling conduit
unless approved by the Inspector.
12) When a standard coupling cannot be used, an approved union coupling
shall be used and shall provide a water -tight coupling between the conduit.
13) Couplings shall be properly installed to bring their ends of connected
conduit together to produce a good rigid connection throughout the entire
length of the conduit run.
14) Where the coating on a rigid metal conduit run has been damaged in
handling or installation, such damaged parts shall be thoroughly painted
with rust preventive paint.
15) Ends of conduits shall be capped or plugged until installation of the wire is
complete.
16) Upon request by the Inspector, the Contractor shall draw a full-size metal
wire brush, attached by swivel joint to a pull tape, through the metal
conduit to insure that the conduit is clean and free from obstructions.
17) Conduits shall be placed in an open trench at a minimum 24 inches (612
mm) depth below the curb grade in the sidewalk areas, or 18 inches (450
mm) below the finished street grade in the street area.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
260533 -10
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 10 of 12
18) Conduit placed for concrete encasement shall be secured and supported in
such a manner that the alignment will not be disturbed during placement of
the concrete.
a) No concrete shall be placed until all of the conduit ends have been
capped and all box openings closed.
19) PVC conduit, which is to be placed under existing pavement, sidewalks,
and driveways, shall be placed by first providing a void through which the
PVC conduit shall be inserted.
a) The void may be made by boring.
b) Use of water or other fluids in connection with the boring operation
will be permitted only to lubricate cuttings.
c) Water jetting will not be permitted.
20) If it is determined by the Inspector that it is impractical to place the conduit
by boring as outlined above due to unforeseen obstructions, written
permission may be granted by the Traffic Services Manager or designee for
the Contractor to cut the existing pavement.
21) Pits for boring shall not be closer than 2 feet (612 mm) to the back of the
curb or the outside edge of the shoulder.
a) The boring method used shall not interfere with the operation of streets,
highways, or other facilities, and shall not weaken or damage any
embankment structure, or pavement.
22) Backfill - Compaction & Density Test for All Ditchlines
a) All ditchlines within paving areas of existing and proposed streets and
within 2 feet (600 mm) back of curb are to be mechanically tamped.
b) All tamping is to be density controlled to 90 percent standard proctor
density at optimum moisture content and no greater than 5 percent
optimum or less than 2 percent below optimum.
c) All backfill material is to be select native material, 6 inches (150 mm)
diameter clods and smaller.
d) It is permissible to put backfill in 6 inches to 8 inches (150 mm to 400
mm) lifts with densities being taken for each Ifeet (300 mm) of
compacted material on offsetting stations of 50 feet (15.9 M).
23) Provide adequately bent conduit and properly excavate so as to prevent
damage to the conduit or conductor by a bend radius which is too short.
24) All conduit runs shall be continuous and of the same material (metal only
or PVC only).
25) Where tying into existing conduit, the Contractor must continue with the
same material (metal to metal or PVC to PVC).
26) Each length of galvanized rigid metal conduit, where used, shall be reamed
and threaded on each end and couplings shall be made up tight.
27) White -lead paint or equal shall be used on threads of all joints.
28) Metal conduit and fittings shall have the burrs and rough places smoothed.
29) Where the coating on a metal conduit run has been damaged in handling or
installation, such damaged parts shall be thoroughly painted with rust
preventive paint.
Existing Conduit
1) Prior to pulling cable in existing underground conduit, the conduit shall be
cleaned with a mandrel or cylindrical wire brush and blown out with
compressed air.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
260533 -11
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 11 of 12
2) If conduit appears to be blocked, the Contractor shall make an attempt to
clear the conduit by rodding (The Contractor will not receive extra
compensation for rodding).
3) If the existing conduit cannot be used, the Contractor may be required to
repair and/or replace this conduit as directed by the Engineer.
a) Repair of this conduit will be paid for as "extra work" on a Change
Order.
4) The Inspector shall be notified prior to disconnection or removal of any
existing cable.
22. Conduits from external sources entering or leaving a multiple compartment
enclosure: Stub up into the bottom horizontal wireway or other manufacturer
designated area, directly below the vertical section in which the conductors are to
be terminated.
23. Conduits entering from cable tray: Stub into the upper section.
24. Install conduit sealing and drain fittings in areas designated as NEMA 4X or
NEMA 7.
25. Conduit identification platens
a. Install on all power, instrumentation, alarm and control conduits at each end of
the run and at intermediate junction boxes and manholes.
b. Install conduit plates before conductors are pulled into conduits.
c. Coordinate exact identification plate location with the City at the time of
installation to provide uniformity of placement and ease of reading.
26. Pull mandrels through all existing conduits that will be reused and through all new
conduits 2 inches in diameter and larger prior to installing conductors.
27. Install 3/16 inch polypropylene pull lines in all new conduits noted as spares or
designated for future equipment.
28. Install conduit to drain away from the equipment served. If conduit drainage is not
possible, use conduit seals to plug the conduits at the point of attachment to the
equipment
29. Route conduits to avoid crossing pipe shafts, access hatches or vent duct openings,
present or future, in floor or ceiling construction.
30. Do not use running threads.
31. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated
spaces, or cold air plenums: Sealed with watertight sealant: Duxseal or equal
32. Locate conduits a minimum of 3 inches from steam or hot water piping.
a. Where crossings are unavoidable, locate conduit at least 1 inch from the
covering of the pipe crossed.
33. Conduits terminating at a cable tray
a. Support independently from the cable tray.
b. Provide conduit support within 1-feet of the cable tray.
c. Weight of the conduit not supported by cable tray
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
260533 -12
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 12 of 12
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]
I II\I IZII 0&1 x0l I Mei
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
26 05 43 - 1
UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS
Page 1 of 7
SECTION 26 05 43
UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Furnish and install a complete underground system of raceways, manholes and
hndholes
2. Raceways for use in structural concrete are specified in Section 26 05 33, Raceways
and Boxes for Electrical 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 03 30 00 — Cast -in -Place Concrete
4. Section 26 05 33 — Raceways and Boxes for Electrical Systems
5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. This Item is considered subsidiary to the Electrical Facilities being installed.
2. Payment
a. The work performed and the materials furnished in accordance with this Item
are subsidiary to the electrical facilities specified on the Drawings and shall be
subsidiary to the lump sum price bid for Electrical Facilities, and no other
compensation will be allowed.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. American Association of State Highway and Transportation Officials (AASHTO)
a. M306 — Standard Specification for Drainage Structure Castings.
3. Underwriters Laboratories, Inc. (UL).
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
26 05 43 - 2
UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS
Page 2 of 7
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
llr(W.TejIreleR111:3uIMWlI:111MJ11211C17;110V EN11130.1IN1111-3ulYW1►.11K
A. Product Data
1. Plastic duct spacers
B. Shop Drawings
1. Manholes, handholes and associated hardware
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Qualifications
1. Manufacturers
a. Precast manholes: Manufactured in a NPCA (National Precast Concrete
Association) Certified Plant
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Handle and store material in accordance with manufacturer's instructions.
2. Store materials completely covered; do not expose materials to sunlight.
3. Materials showing signs of previous or jobsite exposure will be rejected.
1.11 FIELD [SITE] CONDITIONS
A. No separate warranty for this equipment
PART2- PRODUCTS
2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Manufacturers
1. Manufacturer List
a. Refer to Section 0160 00.
B. Conduit
1. PVC Schedule 40 or HDPE
2. Refer to Section 26 05 33
3. Terminators: Same size and type as the raceway
C. Concrete cap for raceways and duct banks
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
26 05 43 - 3
UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS
Page 3 of 7
2. Red dye
a. 40 pounds per 10 cubic yards of concrete
D. Manholes and Handholes
1. Precast concrete
2. Designed for a AASHTO Class H2O load.
3. Sizes shown on Drawings
4. Manhole tops
a. Field removable
b. Stainless steel lifting eyes
5. Duct bank entries into the manhole or handhole
a. Centered on the entering wall
b. Contain the number and size of duct terminators to match the corresponding
duct bank
6. Concrete sump
a. Minimum dimensions: 12 inches x 12 inches x 2 inches deep
b. Located in the middle of the floor of the manhole or handhole, or as shown on
the Drawings
E. Manhole Covers
1. Heavy duty
2. 36 inch diameter
3. Machined gray iron
4. AASHTO M306 CL35B minimum
5. 40,000-pound proof load value (AASHTO Class H2O X 2.5)
6. Including frame
7. "Electric" or "Communication" raised lettering recessed flush on the cover
8. Drop handles
F. Castings
1. Made In the USA
2. Cast with the foundry's name and production date (example: mm/dd/yy)
3. True to pattern in form and dimension
4. Free from pouring faults, sponginess, cracks, blow holes, or other defects in
positions affecting strength and value
5. Angles: Filleted
6. Arises: Sharp and true
G. Hardware
1. Cable racks
a. Heavy duty
b. Non-metallic
c. Arm lengths of 8 inches, 14 inches and 20 inches, each supporting a load of not
less than 250 pounds at the outer end
d. Molded in 1 piece of U.L. listed glass reinforced nylon
e. Secured to the manhole and walls using drilled epoxy anchoring system, with
316 stainless steel bolts
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
26 05 43 - 4
UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS
Page 4 of 7
£ Arms vertically spaced not greater than 24 inches on center
2. Pulling irons
a. Copolymer polypropylene coated 1/2 inch diameter cable
b. Rated pulling strength: 7500 lbs
c. Polyethylene pulling iron pocket
d. Manholes: Recessed in wall opposite each duct entry
e. Handholes: Located near center of handhole floor
3. Ladders
a. Fiberglass reinforced plastic
b. Safety yellow
c. 18 inch rung width
d. 12 inch rung spacing
e. Furnish 2 ladders, length 4 feet greater than the deepest manhole in the
underground system
H. Polyethylene Warning Tape
1. Red polyethylene film
2. 2 inches minimum width
3. Embedded metallic wire for location tracing
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. Field verify the routing of all underground duct banks before placement
2. Modify the routing to avoid underground utilities or above ground objects
3. Provide any alternate routing of the duct banks to the City for approval before
installation
3.3 TRENCH EXCAVATION
A. Provide suitable room for installing manholes, handholes, ducts and appurtenances
B. Furnish and place all sheeting, bracing and supports.
C. Excavate material of every description and of whatever substance encountered.
D. Pavement: Cut with saw, wheel or pneumatic chisel along straight lines before
excavating
E. Refer to Section 33 05 10.
3.4 INSTALLATION
A. Trench Excavation
1. Provide suitable room for installing manholes, handholes, ducts and appurtenances.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
26 05 43 - 5
UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS
Page 5 of 7
2. Furnish and place all sheeting, bracing and supports.
3. Excavate material of every description and of whatever substance encountered in
conformance with Section 33 05 10.
4. Pavement
a. Cut with saw, wheel or pneumatic chisel along straight lines before excavating.
5. Trenching and Compaction shall be in accordance with Section 33 05 10.
B. Special Techniques
1. Changes of direction
a. Less than 20 degrees
1) Use hotbox, strictly in conformance with the conduit manufacturer's
instructions
b. Greater than 20 degrees
1) Use long radius bends
2. Minimum raceway size between manholes or handholes shall be 2 inches
C. Slopes
1. Install raceways to drain away from buildings.
2. Install raceways between manholes or handholes to drain toward the manholes or
handholes.
3. Slopes
a. At least 3 inches per 100 feet
D. Lay raceway lines in trenches on sand bedding.
E. Plastic spacers
1. Not more than 4 feet apart
2. Provide not less than 2 inch clearance between raceways.
F. Raceway banks cover: 24 inches
G. Raceway terminations at manholes: Terminator for PVC conduit
H. Blank duct plugs
1. Use to seal the ends of all unused ducts in the duct system
2. Installed where ducts enter manholes or handholes, and at entrances and exits to the
underground system
I. Raceways entering or exiting the underground system, rising to higher elevation
1. Seal at higher elevation before and after the installation of cables
2. No entry of water or moisture to the Underground System at any time
J. Complete duct system before pulling any wire.
K. Swab all raceways clean before installing cable.
L. Cables in manholes and handholes
1. Train, support and restrain on cable racks.
2. Route cables passing duct entrances above all duct entrances.
3. Do not route cable in front of or below duct bank entrances.
4. Install polyethylene warning tape trench above each raceway or duct bank.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
26 05 43 - 6
UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS
Page 6 of 7
M. Tag all underground conduits at all locations exiting and entering from underground,
including manholes and handholes
3.5 REPAIR / RESTORATION
A. Remove and replace sub grade soils which become soft, loose or otherwise
unsatisfactory as a result of inadequate excavation, dewatering or other trenching
methods, using gravel fill.
B. Existing pavement
1. Saw cut and repair existing pavements above new and modified existing duct
banks.
2. Cut along straight lines.
3. Replace pavement with the same type and quality of the existing paving.
C. Grassy areas
1. Remove and replace sod, or
2. Loam and reseed surface
3.6 RE -INSTALLATION
A. Backfilling
1. Remove materials unsuitable for backfilling.
2. Trench fill
a. Common fill material
b. Void of rock or other non -porous material
c. Layers not to exceed 8-inches in loose measure
d. Compact to 90 percent standard Proctor density at optimum moisture content of
f 4 percent
e. Mounded 6-inches above existing grade
3. Existing grass, loam or gravel surface
a. Remove surface material
b. Conserve
c. Replace to the full original depth
4. Paved areas or designated future paved areas
a. Backfill with select fill material
b. Layers not to exceed 8-inches loose measure
c. Compact to 95 percent standard Proctor density at optimum moisture content of
f 3 percent
5. Compaction
a. Hand or pneumatic tamping with tools weighing at least 20 pounds
b. Place material being spread and compacted in layers not over 8-in loose thick.
c. Sprinkle in conjunction with rolling or ramming, if needed to achieve required
compaction
6. Do not place bituminous paving in backfill.
7. Do not use water jetting as a means of consolidating or compacting backfill.
8. Road surfaces
a. Broom and hose -clean immediately after backfilling
b. Employ dust control measures at all times.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
26 05 43 - 7
UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS
Page 7 of 7
iC—*ty wX3L'RL'1l1
A. Remove all rubbish and debris from inside and around the underground system.
B. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes,
handholes and structures, using brushes, vacuum cleaner or clean, lint free rags.
C. Do not use compressed air.
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 ZI] Oy 001 Blei
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
260550-1
COMMUNICATIONS MULTI -DUCT CONDUIT
Page 1 of 11
SECTION 26 05 50
COMMUNICATIONS MULTI -DUCT CONDUIT
PART 1- GENERAL
1.1 SUMMARY
A. Section Includes
1. Furnish, install and test a Multi -Duct Conduit (MDC)
2. MDC shall be suitable for installation in and outdoor underground environment
including constant immersion in water, and/or hung from a bridge.
B. Products Furnished But Not Installed Under This Section
1. None
C. Products Installed But Not Furnished Under This Section
1. None
D. Deviations from City of Fort Worth Standards
1. None
E. 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 per linear foot of the size and installation
method of multi -duct conduit furnished and installed and tested.
b. Limits of measurement for multi -duct conduit are from center to center between
ground boxes or poles, a combination of the two, or to the termination point.
2. Payment
a. The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for as the unit price
bid for "Multi -duct Conduit" of the size and installation method specified.
b. The price bid shall include:
1) Furnishing and installing MDC
2) Excavation
3) Boring
4) Aerial installation
5) Furnishing and placing backfill
6) Installing all fittings, sweeps, bends, repair, couplings, adaptors, ground
box termination kits
7) Pre -assembled split repair costs
8) Lubrication access fittings
9) Hangers
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 26, 2016
26 05 50 - 2
COMMUNICATIONS MULTI -DUCT CONDUIT
Page 2 of 1 I
10) Brackets
11) Expansion joints
12) Concrete
13) Detectable underground metalized Mylar warning tape
14) Locator wire
15) All labor, tools, equipment and incidentals necessary to complete the work.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. MDC - Multi -Duct conduit
2. PVC — Polyvinyl chloride conduit
3. PE — Polyethylene
4. OD — Outer diameter
5. ID — Inner diameter
B. Definitions
1. None
C. Reference Standards
1. Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this
specification, unless a date is specifically cited.
2. Traffic Control Plan
a. Texas Manual of Uniform Traffic Control Devices (TMUTCD)
3. Underwriters Laboratories (UL)
4. National Electrical Manufactures Association (NEMA)
5. National Electrical Code (NEC)
6. Underground MDC System
a. Telcordia GR-356, issue No. 2, June 2009 — Generic Requirements for Optical
Cable Innerduct, Associated Conduit, and Accessories.
b. American Society for Testing and Materials (ASTM) Standard D1785-12,
Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules
40, 80, and 120
c. ASTM Standard D2122-98(2010), Standard Test Method for Determining
Dimensions of Thermoplastic Pipe and Fittings
d. ASTM Standard D2412-11, Standard Test Method for Determination of
External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading
7. Outer Underground Duct — Heavy walled EPC-80 (Schedule 80) PVC
a. National Electrical Manufacturers Association (NEMA) Standard TC-2:2003,
Electrical Polyvinyl Chloride (PVC) Conduit
b. Underwriters Laboratories (UL) 651, Schedule 40, 80 Type EB and A Rigid
PVC Conduit and Fittings
c. National Electrical Code
8. Inner Ducts
a. Bellcore GR-2884-CORE, Issue 1, July 1995 — Generic Requirements for
Multi -Bore Conduit
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 26, 2016
260550-3
COMMUNICATIONS MULTI -DUCT CONDUIT
Page 3 of I
b. ASTM D 1599 — 99(2011) — Standard Test Method for Resistance to Short -
Time Hydraulic Pressure of Plastic Pipe, Tubing, and Fittings
9. Aerial MDC System
a. ASTM Standard D2996 — 01(2007) el, Standard Specification for Filament -
Wound "Fiberglass" (Glass Fiber -Reinforced Thermosetting -Resin) Pipe.
b. ASTM Standard D2310-06(2012), Standard Classification for Machine -Made
"Fiberglass" (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe.
c. ASTM Standard D2517-06(2011), Standard Specification for Reinforced
Epoxy Resin Gas Pressure Pipe and Fittings.
10. Coupling Body Certified Testing
a. Test shall be in accordance with ASTM, NEMA Standard TC-2, UL.651, and
Bellcore standards.
1.4 ADMINISRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS
A. Traffic Control Plan
1. Traffic Control Plan shall be approved by the Engineer before work begins.
2. Traffic Control Plan shall comply with the TMUTCD.
B. References
1. The MDC supplier shall submit three (3) references where the suppliers MDC
system has functioned successfully for a period of no less than a year.
2. References shall include current name and address of organization, and current
name and telephone number of the individual from the organization who can be
contacted to verify system installation.
3. Provide reference information prior to documentation submittal.
4. Failure to furnish references will be sufficient reason for rejection of the supplier's
equipment.
C. Testing of Product Certified Test Reports
1. Contractor shall provide certified test reports by an independent testing laboratory
for coupling body and inner duct.
2. Coupling Body
a. Test the coupling body to ensure it seals the inner duct by applying 100 p.s.i.g.
to an inner duct and verify that the inner duct is capable of maintaining a
minimum of 15 p.s.i.g. for 24 hours.
b. Test shall be in accordance with ASTM, NEMA Standard TC-2, UL.651, and
Bellcore standards as referenced to this Item.
3. Inner Duct
a. Test the burn through resistance of inner duct as per the following procedure:
1) Wrap a length of inner duct around and secure to a rigid form with a radius
of 24 in.
2) Thread an appropriate length of pre -lubricated flat tape with a minimum
tensile strength of 1500 lb. through the inner duct and sew the ends
together to create a continuous loop.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 26, 2016
26 05 50 - 4
COMMUNICATIONS MULTI -DUCT CONDUIT
Page 4 of 1 I
3) Wrap the tape around a powered capstan that can be drawn away from the
duct sample to provide a continuous tension of 450 lb.
4) Draw the tape continuously through the sample with the powered capstan
at a rate of 100 ft. per minute.
5) Ensure that the duct does not burn through within 150 minutes.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED]
O*MUV/:r10471r.1KT&II&I10MuI
A. Description
Regulatory Requirements
a. Provide new materials that confirm to the details as shown on plans, the
requirements of this Item, are UL listed and meet NEMA and NEC
requirements.
2. MDC Systems
a. Furnish and place a MDC of type and size shown on the plans or as directed by
the Engineer.
b. Provide a MDC that is suitable for installation in an outdoor underground
environment including constant immersion in water, and/or hung from a bridge
without any degradation in the MDC.
c. MDC is a pre -assembled conduit section manufactured from a 4 in. round outer
duct containing 4 factory installed 1.25 in. round inner ducts.
d. Inner ducts are held together in square configuration by a system of spacers.
e. Spacers hold the individual inner ducts in formation, locking them tightly to
prevent free twisting.
f. Plans indentify MDC system as "4-WAY MULTI -DUCT SYSTEM".
g. The MDC, including respective bends, couplings, adapters and other accessory
fittings shall contain a coupling body for sealing the outer and inner ducts of
adjacent MDC sections in an end -to -end relationship.
It. Factory assembled lengths and associated bends shall be manufactured without
adhesives, to allow inner duct movement relieving internal stresses experienced
during field handlings and due to variations in coefficient of thermal expansion.
i. The MDC system shall include a complete line of accessory items, including,
but not limited to:
1) Alternate outer ducts,
2) Sweeps and bends,
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 26, 2016
260550-5
COMMUNICATIONS MULTI -DUCT CONDUIT
Page 5 of 11
3) Repair couplings,
4) Ground box termination kits, and
5) Pre -assembled split repair kits.
j. MDC pre -assembled sections, factory bends, and fittings shall be shipped with
protective caps.
k. All components of the MDC system shall be provided by the same
manufacturer.
1. Provide all required sweeps, bends, repair couplings, ground box termination
kits, alternative outer ducts, adapters, pre -assembled split repair kits, lubrication
access fittings, tug -plugs, slit -inner duct plugs, hangers, brackets, expansion
joints, and accessories to complete the MDC system as subsidiary to the MDC
system.
In. Provide all materials necessary for installation and testing subsidiary to the
MDC system.
n. Provide expansion joints and conduit that is similar to connecting conduit.
o. Shall conform to the following requirements:
1) A percent ovality of less than 5 percent,
2) An underground system that performs in an ambient temperature of -30°F
to 130°F without degradation of material properties,
3) An aerial system that performs in an ambient temperature range of -1040F
to 200°F without degradation of material properties,
4) Resistant to most harsh chemicals,
5) Protected against degradation due to oxidation or general corrosion,
6) Capable of being direct buried by trenching or boring with no special
consideration to using selective backfill,
7) Has a low coefficient of thermal expansion, such that expansion and
contraction is minimal,
8) Free of visible cracks, holes or other physical defects that would degrade
its performance,
9) Uniform as practical in respect to overall dimensions, color, density,
thickness, etc.
10) Contains a UV light stabilizer which will protect it, for a minimum of 12
months, in direct sunlight, and
11) Durable identification showing the name and trademark of the
manufacturer, conduit size, date of manufacture.
Outer Duct
a. Shall be marked with a longitudinal print line with the wording "Install This
Side Up" to assure proper inner duct orientation and alignment.
b. Male ends of the outer ducts shall be a circumferential insertion depth mark to
assure proper insertion is achieved.
c. The length of the integral coupling shall be at least 5 inches in length to
accommodate the coupling body.
d. Underground MDC System
1) Provide a 4 in. round outer duct that is heavy walled EPC-80 (Schedule 80)
PVC.
2) Ensure that the outer duct meets the requirements of schedule 80 PVC
conduit and conforms to all requirements and references identified in 1.3.3
of the Item.
e. Aerial MDC System
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 26, 2016
260550-6
COMMUNICATIONS MULTI -DUCT CONDUIT
Page 6 of I
1) Provide a 4 in. round Fiberglass Multi -Duct system that is bullet resistant,
heavy walled, pure, high grade, filament wound fiberglass reinforced
epoxy conduit.
2) Ensure that all conduit, elbows and fittings are manufactured from the
same resin/hardener/glass systems and the same filament wound system.
3) All Fiberglass MDC aerial elbows, conduit, fittings and hangers shall be
grey in color.
4) Provide aerial MDC that performs in an ambient temperature range -40°F
to 200°F without degradation of material properties.
5) Provide aerial MDC that is resistant to most harsh chemicals, is protected
against degradation due to oxidation or general corrosion, and has a low
coefficient of thermal expansion so that expansion and contraction is
minimal.
4. Inner Ducts
a. Provide 1.25 in. inner ducts constructed of an extruded Virgin High Density
Polyethylene (PE) compound specifically blended for inner ducts used in Multi -
duct systems.
b. Characteristics of this blend add rigidity to the extruded PE inner ducts,
minimize the differences between the expansion and contraction rates of PVC
and the PE inner ducts, create a burn resistant PE inner duct to minimize the
chance of damaging the inner duct during the cable placing operation, and
provide a silicone impregnated wall of the inner duct.
1) Provide inner ducts that are uniquely identified by the extrusion of a
different color for each of the inner ducts, using orange, yellow, red and
white.
2) Place white inner duct directly in -line with the manufacturer's
identification on the outer duct for ease of identification and installation.
c. Provide inner ducts with a minimum burst strength of 125 psi.
d. Provide inner ducts that are extruded in a controlled outer diameter (OD)
fashion.
e. Provided inner ducts with:
1) Minimum ID of 1.25 in.
2) Maximum OD of 1.413 in
3) Minimum wall thickness 0.075 in.
f. Provide inner ducts that are the same type within the bends and within the
straight sections.
g. All inner ducts shall meet requirements identified in 1.3.4 of this Item.
5. Coupling Body
a. The MDC system, including bends, couplings, and other fittings shall contain a
coupling body for sealing the outer and inner ducts of adjacent multiduct
conduit sections end to end.
b. Coupling bodies for installation by trenching
1) Provide a factory installed primary coupling body which incorporates
integral molded sealing devices to facilitate field assemble and prevent
water and foreign material leakage from outside the MDC and to prevent
air leakage from inside the inner ducts.
2) Ensure that the gasket or sealing member(s) are of an anti -reversing design
to ensure that the lengths of the conduit stay joined together.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 26, 2016
260550-7
COMMUNICATIONS MULTI -DUCT CONDUIT
Page 7 of I I
3) Provide MDC system that can be assembled by hand without special tools
and does not require lubricant for field lubricant for field assembly.
4) Provide a coupling body with a plurality of bores containing principal seals
which are molded as an integral part of the coupling body.
5) Ensure that the field connection end of the internal coupling body
incorporates shaped target areas to accommodate self -aligned of the inner
ducts with bore openings during field assembly.
6) Ensure that one of the bore openings on the filed assembly side the
coupling body is uniquely identified to facilitate proper continuous inner
duct alignment during field assembly.
c. Coupling bodies for installation by boring
1) Coupling bodies for installation by boring shall meet the requirements of
coupling bodies of trenched MDC.
2) Outer duct shall be equipped with locking rings and matching grooves,
especially designed for bored installations.
3) The conduit and joints shall withstand axial loads of 8,700 lbs. while being
pulled around a bend with a 65-ft. radius, with no leaks or deformation of
the ducts.
6. Inner Duct Plugs
a. Plugs for sealing inner ducts shall be durable, fabricated from no metallic parts
and shall be easily removable and reusable.
b. Plugs shall be capable of being installed and removed by hand without any
tools and shall provide water- and air -tight seal of 21 psi.
c. Plugs that seal empty inner ducts shall contain a rope tie on the inside end for
connection of the pull rope/tape.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL
A. Tests and Inspections
1. Performance testing for all materials not previously tested and approved may be
required.
2. If technical data is not considered adequate for approval, the City may require
material testing by an independent testing laboratory.
3. The contract period will not be extended for time lost or delays caused by testing
prior to final approval of any items.
B. Non -Conforming Work
1. Failure to conform to the requirements of any test will be counted as a defect and
the materials will be rejected.
2. Rejected materials may be offered again for retest provided all non -compliances
have been corrected and retested by an independent testing laboratory.
C. Examination of Product
1. Carefully examine each MDC system component to verify that the materials,
design, construction, markings, and workmanship comply with the requirements of
its specification.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 26, 2016
260550-8
COMMUNICATIONS MULTI -DUCT CONDUIT
Page 8 of I I
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION
A. Protection of In -Place Conditions
1. Conduct work with minimum disturbance of existing utilities, and coordinate work
in or near utilities with the utility owners.
2. Inform utility owners sufficiently before work begins to allow time to identify
located, reroute, or make other adjustments to utility lines.
3. Field verify routing avoids cutting or damaging underground utility lines that are to
remain in place.
B. Surface Preparation
1. None
C. Demolition / Removal
1. Perform trench excavation and backfilling as shown on the plans or as directed by
Engineer and in accordance to this Item.
2. Obstructions
a. Remove obstructions to the proposed construction, including trees and other
vegetation, debris, and structures over the width of the excavation to a depth of
1 ft. below the bottom of excavation.
b. If abandoned storm drains, sewers, or other drainage systems are encountered,
remove as required to clear the excavation area, and plug in a manner approved
by the Engineer.
c. After removing obstructions, restore the bottom of the excavation to grade by
backfilling in accordance to this Item.
3. Excavate to the lines and grades shown on the plans or as directed by the Engineer.
a. Provide slopes, benching, sheeting, bracing, pumping, and bailing as necessary
to maintain the stability and safety of excavation.
b. Use satisfactory excavated material as backfill.
c. Dispose of material not incorporated into the final project off the right-of-way
in accordance with federal, state and local regulations.
d. When excavating across private property or beyond the project limits:
1) Keep any topsoil removed separate,
2) Replace it as nearly as feasible in its original position, and
3) Restore the area to acceptable condition.
4. Excavation in Streets
a. When structures are installed in streets, highways, or other paced areas, cut
pavement and base with neat lines.
b. Restore pavement structure after completion of excavation and backfilling.
c. Maintain approved traffic control plan.
5. Dispose of surplus material in accordance with federal, state, and local regulations.
6. If active sanitary sewer line is damaged during excavation, provide temporary
fumes across the excavation while open, and restore the lines when backfilling has
progressed to the original bedding lines of the cut sewer.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 26, 2016
260550-9
COMMUNICATIONS MULTI -DUCT CONDUIT
Page 9 of I
7. If damage to existing utilities occurs, promptly notify utility company.
3.4 INSTALLATION
A. General
1. Place MDC system in accordance with line, grades, details, and dimensions shown
on the plans or as directed by Engineer.
2. Place MDC system at the depth shown on the plans or as otherwise directed by the
Engineer.
3. Typical installation shall be at a depth of 30 inches.
4. Minimum depth shall never be less than 18 inches below finished grade.
B. De -Watering
1. Do not place MDC in presence of water unless approved by Engineer.
2. Place MDC on a dry, firm surface.
3. Remove any water by bailing, pumping, well —point installation, deep wells,
underdrains, or other approved method.
C. Bedding
1. Provide a minimum of 4 inches of fine granular material on the base of excavation.
D. Boring
1. Jack and bore as shown on the plans or as directed by the Engineer, and in
accordance with this Item.
2. General
a. Excavate suitable shafts or trenches for conducting the jacking or boring
operations and for placing end joints of pipe if the grade at the jacking or
boring end is below the ground surface.
b. Protect excavations with slopes, benching, sheeting, bracing, temporary
shoring, pumping and bailing as necessary to maintain the stability and safety
of excavation.
c. Install MDC so there is no interference with operation of street, highway,
railroad, or other facility and no embankment or structure is weakened or
damaged.
d. Repair any MDC damaged in jacking or boring operation.
e. Remove and replace any MDC damaged beyond repair at the Contractor's
expense.
f. Immediately after installation of MDC, backfill shafts or trenches excavated
used to facilitate jacking and boring.
3. Boring
a. Bore from a shaft in an approved location provided for the boring equipment
and workmen.
b. Dispose of excavated material using a method approved by the Engineer.
c. Use water or other fluids in connection with the boring operation only as
necessary to lubricate cuttings.
d. Do not use jetting.
e. In unconsolidated soil formation, use a gel -forming colloidal drilling fluid
consisting of high-grade, carefully processed bentonite to consolidate cuttings
of the bit, seal the walls of the hole, and furnish lubrication for subsequent
removal of cuttings and immediate installation of conduit.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 26, 2016
260550-10
COMMUNICATIONS MULTI -DUCT CONDUIT
Page 10 of 11
f. Allowable variations from line and grade are specified in Section 476.3A.
"Jacking."
g. Pressure -grout any excavation of more than 1 in.
h. Use pilot hole or auger method for boring
1) Pilot Hole Method — Bore a 2 in. pilot hole the entire length of the
crossing, and check it for line and grade on the opposite end of the bore
from the work shaft. This pilot hole will serve as centerline for the larger
diameter hole to be bored.
2) Auger Method — Use a steel encasement pipe of the appropriate diameter
equipped with a cutter head to mechanically perform the excavation. Use
augers of sufficient diameter to convey the excavated mater to the work
shaft.
E. Aerial
1. Fasten all MDC attached to bridges or other structures with MDC straps, hangers,
or as directed by Engineer.
2. Submit details for attachment.
3. Submit details of method of installing MDC inside bridge decks (if MDC cannot be
attached to outside of bridge) to Engineer for approval.
4. Fit MDC ends with bushings or bell ends.
F. Locator Wire
1. Install a 1 conductor, No. 12 AWG solid copper locator wire in all MDC system
runs to facilitate locating underground optical fiber optic cables.
2. The wire is to be pulled into duct along with the optical fiber cable
3. Locator wire shall not occupy a duct by itself unless there is not any other cable
being installed in the multiduct.
4. The cable shall be continuous between ground boxes.
3.5 REPAIR / RESTORATION
A. Final Surface
1. Repair removed existing surface by backfilling with material equal in composition
and density to the surrounding areas.
2. Replace any removed surfacing, such as asphalt pavement or concrete riprap, with
like material to equivalent condition.
3. Mark MDC as directed by Engineer.
3.6 RE -INSTALLATION
A. Backfilling
1. As soon as practical, backfill the excavation after placement of the conduit.
2. Backfill Material shall be free from:
a. Stones large enough to interfere with compaction,
b. Large or frozen lumps that will not break down readily under compaction, and
c. Wood or other extraneous material.
3. Obtain backfill material from excavation or other sources.
4. In areas not supporting a completed roadbed, retaining wall, or embankment, place
back fill in layers at most 8 in. deep (loose measurement).
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 26, 2016
260550-11
COMMUNICATIONS MULTI -DUCT CONDUIT
Page 11 of 11
5. In areas supporting a portion of roadbed, retaining wall, or embankment:
a. Place backfill in uniform layers at most 6 in. deep (loose measurement), and
b. Compact each layer to meet the density requirements of the roadbed, retaining
wall, embankment material or as shown on plans.
6. Bring each layer of backfill material to the moisture content needed to obtain the
required density.
7. Use mechanical tamps or rammers to compact the backfill.
8. Rollers may be used to compact backfill if feasible.
9. Cohesion less material such as sand may be used for backfilling.
10. Compact cohesion less material using vibratory equipment, water-ponding, or a
combination of both.
B. Warning Tape
1. Prior to final backfill of trench place an underground Mylar marking tape, as
approved by the Engineer, over the MDC and located 6 in. below final grade, unless
shown otherwise on plans.
2. Cover entire length of the trench with the marking tape.
3. Use warning tape continuously imprinted with "CAUTION — CITY OF FORT
WORTH OPTICAL FIBER LINE BELOW."
3.7 SITE QUALITY CONTROL
A. Site Test Inspections
1. Verify conduit is free from obstruction by pulling a spherical template having a
diameter of at least 75% of the inside diameter of the conduit through the conduit.
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 February 26, 2016
31 10 00 -1
SITE CLEARING
Page I of 6
1 SECTION 31 10 00
2 SITE CLEARING
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Preparation of right-of-way and other designated areas for construction operations
7 by removing and disposing of all obstructions including clearing and grubbing and
8 trees, when removal of such obstructions is not specifically shown on the Drawings
9 to be paid by other Sections.
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include but are not necessarily limited to
13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1— General Requirements
15 3. Section 02 41 13 — Selective Site Demolition
16 4. Section 02 41 14 — Utility Removal/Abandonment
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Site Clearing
20 a. Measurement
21 1) Measurement for this Item shallbe by lump sum, square yard, or per acre.
22 b. Payment
23 1) The work performed and the materials furnished in accordance with this
24 Item shall be paid for at the lump sum, square yard, or per acre price bid for
25 "Site Clearing".
26 c. The price bid shall include:
27 1) Pruning of designated trees and shrubs
28 2) Removal and disposal of structures and obstructions (unless separate bid
29 item is provided under 02 41 13 "Selective Site Demolition or 02 41 14
30 "Utility Removal/Abandonment").
31 3) Removal and disposal of trees under 6-inch in diameter when bidding by
32 lump sum or square yard
33 4) Removal of ALL trees when bidding by acre.
34 5) Backfilling of holes
35 6) Clean-up
36 2. Tree Removal (for trees 6-inch or larger in diameter when Site Clearing is bid by
37 lump sum or square yard)
38 a. Measurement
39 1) Measurement for this Item shallbe per each.
40 2) Measurement of diameter for tree removal shall be at standard "Diameter at
41 Breast Height" or DBK where Breast Height shall be 54" above grade.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 22, 2021
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
31 10 00 -2
SITE CLEARING
Page 2of6
3)
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 diameter ranges
c. The price bid shall include:
1) Removal and disposal of tree, including removal of root to a depth at least 2
foot below grade
2) Grading and backfilling of holes
3) Excavation
4) Clean-up
3. 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 diameter ranges
c. The price bid shall include:
1) Pruning of designated trees and shrubs
2) Moving tree with truck mounted tree spade
3) Grading and backfilling of holes
4) Replanting tree at temporary location (determined by Contractor)
5) Maintaining tree until Work is completed
6) Replanting tree into original or designated location
7) Excavation
8) Fertilization
9) Mulching
10) Watering
11) Clean-up
12) Warranty period
4. Tree Protection
a. Measurement
1) Measurement for this Item shallbe per each as designated on Construction
Drawings for protection
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 Protection" for:
a) Various caliper ranges
c. The price bid shall include:
1) Protection of tree utilizing measures designated on Construction Drawings
2) Installation of work of barriers as designated on Construction Drawings
3) Maintenance of protection measures throughout construction completed
4) Replanting tree into original or designated location
5) Excavation
6) Fertilization
7) Mulching
8) Clean-up including removal on constriction completion of protection
measures
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 22, 2021
KEDPLASMA PLASMAPHERESIS CENTER
523010
31 10 00 - 3
SITE CLEARING
Page 3 of 6
1 5.
2 1.3 REFERENCES [NOT USED]
3 1.4 ADMINSTRATIVE REQUIREMENTS
4 A. Permits
5 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as
6 required by the City's Tree Ordinance. PARD-Forestry details can be found here:
7 Forestry — Welcome to the City of Fort Worth (fortworthtexas.aov). Urban Forestry
8 Compliance's ordinance and requirements are within Zoning and can be found here:
9 Zoning — Welcome to the City of Fort Worth (fortworthtexas.aov).
10 B. Preinstallation Meetings
11 1. Hold apreliminary site clearing meeting and include the Contractor, City Forester
12 (if City owned tree) or representative of Urban Forestry if privately owned trees),
13 City Inspector, and the Project Manager for the purpose of reviewing the
14 Contractor's tree removal plan. Clearly mark all trees to remain on the project site
15 prior to the meeting.
16 2. The Contractor will provide the City with a Disposal Letter in accordance to
17 Division 01.
18 1.5 SUBMITTALS [NOT USED]
19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
20 1.7 CLOSEOUT SUBMITTALS [NOT USED]
21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
22 1.9 QUALITY ASSURANCE [NOT USED]
23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
24 1.11 FIELD CONDITIONS [NOT USED]
25 1.12 WARRANTY [NOT USED]
26 PART 2 - PRODUCTS [NOT USED]
27 PART 3 - EXECUTION
28 3.1 INSTALLERS [NOT USED]
29 3.2 EXAMINATION [NOT USED]
uisc1d♦WRN6M4"AllMei
31 A. All trees identified to be protected and/or preserved should be clearly flagged with
32 survey tape as per Construction Drawings.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 22, 2021
31 10 00 -4
SITE CLEARING
Page 4of6
1 B. Following taping and prior to any removals or site clearing, the Contractor shall meet
2 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be
3 saved.
4 3.4 INSTALLATION
5 A. Protection of Trees
6 1. Protect designated trees and prune trees and shrubs as shown on the Drawings.
7 Refer to the Drawings for tree protection details.
8
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
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 maybe installed no less than 8 feet from the tree trunk. 4-foot high 12 '/Z
gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to
form the enclosure.
4. For city -owned trees, PARD-Forestry permission required to install protective
fencing inside of canopy dripline (Critical Root Zone).
5. Additional trunk protection (cladding) is required when protective fencing is
approved within the Critical Root Zone.
6. Do not park equipment, service equipment, store materials, or disturb the root area
under the branches of trees designated for preservation.
7. When shown on the Drawings, treat cuts on trees with an approved tree wound
dressing within 30 minutes of making a pruning cut or otherwise causing damage to
the tree.
8. 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
2. The testing, removal, and disposal of hazardous materials will be in accordance
with Division 1.
C. Site Clearing
1. 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
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 22, 2021
31 10 00 - 5
SITE CLEARING
Page 5 of 6
1
g. Plaster
2
h. Septic tank drain fields
3
i. Abandoned utility pipes or conduits
4
j. Equipment
5
k. Trees
6
1. Fences
7
in. Retaining walls
8
n. Other items as specified on the Drawings
9
2.
Remove vegetation and other landscape features not designated for preservation,
10
whether above or below ground, including, but not limited to:
11
a. Curb and gutter
12
b. Driveways
13
c. Paved parking areas
14
d. Miscellaneous stone
15
e. Sidewalks
16
f. Drainage structures
17
g. Manholes
18
h. Inlets
19
i. Abandoned railroad tracks
20
j. Scrap iron
21
k. Other debris
22
3.
Remove culverts, storm sewers, manholes, and inlets in proper sequence to
23
maintain traffic and drainage in accordance with Section 02 41 14.
24
4.
In areas receiving embankment, remove obstructions not designated for
25
preservation to 2 feet below natural ground.
26
5.
In areas to be excavated, remove obstructions to 2 feet below the excavation level.
27
6.
In all other areas, remove obstructions to I foot below natural ground.
28
7.
When allowed by the Drawings or directed by the Engineer, cut trees and stumps
29
off to ground level.
30
a. Removal of existing structures shall be as per Section 02 41 13.
31 D. Disposal
32 1. Dispose of all trees within 24 hours of removal at an approved off -site facility.
33 2. All materials and debris removed becomes the property of the Contractor, unless
34 otherwise stated on the Drawings.
35 3. The Contractor will dispose of material and debris off -site in accordance with local,
36 state, and federal laws and regulations.
37 3.5 REPAIR [NOT USED]
38 3.6 RE -INSTALLATION [NOT USED]
39 3.7 FIELD QUALITY CONTROL [NOT USED]
40 3.8 SYSTEM STARTUP [NOT USED]
41 3.9 ADJUSTING [NOT USED]
42 3.10 CLEANING [NOT USED]
43 3.11 CLOSEOUT ACTIVITIES [NOT USED]
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 22, 2021
1 3.12 PROTECTION [NOT USED]
2 3.13 MAINTENANCE [NOT USED]
3 3.14 ATTACHMENTS [NOT USED]
4
wl
6
31 10 00 - 6
SITE CLEARING
Page 6 of 6
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
3/22/2021 M Owen 1.2 Clarified measurement and payment. 1.4. Clarified administrative requirements.
3.4 Clarified additional installation requirements for tree protection and disposal.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 22, 2021
312500-1
EROSION AND SEDIMENT CONTROL
Page I of 9
1 SECTION 3125 00
2 EROSION AND SEDIMENT CONTROL
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP)
7 and installation, maintenance, removal of erosion and sediment controls devices,
8 and establishment of final stabilization.
9 B. Deviations from this City of Fort Worth Standard Specification
10 1. None.
11 C. Related Specification Sections include, but are not necessarily limited to:
12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
13 2. Division 1— General Requirements
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Storm Water Pollution Prevention Plan <1 acre
17 a. Measurement
18 1) This Item is considered subsidiary to the various Items bid.
19 b. Payment
20 1) The work performed and the materials furnished in accordance with this
21 Item are subsidiary to the structure or Items being bid and no other
22 compensation will be allowed.
23 2. Storm Water Pollution Prevention Plan > 1 acre
24 a. Measurement for this Item shall be by lump sum.
25 b. Payment
26 1) The work performed and the materials furnished in accordance with this
27 Item shall be paid for at the lump sum price bid for "SWPPP > 1 acre".
28 c. The price bid shall include:
29 1) Preparation of SWPPP
30 2) Implementation
31 3) Permitting fees
32 4) Installation
33 5) Maintenance
34 6) Removal
35 7) Obtaining and/or complying with grading and/or fill permits, if required
36 8) Final stabilization
37 1.3 REFERENC ES
38 A. Reference Standards
39 1. Reference standards cited in this Specification refer to the current reference
40 standard published at the time of the latest revision date logged at the end of this
41 Specification, unless a date is specifically cited.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 29, 2021
31 25 00 - 2
EROSION AND SEDIMENT CONTROL
Page 2of9
1 2. ASTM Standard:
2 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile
3 Fabrics —Diaphragm Bursting Strength Tester Method
4 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation
5 of Geotextiles
6 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size
7 of a Geotextile
8 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of
9 Geomembranes and Related Products
10 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No.
11 TXR150000
12 4. TxDOT Departmental Material Specifications (DMS)
13 a. DMS-6230 "Temporary Sediment Control Fence Fabric"
14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
15 1.5 SUBMITTALS
16 A. Storm Water Pollution Prevention Plan (SWPPP)
17 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with
18 Construction Activity under the TPDES General Permit
19 C. Construction Site Notice
20 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with
21 Construction Activity under the TPDES General Permit
22 E. Notice of Change (if applicable)
23 F. Grading and/or fill permit, if required
24
25 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
26 1.7 CLOSEOUT SUBMITTALS [NOT USED]
27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
28 1.9 QUALITY ASSURANCE [NOT USED]
29 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED]
30 1.11 FIELD [SITE] CONDITIONS [NOT USED]
31 1.12 WARRANTY [NOT USED]
32 PART 2 - PRODUCTS
33 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED]
34 2.2 PRODUCT TYPES AND MATERIALS
35 A. Rock Filter Dams
36 1. Aggregate
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 29, 2021
31 25 00 - 3
EROSION AND SEDIMENT CONTROL
Page 3 of 9
1 a. Furnish aggregate with hardness, durability, cleanliness and resistance to
2 crumbling, flaking and eroding acceptable to the Engineer.
3 b. Provide the following:
4 1) Types 1, 2 and 4 Rock Filter Dams
5 a) Use 3 to 6 inch aggregate.
6 2) Type 3 Rock Filter Dams
7 a) Use 4 to 8 inch aggregate.
8 2. Wire
9 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie
10 wires for Types 2 and 3 rock filter dams
11 b. Type 4 dams require:
12 1) Double -twisted, hexagonal weave with a nominal mesh opening of 2'/2
13 inches x 3'/4 inches
14 2) Minimum 0.0866 inch steel wire for netting
15 3) Minimum 0.1063 inch steel wire for selvages and corners
16 4) Minimum 0.0866 inch for binding or tie wire
17 B. Geotextile Fabric
18 1. Place the aggregate over geotextile fabric meeting the following criteria:
19 a. Tensile Strength of 250 pounds, per ASTM D4632
20 b. Puncture Strength of 135 pounds, per ASTM D4833
21 c. Mullen Burst Rate of 420 psi, per ASTM D3786
22 d. Apparent Opening Size of No. 20 (max), per ASTM D4751
23 C. Stabilized Construction Entrances
24 1. Provide materials that meet the details shown on the Drawings and this Section.
25 a. Provide crushed aggregate for long and short-term construction exits.
26 b. Furnish aggregates that are clean, hard, durable and free from adherent coatings
27 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic
28 and injurious matter.
29 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches.
30 d. The aggregate shall be placed over a geotextile fabric meeting the following
31 criteria:
32 1) Tensile Strength of 300 pounds, per ASTM D4632
33 2) Puncture Strength of 120 pounds, per ASTM D4833
34 3) Mullen Burst Rate of 600 psi, per ASTM D3786
35 4) Apparent Opening Size of No. 40 (max), per ASTM D4751
36 D. Embankment for Erosion Control
37 1. Provide rock, loam, clay, topsoil or other earth materials that will forma stable
38 embankment to meet the intended use.
39 E. Sandbags
40 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven
41 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst-
42 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent.
43 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table
44 1 to fill sandbags.
45 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8
46 inches thick.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 29, 2021
31 25 00 - 4
EROSION AND SEDIMENT CONTROL
Page 4of9
1 Table 1
2 Sand Gradation
Sieve # Maximum Retained (% by Weight)
4 3 percent
100 80 percent
200 95 percent
3 F. Temporary Sediment Control Fence
4 1. Provide a net -reinforced fence using woven geo-textile fabric.
5 2. Logos visible to the traveling public will not be allowed.
6 a. Fabric
7 1) Provide fabric materials in accordance with DMS-6230, "Temporary
8 Sediment Control Fence Fabric."
9 b. Posts
10 1) Provide essentially straight wood or steel posts with a minimum length of
11 48 inches, unless otherwise shown on the Drawings.
12 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch
13 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch
14 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per
15 foot.
16 c. Net Reinforcement
17 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire
18 mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide,
19 unless otherwise shown on the Drawings.
20 d. Staples
21 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long.
22 2.3 ACCESSORIES [NOT USED]
23 2.4 SOURCE QUALITY CONTROL [NOT USED]
24 PART 3 - EXECUTION
25 3.1 INSTALLERS [NOT USED]
26 3.2 EXAMINATION [NOT USED]
27 3.3 PREPARATION [NOT USED]
28 3.4 INSTALLATION
29 A. Storm Water Pollution Prevention Plan
30 1. Develop and implement the project's Storm Water Pollution Prevention Plan
31 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000
32 requirements. Prevent water pollution from storm water runoff by using and
33 maintaining appropriate structural and nonstructural BMPs to reduce pollutants
34 discharges to the MS4 from the construction site.
35 B. Control Measures
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 29, 2021
31 25 00 - 5
EROSION AND SEDIMENT CONTROL
Page 5 of 9
1 1. Implement control measures in the area to be disturbed before beginning
2 construction, or as directed. Limit the disturbance to the area shown on the
3 Drawings or as directed.
4 2. Control site waste such as discarded building materials, concrete truck washout
5 water, chemicals, litter and sanitary waste at the construction site.
6 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and
7 sedimentation resulting from construction operations, the Engineer will limit the
8 disturbed area to that which the Contractor is able to control.
9 4. Immediately correct ineffective control measures. Implement additional controls as
10 directed. Remove excavated material within the time requirements specified in the
11 applicable storm water permit.
12 5. Upon acceptance of vegetative cover by the City, remove and dispose of all
13 temporary control measures, temporary embankments, bridges, matting, falsework,
14 piling, debris, or other obstructions placed during construction that are not a part of
15 the finished work, or as directed.
16 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or
17 streambed.
18 D. Do not install temporary construction crossings in or across any water body without the
19 prior approval of the appropriate resource agency and the Engineer.
20 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an
21 approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and
22 provide shelter for stored chemicals.
23 F. Installation and Maintenance
24 1. Perform work in accordance with the TPDES Construction General Permit
25 TXR150000.
26 2. When approved, sediments may be disposed of within embankments, or in areas
27 where the material will not contribute to further siltation and when appropriate
28 stabilization is provided.
29 3. Dispose of removed material in accordance with federal, state, and local
30 regulations.
31 4. Remove devices upon approval or when directed.
32 a. Upon removal, finish -grade and dress the area.
33 b. Stabilize disturbed areas in accordance with the permit, and as shown on the
34 Drawings or directed.
35 5. The Contractor retains ownership of stockpiled material and must remove it from
36 the project when new installations or replacements are no longer required.
37 G. Rock Filter Dams for Erosion Control
38 1. Remove trees, brush, stumps and other objectionable material that may interfere
39 with the construction of rock filter dams.
40 2. Place sandbags as a foundation when required or at the Contractor's option.
41 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes
42 specified, without undue voids.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 29, 2021
31 25 00 - 6
EROSION AND SEDIMENT CONTROL
Page 6 of 9
1 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the
2 upstream side over the aggregate and secure it to itself on the downstream side with
3 wire ties, or hog rings, or as directed.
4 5. Place rock filter dams perpendicular to the flow of the stream or channel unless
5
otherwise directed.
6
6. Construct filter dams according to the following criteria, unless otherwise shown on
7
the Drawings:
8
a. Type 1 (Non -reinforced)
9
1)
Height - At least 18 inches measured vertically from existing ground to top
10
of filter dam
11
2)
Top Width - At least 2 feet
12
3)
Slopes - At most 2:1
13
b. Type 2 (Reinforced)
14
1)
Height - At least 18 inches measured vertically from existing ground to top
15
of filter dam
16
2)
Top Width - At least 2 feet
17
3)
Slopes - At most 2:1
18
c. Type 3 (Reinforced)
19
1)
Height - At least 36 inches measured vertically from existing ground to top
20
of filter dam
21
2)
Top Width - At least 2 feet
22
3)
Slopes - At most 2:1
23
d. Type 4 (Sack Gabions)
24
1)
Unfold sack gabions and smooth out kinks and bends.
25
2)
For vertical filling, connect the sides by lacing in a single loop —double loop
26
pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until
27
tight, wrap around the end, and twist 4 times. At the filling end, fill with
28
stone, pull the rod tight, cut the wire with approximately 6 inches
29
remaining, and twist wires 4 times.
30
3)
For horizontal filling, place sack flat in a filling trough, fill with stone, and
31
connect sides and secure ends as described above.
32
4)
Lift and place without damaging the gabion.
33
5)
Shape sack gabions to existing contours.
34
e. Type 5
35
1)
Provide rock filter dams as shown on the Drawings.
36 H. Construction Entrances
37 1. When tracking conditions exist, prevent traffic from crossing or exiting the
38 construction site or moving directly onto a public roadway, alley, sidewalk, parking
39 area, or other right of way areas other than at the location of construction entrances.
40 2. Place the exit over a foundation course, if necessary.
41 a. Grade the foundation course or compacted subgrade to direct runoff from the
42 construction exits to a sediment trap as shown on the Drawings or as directed.
43 3. At drive approaches, make sure the construction entrance is the full width of the
44 drive and meets the length shown on the Drawings.
45 a. The width shall beat least 14 feet for 1-way and 24 feet for 2-way traffic for all
46 other points of ingress or egress or as directed by the Engineer.
47 I. Earthwork for Erosion Control
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 29, 2021
31 25 00 - 7
EROSION AND SEDIMENT CONTROL
Page 7 of 9
1. Perform excavation and embankment operations to minimize erosion and to remove
2 collected sediments from other erosion control devices.
3 a. Excavation and Embankment for Erosion Control Measures
4 1)
Place earth dikes, swales or combinations of both along the low crown of
5
daily lift placement, or as directed, to prevent runoff spillover.
6 2)
Place swales and dikes at other locations as shown on the Drawings or as
7
directed to prevent runoff spillover or to divert runoff.
8 3)
Construct cuts with the low end blocked with undisturbed earth to prevent
9
erosion of hillsides.
10 4)
Construct sediment traps at drainage structures in conjunction with other
11
erosion control measures as shown on the Drawings or as directed.
12 5)
Where required, create a sediment basin providing 3,600 cubic feet of
13
storage per acre drained, or equivalent control measures for drainage
14
locations that serve an area with 10 or more disturbed acres at 1 time, not
15
including offsite areas.
16 b. Excavation of Sediment and Debris
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
1) Remove sediment and debris when accumulation affects the performance of
the devices, after a rain, and when directed.
2) Remove sediment from sediment traps and sedimentation ponds no later
than the time that design capacity has been reduced by 50%.
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 by the Engineer or City representative.
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.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 29, 2021
31 25 00 - 8
EROSION AND SEDIMENT CONTROL
Page 8 of 9
1 c. Fabric and Net Reinforcement Attachment
2 1) Unless otherwise shown under the Drawings, attach the reinforcement to
3 wooden posts with staples, or to steel posts with T-clips, in at least 4 places
4 equally spaced.
5 2) Sewn vertical pockets may be used to attach reinforcement to end posts.
6 3) Fasten the fabric to the top strand of reinforcementby hog rings or cord
7 every 15 inches or less.
8 d. Fabric and Net Splices
9 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at
10 least 6 places equally spaced, unless otherwise shown under the Drawings.
11 a) Do not locate splices in concentrated flow areas.
12 2) Requirements for installation of used temporary sediment -control fence
13 include the following:
14 a) Fabric with minimal or no visible signs of biodegradation (weak fibers)
15 b) Fabric without excessive patching (more than 1 patch every 15 to 20
16 feet)
17 c) Posts without bends
18 d) Backing without holes
19 3.5 REPAIR/RESTORATION [NOT USED]
20 3.6 R&INSTALLATION [NOT USED]
21 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
22 3.8 SYSTEM STARTUP [NOT USED]
23 3.9 ADJUSTING [NOT USED]
24 3.10 CLEANING
25 A. Waste Management
26 1. Remove sediment, debris and litter as needed.
27 3.11 CLOSEOUT ACTIVITIES
28 A. Erosion control measures remain in place and are maintained until all soil disturbing
29 activities at the project site have been completed.
30 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas,
31 on areas not covered by permanent structures, or in areas where permanent erosion
32 control measures (i.e. riprap, gabions, or geotextiles) have been employed.
33 C. Once vegetative cover is achieved, the contractor shall remove all temporary control
34 measures, before final project acceptance. It is the contractor's responsibility to remove
35 all temporary control measures, unless transfer of maintenance and subsequent removal
36 is transferred to another entity in writing.
37 D. Upon achievement of final stabilization, submit NOT to TCEQ, and provide a copy of
38 the NOT to the City of Fort Worth"s Environmental Quality Division, if required.
39 E. Complete and submit a Final Grading Certificate to Development Services, if required.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 29, 2021
31 25 00 - 9
EROSION AND SEDIMENT CONTROL
Page 9 of 9
1 3.12 PROTECTION [NOT USED]
F•=cNi [du F.1 eel M WElex-0
3 A. Install and maintain the integrity of temporary erosion and sedimentation control
4 devices to accumulate silt and debris until earthwork construction and permanent
5 erosion control features are in place or the disturbed area has been adequately stabilized
6 as determined by the Engineer.
7 B. If a device ceases to function as intended, repair or replace the device or portions
8 thereof as necessary.
9 C. Perform inspections of the construction site as prescribed in the Construction General
10 Permit TXR150000.
11 D. Records of inspections and modifications based on the results of inspections mustbe
12 maintained and available in accordance with the permit.
13 3.14 ATTACHMENTS [NOT USED]
14
15
16
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.1 A. 1. Revised language re: what section includes, 1.2 A. 2. c. Clarified items
included in price, 1.5 Added items to list of submittals, 2.2Revised language under
April 29, 2021 M Owen product types/materials, 3.4 Revised language under "Installation", and3.11 C.
Added language to clarify responsibility to remove t emp orary protection device and
emphasize clearing of ROW
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 29, 2021
1
2
3 PART1- GENERAL
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
32 01 17 - 1
PERMANENT ASPHALT PAVING REPAIR
Page 1 of 8
SECTION 32 0117
PERMANENT ASPHALT PAVING REPAIR
1.1 SUMMARY
A. Section includes:
1. Flexible pavement repair to include, but not limited to:
a. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.)
b. Warranty work
c. Repairs of damage caused by Contractor
d. Any permanent asphalt 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 03 34 16 — Concrete Base Material for Trench Repair
4. Section 32 12 16 —Asphalt Paving
5. Section 32 13 13 — Concrete Paving
6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number]
Revised December 20, 2012
KEDPLASMA PLASMAPHERESIS CENTER
523010
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
320117-2
PERMANENT ASPHALT PAVING REPAIR
Page 2 of 8
1. Asphalt Pavement Repair
a. Measurement
1) Measurement for this Item will be by the linear foot of Asphalt Pavement
Repair based on the defined width and 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 price per linear foot of Asphalt Pavement Repair.
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
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:
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] 523010
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
320117-3
PERMANENT ASPHALT PAVING REPAIR
Page 3 of 8
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number]
Revised December 20, 2012
KEDPLASMA PLASMAPHERESIS CENTER
523010
320117-4
PERMANENT ASPHALT PAVING REPAIR
Page 4 of 8
1
6)
Trial batches
2
7)
Tack coat
3
8)
Removal and/or sweeping excess material
4
4. Extra Width Asphalt Pavement Repair
5
a. Measurement
6
1)
Measurement for this Item will be by the square yard for surface repair
7
(does not include base repair) for:
8
a) Various thicknesses
9
b. Payment
10
1)
The work performed and materials furnished in accordance with this Item
11
and measured as provided under "Measurement" will be paid for at the
12
unit price bid per square yard of Extra Width Asphalt Pavement Repair
13
c. The price bid shall include:
14
1)
Preparing final surfaces
15
2)
Furnishing, loading, unloading, storing, hauling and handling all materials
16
including freight and royalty
17
3)
Traffic control for all testing
18
4)
Asphalt, aggregate, and additive
19
5)
Materials and work needed for corrective action
20
6)
Trial batches
21
7)
Tack coat
22
8)
Removal and/or sweeping excess material
23 1.3 REFERENCES
24 A. Definitions
25 1. H.M.A.C. —Hot Mix Asphalt Concrete
26 1.4 ADMINISTRATIVE REQUIREMENTS
27 A. Permitting
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] 523010
Revised December 20, 2012
320117-5
PERMANENT ASPHALT PAVING REPAIR
Page 5 of 8
1 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation
2 and Public Works Department in conformance with current ordinances.
3 2. The Transportation and Public Works Department will inspect the paving repair
4 after construction.
5 1.5 SUBMITTALS [NOT USED]
6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
7 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16.
8 1.7 CLOSEOUT SUBMITTALS [NOT USED]
9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
10 1.9 QUALITY ASSURANCE [NOT USED]
11 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED]
12 1.12 FIELD CONDITIONS
13 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and
14 rising unless otherwise approved.
15 1.13 WARRANTY [NOT USED]
16 PART 2 - PRODUCTS
17 2.1 OWNER -FURNISHED [NOT USED]
18 2.2 MATERIALS
19 A. Backfill
20 1. See Section 33 05 10.
21 B. Base Material
22 1. Concrete Base Material for Trench Repair: See Section 03 34 16.
23 2. Concrete Base: See Section 32 13 13.
24 C. Asphalt Paving: see Section 32 12 16.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] 523010
Revised December 20, 2012
320117-6
PERMANENT ASPHALT PAVING REPAIR
Page 6 of 8
1 1. H.M.A.C. paving: Type D.
2 2.3 ACCESSORIES [NOT USED]
3 2.4 SOURCE QUALITY CONTROL [NOT USED]
4 PART 3 - EXECUTION
5 3.1 INSTALLERS [NOT USED]
6 3.2 EXAMINATION [NOT USED]
7 3.3 PREPARATION
8 A. Surface Preparation
9 1. Mark pavement cut for repairs for approval by the City.
10 2. Contractor and City meet prior to saw cutting to confirm limits of repairs.
11 3.4 INSTALLATION
12 A. General
13 1. Equipment
14 a. Use machine intended for cutting pavement.
15 b. Milling machines may be used as long as straight edge is maintained.
16 2. Repairs: In true and straight lines to dimensions shown on the Drawings.
17 3. Utility Cuts
18 a. In a true and straight line on both sides of the trench
19 b. Minimum of 12 inches outside the trench walls
20 c. If the existing flexible pavement is 2 feet or less between the lip of the existing
21 gutter and the edge of the trench repair, remove the existing paving to such
22 gutter.
23 4. Limit dust and residues from sawing from entering the atmosphere or drainage
24 facilities.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] 523010
Revised December 20, 2012
320117-7
PERMANENT ASPHALT PAVING REPAIR
Page 7 of 8
1 B. Removal
2 1. Use care to prevent fracturing existing pavement structure adjacent to the repair
3 area.
4 C. Base
5 1. Install replacement base material as specified in Drawings.
6 D. Asphalt Paving
7 1. H.M.A.0 placement: in accordance with Section 32 12 16
8 2. Type D surface mix
9 3. Depth: as specified in Drawings
10 4. Place surface mix in lifts not to exceed 3 inches.
11 5. Last or top lift shall not be less than 2 inches thick.
12
3.5
REPAIR/RESTORATION [NOT USED]
13
3.6
RE -INSTALLATION [NOT USED]
14
3.7
FIELD QUALITY CONTROL [NOT USED]
15
3.8
SYSTEM STARTUP [NOT USED]
16
3.9
ADJUSTING [NOT USED]
17
3.10
CLEANING [NOT USED]
18
3.11
CLOSEOUT ACTIVITIES [NOT USED]
19
3.12
PROTECTION [NOT USED]
20
3.13
MAINTENANCE [NOT USED]
21
3.14
ATTACHMENTS [NOT USED]
22
23
END OF SECTION
24
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] 523010
Revised December 20, 2012
320117-8
PERMANENT ASPHALT PAVING REPAIR
Page 8 of 8
Revision Log
DATE NAME SUMMARY OF CHANGE
1.2.A— Modified Items to be included in price bid; Added blue text for clarification
12/20/2012 D. Johnson of repair width on utility trench repair; Added a bid item for utility service trench
repair.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] 523010
Revised December 20, 2012
1
2
3 PART1- GENERAL
SECTION 32 0129
CONCRETE PAVING REPAIR
320129-1
CONCRETE PAVING REPAIR
Page 1 of 6
4 1.1 SUMMARY
5 A. Section includes:
6 1. Concrete pavement repair to include, but not limited to:
7 a. Utility cuts (water, sanitary sewer, drainage, etc.)
8 b. Warranty work
9 c. Repairs of damage caused by Contractor
10 d. Any other concrete pavement repair needed during the course of construction
11 B. Deviations from this City of Fort Worth Standard Specification
12 1. None.
13 C. Related Specification Sections include, but are not necessarily limited to:
14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
15 2. Division 1- General Requirements
16 3. Section 32 0118 - Temporary Asphalt Paving Repair
17 4. Section 32 12 16 - Asphalt Paving
18 S. 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
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] 523010
Revised December 20, 2012
320129-2
CONCRETE PAVING REPAIR
Page 2 of 6
1 2. When panel replacement is not required for utility trench repair, repair width is to
2 include the width beyond the trench shown in the Drawings as well as any
3 additional width required around structures. There is no differentiation between
4 main line trench repair and service line trench repair for concrete roadways
5 because the quantity is measured by square yard.
6 a. Measurement
7 1) Measurement for this Item shall be by the square yard of Concrete
8 Pavement Repair for various:
9 a) Street types
10 2) Limits of repair will be based on the time of service of the existing
11 pavement. The age of the pavement will need to be determined by the
12 Engineer through coordination with the City. For pavement ages:
13 a) 10 years or less: repair entire panel
14 b) Greater than 10 years: repair to limits per Drawings
15 b. Payment
16 1) The work performed and materials furnished in accordance with this Item
17 and measured as provided under "Measurement" shall be paid for at the
18 unit price bid per square yard of Concrete Pavement Repair
19 c. The price bid shall include:
20 1) Shaping and fine grading the placement area
21 2) Furnishing and applying all water required
22 3) Furnishing, loading and unloading, storing, hauling and handling all
23 concrete
24 4) Furnishing, loading and unloading, storing, hauling and handling all base
25 material
26 5) Mixing, placing, finishing and curing all concrete
27 6) Furnishing and installing reinforcing steel
28 7) Furnishing all materials and placing longitudinal, warping, expansion and
29 contraction joints, including all steel dowels, dowel caps and load
30 transmission units required, wire and devices for placing, holding and
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] 523010
Revised December 20, 2012
320129-3
CONCRETE PAVING REPAIR
Page 3 of 6
1 supporting the steel bar, load transmission units, and joint filler in the
2 proper position; for coating steel bars where required by the Drawings
3 8) Sealing joints
4 9) Monolithically poured curb
5 10) Cleanup
6 1.3 REFERENCES [NOT USED]
7 1.4 ADMINISTRATIVE REQUIREMENTS
8 A. Permitting
9 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation
10 and Public Works Department in conformance with current ordinances.
11 2. Transportation and Public Works Department will inspect paving repair after
12 construction.
13 1.5 SUBMITTALS [NOT USED]
14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
15 A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13.
16 1.7 CLOSEOUT SUBMITTALS [NOT USED]
17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
18 1.9 QUALITY ASSURANCE [NOT USED]
19 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
20 1.11 FIELD CONDITIONS
21 A. Weather Conditions: Place concrete as specified in Section 32 13 13.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] 523010
Revised December 20, 2012
320129-4
CONCRETE PAVING REPAIR
Page 4 of 6
1 1.12 WARRANTY [NOT USED]
2 PART 2 - PRODUCTS
3 2.1 OWNER -FURNISHED PRODUCTS [NOT USED]
4 2.2 MATERIALS
5 A. Embedment and Backfill: see Section 33 05 10.
6 B. Base material: Concrete base: see Section 32 13 13.
7 C. Concrete: see Section 32 13 13.
8 1. Concrete paving: Class H or Class HES.
9 2. Replace concrete to the specified thickness.
10 2.3 ACCESSORIES [NOT USED]
11 2.4 SOURCE QUALITY CONTROL [NOT USED]
12 PART 3 - EXECUTION
13 3.1 INSTALLERS [NOT USED]
14 3.2 EXAMINATION [NOT USED]
15 3.3 PREPARATION
16 A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge
17 of one repair to the edge of a second repair.
18 B. If the cut is to be covered, use steel plates of sufficient strength and thickness to
19 support traffic.
20 1. Construct a transition of hot -mix or cold -mix asphalt from the top of the steel plate
21 to the existing pavement to create a smooth riding surface.
22 a. Hot -mix or cold -mix asphalt: conform to the requirements of Section 32 12 16.
23 C. Surface Preparation: mark pavement cut repairs for approval by the City.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] 523010
Revised December 20, 2012
320129-5
CONCRETE PAVING REPAIR
Page 5 of 6
1 3.4 INSTALLATION
2 A. Sawing
3 1. General
4 a. Saw cut perpendicular to the surface to full pavement depth.
5 b. Saw cut the edges of pavement and appurtenances damaged subsequent to
6 sawing to remove damaged areas.
7 c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines.
8 2. Sawing equipment
9 a. Power -driven
10 b. Manufactured for the purpose of sawing pavement
11 c. In good operating condition
12 d. Shall not spall or facture concrete adjacent to the repair area
13 3. Repairs: In true and straight lines to dimensions shown on the Drawings
14 4. Utility Cuts
15 a. In a true and straight line on both sides of the trench
16 b. Minimum of 12 inches outside the trench walls
17 5. Prevent dust and residues from sawing from entering the atmosphere or drainage
18 facilities.
19 B. Removal
20 1. Use care in removing concrete to be repaired to prevent spalling or fracturing
21 concrete adjacent to the repair area.
22 C. Base: as specified in Drawings
23 D. Concrete Paving
24 1. Concrete placement: in accordance with Section 32 13 13.
25 2. Reinforce concrete replacement: as specified in Drawings
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] 523010
Revised December 20, 2012
1 3.5 REPAIR/RESTORATION [NOT USED]
2 3.6 RE -INSTALLATION [NOT USED]
3 3.7 FIELD QUALITY CONTROL [NOT USED]
4 3.8 SYSTEM STARTUP [NOT USED]
5 3.9 ADJUSTING [NOT USED]
6 3.10 CLEANING [NOT USED]
7 3.11 CLOSEOUT ACTIVITIES [NOT USED]
8 3.12 PROTECTION [NOT USED]
9
10
11
12
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
DATE NAME
12/20/2012 D.Johnson
320129-6
CONCRETE PAVING REPAIR
Page 6 of 6
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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number]
Revised December 20, 2012
KEDPLASMA PLASMAPHERESIS CENTER
523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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.'
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SUMMARY OF CHANGE
KEDPLASMA PLASMAPHERESIS CENTER
523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 20, 2012
321129-3
LIME TREATED BASE COURSES
Page 3 of 9
a. D698, Standard Test Methods for Laboratory Compaction Characteristics of
Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3))
b. D6938, Standard Test Method for In -Place Density and Water Content of Soil
and Soil -Aggregate by Nuclear Methods (Shallow Depth)
3. Texas Department of Transportation (TXDOT):
a. Tex- 101-E, Preparing Soil and Flexible Base Materials for Testing
b. Tex-140-E, Measuring Thickness of Pavement Layer
c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and
Commercial Lime Slurry
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 ACTION SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND STORAGE
A. Truck Delivered Lime
1. Each truck ticket shall bear the weight of lime measured on certified scales.
2. Submit delivery tickets, certified by supplier, that include weight with each bulk
delivery of lime to the site.
1.11 SITE CONDITIONS
A. Start lime application only when the air temperature is at least 35°F and rising or is at
least 40°F. Measure temperature in the shade and away from artificial heat.
B. Suspend application when the City determines that weather conditions are unsuitable.
1.12 WARRANTY [NOT USED]
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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.
I. Curing
1. Cure for the minimum number of days shown in Table 6 and by finished pavement
type:
a. Concrete pavement
1) Sprinkle with water
2) Maintain moisture during curing
3) Do not allow equipment on the finished course during curing except as
required for sprinkling.
b. Asphalt Pavement
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SUMMARY OF CHANGE
KEDPLASMA PLASMAPHERESIS CENTER
523010
321133-1
CEMENT TREATED BASE COURSES
Pagel of 8
1 SECTION 321133
2 CEMENT TREATED BASE COURSES
3 PART1- GENERAL
4 1.1 SUMMARY
5
A. Section Includes
6
1.
Treating subgrade, subbase and base courses by the pulverization, addition of
7
cement (or CEM-LIMETM), mixing and compacting the mix material to the required
8
density.
9
2.
Item applies to the natural ground, embankment, existing pavement, base or
10
subbase courses placed and shall conform to the typical section, lines and grades
11
shown on the Drawings.
12
3.
For asphalt pavement pulverization projects, CEM-LIMETM (or approved equal)
13
may be used, in lieu of cement, for subgrade soils with high plasticity index
14
(plasticity index (PI) of 15 or above).
15
4.
The procedures and methods outlined in this spec for cement applies to CEM-
16
LIMETM except that CEM-LIMETM needs to be applied using the slurry method.
17
5.
If the existing asphalt is milled off exposing the subgrade soil, the stabilizing agent
18
may need to be lime, in lieu of cem-lime, for soils with high PI
19
B. Deviations from City of Fort Worth Standards
20
1.
None
21 C.Related Specification Sections include but are not necessarily limited to
22 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
23 2. Division 1 - General Requirements
24 3. Section 32 1123 - Flexible Base Courses
25 1.2 PRICE AND PAYMENT PROCEDURES
26 A.Measurement and Payment
27 1. Cement
28 a. Measurement
29 1) Measurement for this Item shall be by the ton (dry weight).
30 b. Payment
31 1) The work performed and materials furnished in accordance with this Item
32 and measured as provided under "Measurement" will be paid for at the unit
33 price bid per ton (dry weight) of Cement.
34 c. The price bid shall include:
35 1) Furnishing Cement material
36 2) All freight involved
37 3) All unloading, storing and handling
38 2. CEM-LIMETM
39 a. Measurement
40 1) Measurement for this Item shall be by the ton (dry weight).
41 b. Payment
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
321133-2
CEMENT TREATED BASE COURSES
Page 2 of 8
1 1) The work performed and materials furnished in accordance with this Item
2 and measured as provided under "Measurement" will be paid for at the unit
3 price bid per ton (dry weight) of CEM-LIMETM (or approved equal).
4 c. The price bid shall include:
5 1) Furnishing CEM-LIMETM
6 2) All freight involved
7 3) All unloading, storing and handling
8 3. Cement Treatment
9 a. Measurement
10 1) Measurement for this Item shall be by the square yard of surface area.
11 2) The dimensions for determining the surface area are established by the
12 widths shown on the Drawings and the lengths measured at placement.
13 b. Payment
14 1) The work performed and materials furnished in accordance with this Item
15 and measured as provided under "Measurement" will be paid for at the unit
16 price bid per square yard of Cement Treatment placed for:
17 a) Various depths
18 c. The price bid shall include:
19 1) Pulverizing or providing the soil material
20 2) Handling, hauling and spreading dry or slurry cement
21 3) Mixing the cement with the soil either in -place or in a mixing plant
22 4) Furnishing, hauling and mixing water with the soil -cement mixture
23 5) Spreading and shaping the mixture; compacting the mixture, including all
24 rolling required for compaction
25 6) Surface finishing
26 7) Water and sprinkling
27 8) Curing
28 1.3 REFERENCES
29 A.Reference Standards
30 1. Reference standards cited in this specification refer to the current reference standard
31 published at the time of the latest revision date logged at the end of this
32 specification, unless a date is specifically cited.
33 2. ASTM International (ASTM):
34 a. C 150, Standard Specification for Portland Cement
35 b. C595, Standard Specification for Blended Hydraulic Cements
36 c. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil
37 Using Standard Effort (12 400 ft-lbFft3 (600 kN-m/m3))
38 3. Texas Department of Transportation (TxDOT)
39 a. Tex- 101-E, Preparing soil and flexible base materials for testing
40 b. Tex-140-E, Measuring thickness of paving layers
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
321133-3
CEMENT TREATED BASE COURSES
Page 3 of 8
1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
2 1.5 ACTION SUBMITTALS [NOT USED]
3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
4 1.7 CLOSEOUT SUBMITTALS [NOT USED]
5 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED]
6 1.9 QUALITY ASSURANCE [NOT USED]
7 1.10 DELIVERY, STORAGE, AND HANDLING
8 A. Truck Delivered Cement
9 1. Each truck ticket shall bear the weight of cement measured on certified scales.
10 2. Submit delivery tickets, certified by supplier, that include weight with each bulk
11 delivery of cement to the site.
12 1.11 FIELD [SITE] CONDITIONS
13 A. Start cement application only when the air temperature is at least 35 degrees F and rising
14 or is at least 40 degrees F.
15 B.Measure temperature in the shade away from artificial heat.
16 C. Suspend application when the City determines that weather conditions are unsuitable.
17 1.12 WARRANTY [NOT USED]
18 PART 2 - PRODUCTS
19 2.1 OWNER -FURNISHED PRODUCTS [NOT USED]
20 2.2 MATERIALS
21 A. General
22 1. Furnish uncontaminated materials of uniform quality that meet the requirements of
23 the Drawings and specifications.
24 2. Notify the City of the proposed material sources and of changes to material sources.
25 3. Obtain verification from the City that the specification requirements are met before
26 using the sources.
27 4. The City may sample and test project materials at any time before compaction.
28 B.Cement: ASTM C150 or ASTM C595 Type I, II, IL or IP.
29 C.Flexible Base Courses: Furnish base material that meets the requirements of Section 32
30 1123 for the type and grade shown on the Drawings, before the addition of cement.
31 D.Water: Furnish water free of industrial wastes and other objectionable material.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
321133-4
CEMENT TREATED BASE COURSES
Page 4 of 8
2.3 ACCESSORIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL [NOT USED]
3 PART 3 - EXECUTION
4 3.1 INSTALLERS [NOT USED]
5 3.2 EXAMINATION [NOT USED]
6 3.3 PREPARATION
7 A. Shape existing material in accordance with applicable bid items to conform to typical
8 sections shown on the Drawings and as directed.
9 3.4 INSTALLATION
10 A. General
11 1. Produce a completed course of treated material containing:
12 a. Uniform Portland cement mixture, free from loose or segregated areas
13 b. Uniform density and moisture content
14 c. Well bound for full depth
15 d. With smooth surface and suitable for placing subsequent courses
16 2. Maximum layer depth of cement treatment in single layer: 8 inches.
17 3. For treated subgrade exceeding 8 inches deep, pulverize, apply cement, mix,
18 compact and finish in equal layers not exceeding 5 inches deep.
19 B. Equipment
20 1. Provide machinery, tools, and equipment necessary for proper execution of the
21 work.
22 2. Rollers
23 a. The Contractor may use any type of roller to meet the production rates and
24 quality requirements of the Contract unless otherwise shown on the Drawings or
25 directed.
26 b. When specific types of equipment are required, use equipment that meets the
27 specified requirements.
28 c. Alternate Equipment
29 1) Instead of the specified equipment, the Contractor may, as approved,
30 operate other compaction equipment that produces equivalent results.
31 2) Discontinue the use of the alternate equipment and furnish the specified
32 equipment if the desired results are not achieved.
33 d. City may require Contractor to substitute equipment if production rate and
34 quality requirements of the Contract are not met.
35 3. Slurry Equipment
36 a. Use slurry tanks equipped with agitation devices for cement application.
37 b. The City may approve other slurrying methods.
38 c. Provide a pump for agitating the slurry when the distributor truck is not
39 equipped with an agitator.
40 4. Pulverization Equipment
41 a. Provide pulverization equipment that:
42 1) Cuts and pulverizes material uniformly to the proper depth with cutters that
43 plane to a uniform surface over the entire width of the cut
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
32 11 33 - 5
CEMENT TREATED BASE COURSES
Page 5 of 8
1 2) Provides a visible indication of the depth of cut at all times
2 3) Uniformly mixes the materials
3 C.Pulverization
4 1. Pulverize or scarify existing material after shaping so that 100 percent by dry
5 weight passes a 1-inch sieve, and 80 percent by dry weight passes a No. 4 sieve
6 exclusive of gravel or stone retained in sieves.
7 2. Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2-
8 inch sieve, and 60 percent by dry weight passes a No. 4 sieve exclusive of gravel or
9 stone retained in sieves.
10
D.Cement Application
11
1.
Spread by an approved dry or slurry method uniformly on the soil at the rate
12
specified on the Drawings
13
a. CEM-LIMETM shall be applied using the slurry method.
14
2.
If a bulk cement spreader is used, position by string lines or other approved method
15
during spreading to insure a uniform distribution of cement.
16
3.
Apply to an area that all the operations can be continuous and completed in daylight
17
within 6-hours of initial application.
18
4.
Do not exceed the quantity of cement that permits uniform and intimate mixture of
19
soil and cement during dry -mixing operations
20
5.
Do not exceed the specified optimum moisture content for the soil and cement
21
mixture.
22
6.
No equipment, except that used in the spreading and mixing, allowed to pass over
23
the freshly spread cement until it is mixed with the soil.
24
E. Mixing
25
1.
Thoroughly mix the material and cement using approved equipment.
26
2.
Mix until a homogeneous, friable mixture of material and cement is obtained, free
27
from all clods and lumps.
28
3.
Keep mixture within moisture tolerances throughout the operation.
29
4.
Spread and shape the completed mixture in a uniform layer.
30
5.
After mixing, the City shall sample the mixture at roadway moisture and test in
31
accordance with Tex 101 E, Part III, to determine compliance with the gradation
32
requirements in Table 1.
33
Table 1
34
Gradation Requirements Minimum % Passing
Sieve Size Base
1-3/4 in. 100
3/4 in. 85
No.4 60
35 F. Compaction
36 1. Prior to the beginning of compaction, the mixture shall be in a loose condition for
37 its full depth.
38 2. Compact material to at least 95-percent of the maximum density as determined by
39 ASTM D698.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
321133-6
CEMENT TREATED BASE COURSES
Page 6 of 8
1
3.
At the start of compaction, the percentage of moisture in the mixture and in un-
2
pulverized soil lumps shall be less than the quantity which shall cause the soil-
3
cement mixture to become unstable during compaction and finishing.
4
4.
When the uncompacted soil -cement mixture is wetted by rain so that the average
5
moisture content exceeds the tolerance given at the time of final compaction, the
6
entire section shall be reconstructed in accordance with this specification at the sole
7
expense of the Contractor.
8
5.
The specified optimum moisture content and density shall be determined in the
9
field on the representative samples of soil -cement mixture obtained from the area
10
being processed.
11
6.
Final moisture content shall be within minus-2 to plus-4-of-optimum.
12
7.
Begin compaction after mixing and after gradation and moisture requirements have
13
been met.
14
8.
Begin compaction at the bottom and continue until the entire depth of the mixture is
15
uniformly compacted.
16
9.
Uniformly compact the mixture to the specified density within 2-hours.
17
10. After the soil and cement mixture is compacted uniformly apply water as needed
18
and thoroughly mix in.
19
11. Reshape the surface to the required lines, grades and cross section and then lightly
20
scarify to loosen any imprint left by the compacting or shaping equipment.
21
G.Maintenance
22
1.
Maintain the soil -cement treatment in good condition from the time it first starts
23
work until all work shall is completed.
24
2.
Maintenance includes immediate repairs of any defect that may occur after the
25
cement is applied.
26
3.
Maintenance work shall be done by the Contractor at the Contractor's expense and
27
repeated as often as necessary to keep the area continuously intact.
28
4.
Repairs are to be made in such a manner as to insure restoration of a uniform
29
surface for the full depth of treatment.
30
5.
Remedy any low area of treated subgrade by scarifying the surface to a depth of at
31
least 2 inches, filling the area with treated material and compacting.
32
6.
Remedy any low area of subbase or base shall by replacing the material for the full
33
depth of subbase or base treatment rather than adding a thin layer of stabilized
34
material to the completed work.
35
H.Finishing
36
1.
After completing compaction of the final course, clip, skin, or tight -blade the
37
surface of the cement -treated material with a maintainer or subgrade trimmer to a
38
depth of approximately 1/4 inch.
39
2.
Remove loosened material and dispose of at an approved location.
40
3.
Roll the clipped surface immediately with a pneumatic tire roller adding small
41
increments of moisture as needed and until a smooth surface is attained.
42
4.
Add small amounts of water as needed during rolling. Shape and maintain the
43
course and surface in conformity with the typical sections, lines, and grades shown
44
on the Drawings or as directed.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
32 11 33 - 7
CEMENT TREATED BASE COURSES
Page 7 of 8
1 5. Surface compaction and finishing shall proceed in such a manner as to produce, in
2 not more than 2-hours, a smooth, closely knit surface, free of cracks, ridges or loose
3 material, conforming to the drawn grade and line shown on the Drawings.
4 6. After the final layer or course of the cement modified soil has been compacted, it
5 shall be brought to the required lines and grades in accordance with the typical
6 sections.
7 7. The completed section shall then be finished by rolling with a pneumatic tire or
8 other suitable roller sufficiently to create micro cracking.
9 I. Curing
10 1. General
11 a. Cure for at least 48 hours.
12 b. Maintain the moisture content during curing at no lower than 2 percentage
13 points below optimum.
14 2. Curing method depends on finished pavement type:
15 a. Concrete pavement:
16 1) Sprinkle with water
17 2) Maintain moisture during curing
18 3) Do not allow equipment on the finished course during curing except as
19 required for sprinkling, unless otherwise approved.
20 b. Asphalt Pavement:
21 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard.
22 2) Do not allow equipment on the finished course during curing
23 3. Begin paving operations or add courses within 14 calendar days of final compaction
24 of the cement treated base.
25 3.5 REPAIR / RESTORATION [NOT USED]
26 3.6 RE -INSTALLATION [NOT USED]
27 3.7 FIELD QUALITY CONTROL
28 A.Density Test
29 1. City Project Representative must be on site during density testing
30 2. City to measure density of cement treated base course in accordance with ASTM
31 D6938.
32 3. Spacing directed by City (1 per block minimum).
33 4. City Project Representative determines density testing locations.
34 B. Depth Test
35 1. Take minimum of one core per 500 linear feet per each direction of travel
36 staggering test location in each lane to determine in -place depth.
37 2. City Project Representative determines depth testing locations.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
1
2
3
4
5
6
7
8
0
10
321133-8
CEMENT TREATED BASE COURSES
Page 8 of 8
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3-11-2022 Zelalem Arega 1.3.A.2, 2.2.B — Added ASTM C595 — Type IL Cement
1.1 A. — Added alternative of using CEM-LIME' in areas with high PI
6-10-2022 M Owen 1.2 A. — Added Measurement and Payment section for CEM-LIME'
3.4 D. — Added clarification re: slurry application for CEM-LIME'
3.4 13. — Clarified time limits between application and paving
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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
[I%=701W0I704041Oki
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 200-17, Sieve Analysis of Fine and Coarse Aggregates
f. Tex 203-F, Sand Equivalent Test
g. Tex-204-F, Design of Bituminous Mixtures
h. Tex-207-17, Determining Density of Compacted Bituminous Mixtures
i. Tex 217-17, 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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 70 551 601
PG 76 or higher 601 601
'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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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-1H,
10 or a PG binder with a minimum high -temperature grade of PG 58 for tack coat
11 binder in accordance with Section 2.2.A.5.
12
6. Additives
13
a. General
14
1)
When shown on the Drawings, use the type and rate of additive specified.
15
2)
Other additives that facilitate mixing or improve the quality of the mixture
16
may be allowed when approved.
17
b. Liquid Antistripping Agent
18
1)
Furnish and incorporate all required asphalt antistripping agents in asphalt
19
concrete paving mixtures and asphalt -stabilized base mixtures to meet
20
moisture resistance testing requirements.
21
2)
Provide a liquid antistripping agent that is uniform and shows no evidence
22
of crystallization, settling, or separation.
23
3)
Ensure that all liquid antistripping agents arrive in:
24
a) Properly labeled and unopened containers, as shipped from the
25
manufacturer, or
26
b) Sealed tank trucks with an invoice to show contents and quantities
27
c) Provide product information to the City including:
28
(1) Material safety data sheet
29
(2) Specific gravity of the agent at the manufacturer's recommended
30
addition temperature,
31
(3) Manufacturer's recommended dosage range, and
32
(4) Handling and storage instructions
33
4)
Addition of lime or a liquid antistripping agent at the Mix Plant,
34
incorporate into the binder as follows:
35
a) Handle in accordance with the manufacturer's recommendations.
36
b) Add at the manufacturer's recommended addition temperature.
37
c) Add into the asphalt line by means of an in -line -metering device.
38
c. Liquid Asphalt Additive Meters
39
1)
Provide a means to check the accuracy of meter output for asphalt primer,
40
fluxing material, and liquid additives.
41
2)
Furnish a meter that reads in increments of 0.1 gal. or less.
42
3)
Verify accuracy of the meter in accordance with Tex-923-K.
43
4)
Ensure the accuracy of the meter within 5.0 percent.
44
7. Mixes
45
a. Design Requirements
46
1)
Unless otherwise shown on the Drawings, use the typical weight design
47
example given in Tex-204-F, Part I, to design a mixture meeting the
48
requirements listed in Tables 2 through 8.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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
KEDPLASMA PLASMAPHERESIS CENTER
523010
321216-14
ASPHALT PAVING
Page 14 of 25
1 d. When WMA is not required by Drawings, produce an asphalt mixture within
?3 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 6V.V M 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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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
KEDPLASMA PLASMAPHERESIS CENTER
523010
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
£ 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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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
KEDPLASMA PLASMAPHERESIS CENTER
523010
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
I
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 20, 2012
32 13 13-1
CONCRETE PAVING
Pagel of22
1 SECTION 32 13 13
2 CONCRETE PAVING
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section includes:
6 1. Finished pavement constructed of Portland cement concrete including
7 monolithically poured curb on the prepared subgrade or other base course.
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C.Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 - Procurement and Contracting Requirements
12 2. Division 1 - General Requirements
13 3. Section 32 0129 - Concrete Paving Repair
14 4. Section 32 13 73 - Concrete Paving Joint Sealants
15 1.2 PRICE AND PAYMENT PROCEDURES
16 A.Measurement
17 1. Measurement
18 a. Measurement for this Item shall be by the square yard of completed and
19 accepted Concrete Pavement in its final position as measured from back of curb
20 for various:
21 1) Classes
22 2) Thicknesses
23
2. Payment
24
a.
The work performed and materials furnished in accordance with this Item will
25
be paid for at the unit price bid per square yard of Concrete Pavement.
26
3. The price bid shall include:
27
a.
Shaping and fine grading the placement area
28
b.
Furnishing and applying all water required
29
c.
Furnishing, loading and unloading, storing, hauling and handling all concrete
30
ingredients including all freight and royalty involved
31
d.
Mixing, placing, finishing and curing all concrete
32
e.
Furnishing and installing all reinforcing steel
33
f.
Furnishing all materials and placing longitudinal, warping, expansion, and
34
contraction joints, including all steel dowels, dowel caps and load transmission
35
units required, wire and devices for placing, holding and supporting the steel
36
bar, load transmission units, and joint filler material in the proper position; for
37
coating steel bars where required by the Drawings
38
g.
Sealing joints
39
h.
Monolithically poured curb
40
i.
Cleanup
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
32 13 13-2
CONCRETE PAVING
Page 2 of 22
1.3 REFERENCES
2 A.Reference Standards
3 1. Reference standards cited in this specification refer to the current reference standard
4 published at the time of the latest revision date logged at the end of this
5 specification, unless a date is specifically cited.
6 2. ASTM International (ASTM):
7 a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete
8 Reinforcement
9 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the
10 Field
11 c. C33, Concrete Aggregates
12 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete
13 Specimens
14 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed
15 Beams of Concrete
16 f. C94/C94M, Standard Specifications for Ready -Mixed Concrete
17 g. C 150, Portland Cement
18 h. C595, Portland -Limestone Cement
19 i. C156, Standard Test Method for Water Loss (from a mortar specimen) Through
20 Liquid Membrane -Forming Curing Compounds for Concrete
21 j. C172, Standard Practice for Sampling Freshly Mixed Concrete
22 k. C260, Air Entraining Admixtures for Concrete
23 1. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2
24 m. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G"
25 n. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral
26 Admixture in Concrete
27 o. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for
28 Concrete
29 p. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic-
30 Cement Concrete
31 q. C1602, Standard Specification for Mixing Water Used in the Production of
32 Hydraulic Cement Concrete.
33 r. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort
34 (12,400 ft-lbf/ft3)
35 3. American Concrete Institute (ACI):
36 a. ACI 305.1-14 Specification for Hot Weather Concreting
37 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting
38 c. ACI 318, Building Code Requirements for Structural Concrete and Commentary
39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
40 1.5 SUBMITTALS [NOT USED]
41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
42 A. Mix Design: submit for approval. See Item 2A.A.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
32 13 13-3
CONCRETE PAVING
Page 3 of22
1 1.7 CLOSEOUT SUBMITTALS [NOT USED]
2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
3 1.9 QUALITY ASSURANCE [NOT USED]
4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
5 1.11 FIELD CONDITIONS
6 A.Weather Conditions
7 1. Place concrete when concrete temperature is between 40°F and 95°F when
8 measured in accordance with ASTM C 1064 at point of placement.
9 2. Hot Weather Concreting
10 a. Concrete paving operations shall be approved by the City project manager or
11 designee when the concrete temperature exceeds 95°F.
12 b. Concrete shall not be placed when concrete temperature is above 100°F under
13 any circumstances.
14 3. Cold Weather Concreting
15 a. No concrete shall be placed when ambient temp in shade and away from
16 artificial heat is below 40°F and falling. Concrete may be placed when ambient
17 temp is above 35°F and rising. Unless the City project manager or designee
18 approves paving to continue, suspend concreting operations if a descending air
19 temperature in the shade and away from artificial heat falls below 40°F. Do not
20 resume concreting operations until an ascending air temperature in the shade and
21 away from artificial heat reaches 35°F and rising. Contractor should take all the
22 precautions necessary to prevent freezing of concrete. Frozen concrete must be
23 removed and replaced.
24 4. It is to be distinctly understood that the contractor is responsible for the quality and
25 strength of the concrete placed under any weather conditions.
26 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the
27 pavement in natural light, or as directed by the City.
28 1.12 WARRANTY [NOT USED]
29 PART 2 - PRODUCTS
30 2.1 OWNER -FURNISHED PRODUCTS [NOT USED]
31 2.2 MATERIALS
32 A.Cementitious Material: ASTM C 150, ASTM C595 Type IL Cement.
33 B.Aggregates: ASTM C33.
34 C. Water: ASTM C 1602.
35 D.Admixtures: When admixtures are used, conform to the appropriate specification:
36 1. Air -Entraining Admixtures for Concrete: ASTM C260.
37 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G."
38 3. Fly Ash
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
32 13 13-4
CONCRETE PAVING
Page 4 of 22
1 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete:
2 ASTM C618.
3 b. Fly ash may be substituted at one pound per pound of cement up to 25% of the
4 specified cement content when such batch design is approved by the Engineer.
5 E. Steel Reinforcement: ASTM A615.
6
7
8
9
10
11
12
13
14
15
16
17
18
F. Steel Wire Reinforcement: Not used for concrete pavement.
G.Dowels and Tie Bars
1. Dowel and tie bars: ASTM A615.
2. Dowel Caps
a. Provide and install dowel caps with enough range of movement to allow
complete closure of the expansion joint.
b. Caps for dowel bars shall be of the length shown on the Drawings and shall have
an internal diameter sufficient to permit the cap to freely slip over the bar.
c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch,
and one end of the cap shall be tightly closed.
3. Epoxy for Dowel and Tie Bars: ASTM C881.
a. See following table for approved producers of epoxies and adhesives
Pre -Qualified Producers of Epoxies and Adhesives
Product Name Producer
Concresive 1420 BASF
HTE-50 Hilti
T 308 + Powers Fasteners
P E 1000+
C-6
Epcon G-5
Pro-Poxy-300 Fast Tube
Shep-Poxy TxIII
Ultrabond 1300 Tubes
Ultrabone 2300 N.S. A-22-2300
Slow Set
Dynapoxy EP-430
EDOT
ET22
SET 22
SpecPoxy 3000FS
Powers Fasteners
Ramset-Redhead
Ramset-Redhead
Unitex
CMC Construction Services
Adhesives Technology
Adhesives Technology
Pecora Corp.
Simpson Strong Tie
Simpson Strong Tie
Simpson Strong Tie
SpecChem
19
20 b. Epoxy Use, Storage and Handling
21 1) Package components in airtight containers and protect from light and
22 moisture.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
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
32 13 13-5
CONCRETE PAVING
Page 5 of22
2) Include detailed instructions for the application of the material and all
safety information and warnings regarding contact with the components.
3) Epoxy label requirements
a) Resin or hardener components
b) Brand name
c) Name of manufacturer
d) Lot or batch number
e) Temperature range for storage
f) Date of manufacture
g) Expiration date
h) Quantity contained
4) Store epoxy and adhesive components at temperatures recommended by the
manufacturer.
5) Do not use damaged or previously opened containers and any material that
shows evidence of crystallization, lumps skinning, extreme thickening, or
settling of pigments that cannot be readily dispersed with normal agitation.
6) Follow sound environmental practices when disposing of epoxy and
adhesive wastes.
7) Dispose of all empty containers separately.
8) Dispose of epoxy by completely emptying and mixing the epoxy before
disposal
H.Reinforcement Bar Chairs
1. Reinforcement bar chairs or supports shall be of adequate strength to support the
reinforcement bars and shall not bend or break under the weight of the
reinforcement bars or Contractor's personnel walking on the reinforcing bars.
2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or
plastic.
3. For approval of plastic chairs, representative samples of the plastic shall show no
visible indications of deterioration after immersion in a 5-percent solution of
sodium hydroxide for 120-hours.
4. Bar chairs may be rejected for failure to meet any of the requirements of this
specification.
I. Joint Filler
1. Joint filler is the material placed in concrete pavement and concrete structures to
allow for the expansion and contraction of the concrete.
2. Wood Boards: Used as joint filler for concrete paving.
a. Boards for expansion joint filler shall be of the required size, shape and type
indicated on the Drawings or required in the specifications.
1) Boards shall be of selected stock of redwood or cypress. The boards shall
be sound heartwood and shall be free from sapwood, knots, clustered
birdseyes, checks and splits.
2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall
be sufficiently rigid to permit ease of installation.
3) Boards shall be furnished in lengths equal to the width between
longitudinal joints, and may be furnished in strips or scored sheet of the
required shape.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
32 13 13-6
CONCRETE PAVING
Page 6 of22
1 3. Dimensions. The thickness of the expansion joint filler shall be shown on the
2 Drawings; the width shall be not less than that shown on the Drawings, providing
3 for the top seal space.
4 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the
5 requirements of this specification.
6 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73.
7 K.Curing Materials
8 1. Membrane -Forming Compounds.
9 a. Conform to the requirements of ASTM C309, Type 2, white pigmented
10 compound and be of such nature that it shall not produce permanent
11 discoloration of concrete surfaces nor react deleteriously with the concrete.
12 b. The compound shall produce a firm, continuous uniform moisture -impermeable
13 film free from pinholes and shall adhere satisfactorily to the surfaces of damp
14
concrete.
15
c.
It shall, when applied to the damp concrete surface at the specified rate of
16
coverage, dry to touch in 1 hour and dry through in not more than 4 hours under
17
normal conditions suitable for concrete operations.
18
d.
It shall adhere in a tenacious film without running off or appreciably sagging.
19
e.
It shall not disintegrate, check, peel or crack during the required curing period.
20
f.
The compound shall not peel or pick up under traffic and shall disappear from
21
the surface of the concrete by gradual disintegration.
22
g.
The compound shall be delivered to the job site in the manufacturer's original
23
containers only, which shall be clearly labeled with the manufacturer's name, the
24
trade name of the material and a batch number or symbol with which test
25
samples may be correlated.
26
h.
When tested in accordance with ASTM C 15 6 Standard Test Method for Water
27
Loss (from a mortar specimen) Through Liquid Membrane -Forming Curing
28
Compounds for Concrete, the liquid membrane -forming compound shall restrict
29
the loss of water present in the test specimen at the time of application of the
30
curing compound to not more than 0.01-oz.-per-2 inches of surface.
31 2.3 ACCESSORIES [NOT USED]
32 2.4 SOURCE QUALITY CONTROL
33 A.Mix Design
34 1. Concrete Mix Design and Control
35 a. The City has a pre -approved list of concrete mix designs. The pre -approved list
36 can be found on the City website under Project Resources Folder. These mix
37 designs meet the requirements of applicable City specifications and the
38 Contractor may use mix designs from the list without the need for review and
39 approval. The contractor shall notify the City in writing which mix in the pre-
40 approved list the contractor uses for a project.
41 b. For a mix design not included in the pre -approved list, the Contractor shall
42 submit a design of the concrete mix it proposes to use and a full description of
43 the source of supply of each material component at least 10 calendar days prior
44 to the start of concrete paving operations.
45 c. The design of the concrete mix shall produce a quality concrete complying with
46 these specifications and shall include the following information:
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
32 13 13-7
CONCRETE PAVING
Page 7 of22
1
1) Design Requirements and Design Summary
2
2) Material source
3
3) Dry weight of cement/cubic yard and type
4
4) Dry weight of fly ash/cubic yard and type, if used
5
5) Saturated surface dry weight of fine and coarse aggregates/cubic yard
6
6) Design water/cubic yard
7
7) Quantities, type, and name of admixtures with manufacturer's data sheets
8
8) Current strength tests or strength tests in accordance with ACI 318
9
9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates
10
and date of tests
11
10) Fineness modulus of fine aggregate
12
11) Specific Gravity and Absorption Values of fine and coarse aggregates
13
12) L.A. Abrasion of coarse aggregates
14
d. Once mix design approved by City, maintain intent of mix design and
15
maximum water to cement ratio.
16
e. No concrete may be placed on the job site until the mix design has been
17
approved by the City.
18 2. Quality of Concrete
19 a. Consistency
20 1) In general, the consistency of concrete mixtures shall be such that:
21 a) Mortar shall cling to the coarse aggregate
22 b) Aggregate shall not segregate in concrete when it is transported to the
23 place of deposit
24 c) Concrete, when dropped directly from the discharge chute of the mixer,
25 shall flatten out at the center of the pile, but the edges of the pile shall
26 stand and not flow
27 d) Concrete and mortar shall show no free water when removed from the
28 mixer
29 e) Concrete shall slide and not flow into place when transported in metal
30 chutes at an angle of 30 degrees with the horizontal
31 f) Surface of the finished concrete shall be free from a surface film or
32 laitance
33 2) When field conditions are such that additional moisture is needed for the
34 final concrete surface finishing operation, the required water shall be applied
35 to the surface by hand sprayer only and be held to a minimum amount.
36 3) The concrete shall be workable, cohesive, possess satisfactory finishing
37 qualities and be of the stiffest consistency that can be placed and vibrated into
38 a homogeneous mass.
39 4) Excessive bleeding shall be avoided.
40 5) If the strength or consistency required for the class of concrete being
41 produced is not secured with the minimum cement specified or without
42 exceeding the maximum water/cement ratio, the Contractor may use, or the
43 City may require, an approved cement dispersing agent (water reducer); or
44 the Contractor shall furnish additional aggregates, or aggregates with
45 different characteristics, or the Contractor may use additional cement in
46 order to produce the required results.
47 6) The additional cement may be permitted as a temporary measure, until
48 aggregates are changed and designs checked with the different aggregates
49 or cement dispersing agent.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
32 13 13-8
CONCRETE PAVING
Page 8 of22
1 7) The Contractor is solely responsible for the quality of the concrete
2 produced.
3 8) The City reserves the right to independently verify the quality of the
4 concrete through inspection of the batch plant, testing of the various
5 materials used in the concrete and by casting and testing concrete cylinders
6 or beams on the concrete actually incorporated in the pavement.
7 b. Standard Class
8 1) Unless otherwise shown on the Drawings or detailed specifications, the
9 standard class for pavement and related concrete for streets and alleys is
10 shown in the following table:
11
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
32 13 13-9
CONCRETE PAVING
Page 9 of22
Standard Classes of Pavement and Related Concrete
28 Day
Course
Minimum
Min.
Aggregat
Class of
Cementitiou
Compressi
Max.
e
General Usage
Concrete
s
ve
�'/cm
Maximu
(Informational Only)
1
(Lb. /CY)
Str
Ratio
inength2
(Psi)
Size
(Inch)
Sidewalks and ADA
A
470
3,000
0.58
1-1/2
ramps, driveways, curb
& gutter, median
pavement
Inlets, manholes,
junction boxes,
CIP
470
3.000
0.50
1-1/2
encasement, blocking,
collars, light pole
foundations
C
517
3,600
0.45
1-1/2
Headwalls, wingwalls,
culverts, drilled shafts
P
517
3,600
0.45
1-1/2
Machine placed Paving
H
564
4,500
0.45
1-1/2
Hand Placed Paving
HES
564
4,500
0.45
1-1/2
HES Paving
Bridge slabs, top slabs of
S
564
4,000
0.45
1-1/2
direct traffic culverts,
approach slabs
1. All exposed horizontal
concrete shall have
a minimum of 3% entrained -air.
2. Minimum
Compressive Strength Required.
a) Concrete Sidewalks and Curb & Gutter: Class A
b) Cast -In -Place Concrete Structures: Class CIP and Class C
c) Machine -Laid concrete: Class P
d) Hand -Laid concrete: Class H
e) Structural Concrete: Class S
f) High Early Strength Concrete: Class HES
(1) When shown on the Drawings or allowed, provide Class HES
concrete for very early opening of pavements area or leave outs to
traffic.
(2) Design class HES to meet the requirements of class specified for
concrete pavement and a minimum compressive strength of 2,600
psi in 24 hours, unless other early strength and time requirements
are shown on the Drawings allowed.
C. Slump
1) Slump requirements for pavement and related concrete shall be as specified
in the following table:
Concrete Pavement and Related Concrete Slump Requirements Add classes of
concrete
Concrete Use
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 10, 2022
Recommended Acceptable
Design Placement Slump,
and Placement (Inch)
Slump,
KEDPLASMA PLASMAPHERESIS CENTER
523010
321313 -10
CONCRETE PAVING
Page 10 of 22
(Inch)
Slip-Form/Form-Riding Paving 1-1/2 1-3
Hand Formed Paving 4 3-5
Headwalls, wingwalls, culverts, inlets,
manholes, junction boxes, encasement,
blocking, collars, light pole foundations,
slabs, sidewalk, curb and gutter, concrete 4 3-5
valley gutter and other miscellaneous
concrete
Drilled shafts 61/2 51/2 — 71/2
1
2 2) No concrete shall be permitted with slump in excess of the maximums
3 shown.
4 3) Any concrete mix failing to meet the above consistency requirements,
5 although meeting the slump requirements, shall be considered unsatisfactory,
6 and the mix shall be changed to correct such unsatisfactory conditions.
7 PART 3 - EXECUTION
8 3.1 INSTALLERS [NOT USED]
9 3.2 EXAMINATION [NOT USED]
10 3.3 PREPARATION [NOT USED]
11 3.4 INSTALLATION
12 A.Equipment
13 1. All equipment necessary for the construction of this item shall be on the project.
14 2. The equipment shall include spreading devices (augers), internal vibration,
15 tamping, and surface floating necessary to finish the freshly placed concrete in such
16 a manner as to provide a dense and homogeneous pavement.
17 3. Machine -Laid Concrete Pavement
18 a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms
19 that are uniformly supported on a sufficiently firm subbase to prevent sagging
20 under the weight of machine.
21 b. Slip -Form Paver
22 1) Slip -form paving equipment shall be provided with traveling side forms of
23 sufficient dimensions, shape and strength so as to support the concrete
24 laterally for a sufficient length of time during placement.
25 2) City may reject use of Slip -Form Paver if paver requires over -digging and
26 impacts trees, mailboxes or other improvements.
27 4. Hand -Laid Concrete Pavement
28 a. Machines that do not incorporate these features, such as roller screeds or
29 vibrating screeds, shall be considered tools to be used in hand -laid concrete
30 construction, as slumps, spreading methods, vibration, and other procedures are
31 more common to hand methods than to machine methods.
32 5. City may reject equipment and stop operation if equipment does not meet
33 requirements.
34 B. Concrete Mixing and Delivery
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
321313 -11
CONCRETE PAVING
Page 11 of 22
1 1. Transit Batching: shall not be used— onsite mixing not permitted
2
2. Ready Mixed Concrete
3
a.
The concrete shall be produced in an approved method conforming to the
4
requirements of this specification and ASTM C94/C94M.
5
b.
City shall have access to ready mix plant to obtain material samples.
6
c.
When ready -mix concrete is used, sample concrete per ASTM C172 Alternate
7
Procedure 2:
8
1) As the mixer is being emptied, individual samples shall be taken after the
9
discharge of approximately 10 percent and 90 percent of the load.
10
2) The method of sampling shall provide that the samples are representative of
11
widely separated portions, but not from the very ends of the batch.
12
d.
The mixing of each batch, after all materials are in the drum, shall continue until
13
it produces a thoroughly mixed concrete of uniform mass as determined by
14
established mixer performance ratings and inspection, or appropriate uniformity
15
tests as described in ASTM C94.
16
e.
The entire contents of the drum shall be discharged before any materials are
17
placed therein for the succeeding batch.
18
f.
Retempering or remixing shall not be permitted.
19 3. Delivery
20 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by
21 City to prevent cold joint.
22 4. Delivery Tickets
23 a. For all operations, the manufacturer of the concrete shall, before unloading,
24 furnish to the purchaser with each batch of concrete at the site a delivery ticket
25 on which is printed, stamped, or written, the following information to determine
26 that the concrete was proportioned in accordance with the approved mix design:
27 1) Name of concrete supplier
28 2) Serial number of ticket
29 3) Date
30 4) Truck number
31 5) Name of purchaser
32 6) Specific designation of job (name and location)
33 7) Specific class, design identification and designation of the concrete in
34 conformance with that employed in job specifications
35 8) Amount of concrete in cubic yards
36 9) Time loaded or of first mixing of cement and aggregates
37 10) Water added by receiver of concrete
38 11) Type and amount of admixtures
39 C.Subgrade
40 1. When manipulation or treatment of subgrade is required on the Drawings, the work
41 shall be performed in proper sequence with the preparation of the subgrade for
42 pavement.
43 2. The roadbed shall be excavated and shaped in conformity with the typical sections
44 and to the lines and grades shown on the Drawings or established by the City.
45 3. All holes, ruts and depressions shall be filled and compacted with suitable material
46 and, if required, the subgrade shall be thoroughly wetted and reshaped.
47 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be
48 corrected.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
321313 -12
CONCRETE PAVING
Page 12 of 22
1
5.
The subgrade shall be uniformly compacted to at least 95 percent of the maximum
2
density as determined by ASTM D698.
3
6.
Moisture content shall be within minus 2 percent to plus 4 percent of optimum.
4
7.
The prepared subgrade shall be wetted down sufficiently in advance of placing the
5
pavement to ensure its being in a firm and moist condition.
6
8.
Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution
7
of the work.
8
9.
The Contractor shall notify the City at least 24 hours in advance of its intention to
9
place concrete pavement.
10
10.
After the specified moisture and density are achieved, the Contractor shall maintain
11
the subgrade moisture and density in accordance with this Section.
12
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
11. In the event that rain or other conditions may have adversely affected the condition
of the subgrade or base, additional tests may be required as directed by the City.
D.Placing and Removing Forms
1. Placing Forms
a. Forms for machine -laid concrete
1) The side forms shall be metal, of approved cross section and bracing, of a
height no less than the prescribed edge thickness of the concrete section, and a
minimum of 10 feet in length for each individual form.
2) Forms shall be of ample strength and staked with adequate number of pins
capable of resisting the pressure of concrete placed against them and the
thrust and the vibration of the construction equipment operating upon them
without appreciable springing, settling or deflection.
3) The forms shall be free from warps, bends or kinks and shall show no
variation from the true plane for face or top.
4) Forms shall be jointed neatly and tightly and set with exactness to the
established grade and alignment.
5) Forms shall be set to line and grade at least 200 feet, where practicable, in
advance of the paving operations.
6) In no case shall the base width be less than 8 inches for a form 8 inches or
more in height.
7) Forms must be in firm contact with the subgrade throughout their length
and base width.
8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes
or other additional supports may be necessary to provide the required
stability.
b. Forms for hand -laid concrete
1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2
inches in thickness or equivalent when wooden forms are used, or be of a
gauge that shall provide equivalent rigidity and strength when metal forms are
used.
2) For curves with a radius of less than 250 feet, acceptable flexible metal or
wood forms shall be used.
3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line
shall be rejected.
2. Settling. When forms settle over 1/8 inch under finishing operations, paving
operations shall be stopped the forms reset to line and grade and the pavement then
brought to the required section and thickness.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
321313-13
CONCRETE PAVING
Page 13 of 22
1 3. Cleaning. Forms shall be thoroughly cleaned after each use.
2 4. Removal.
3 a. Forms shall remain in place until the concrete has taken its final set.
4 b. Avoid damage to the edge of the pavement when removing forms.
5 c. Repair damage resulting from form removal and honeycombed areas with a
6 mortar mix within 24 hours after form removal unless otherwise approved.
7 d. Clean joint face and repair honeycombed or damaged areas within 24 hours
8 after a bulkhead for a transverse construction joint has been removed unless
9 otherwise approved.
10 e. When forms are removed before 72 hours after concrete placement, promptly
11 apply membrane curing compound to the edge of the concrete pavement.
12 E. Placing Reinforcing Steel, Tie, and Dowel Bars
13 1. General
14 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed as
15 shown on the Drawings.
16 b. All reinforcing steel shall be clean, free from rust in the form of loose or
17 objectionable scale, and of the type, size and dimensions shown on the
18 Drawings.
19 c. Reinforcing bars shall be securely wired together at the alternate intersections
20 and all splices and shall be securely wired at each intersection dowel and load-
21 transmission unit intersected.
22 d. All bars shall be installed in their required position as shown on the Drawings.
23 e. The storing of reinforcing or structural steel on completed roadway slabs
24 generally shall be avoided and, where permitted, such storage shall be limited to
25 quantities and distribution that shall not induce excessive stresses.
26 2. Splices
27 a. Provide standard reinforcement splices by lapping and tying ends.
28 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on
29 the Drawings.
30 3. Installation of Reinforcing Steel
31 a. All reinforcing bars and bar mats shall be installed in the slab at the required
32 depth below the finished surface and supported by and securely attached to bar
33 chairs installed on prescribed longitudinal and transverse centers as shown by
34 sectional and detailed drawings on the Drawings.
35 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown
36 on the Drawings and shall be approved by the City prior to extensive fabrication.
37 c. After the reinforcing steel is securely installed above the subgrade as specified
38 in Drawings and as herein prescribed, no loading shall be imposed upon the bar
39 mats or individual bars before or during the placing or finishing of the concrete.
40 4. Installation of Dowel Bars
41 a. Install through the predrilled joint filler and rigidly support in true horizontal
42 and vertical positions by an assembly of bar chairs and dowel baskets.
43 b. Dowel Baskets
44 1) The dowels shall be held in position exactly parallel to surface and
45 centerline of the slab, by a dowel basket that is left in the pavement.
46 2) The dowel basket shall hold each dowel in exactly the correct position so
47 firmly that the dowel's position cannot be altered by concreting operations.
48 c. Dowel Caps
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
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
321313 -14
CONCRETE PAVING
Page 14 of 22
1) Install cap to allow the bar to move not less than 1-1/4 inch in either
direction. Grease bar before adding cap to prevent bonding with the concrete.
5. Tie Bar and Dowel Placement
a. Place at mid -depth of the pavement slab, parallel to the surface.
b. Place as shown on the Drawings.
6. Epoxy for Tie and Dowel Bar Installation
1) Epoxy bars as shown on the Drawings.
2) Use only drilling operations that do not damage the surrounding structures.
3) Blow out drilled holes with compressed air.
4) Completely fill the drilled hole with approved epoxy before inserting the tie
bar into the hole.
5) Install epoxy grout and bar at least 6 inches embedded into concrete.
F. Joints
1. Joints shall be placed where shown on the Drawings or where directed by the City.
2. The plane of all joints shall make a right angle with the surface of the pavement.
3. No joints shall have an error in alignment of more than 1/2 inch at any point.
4. Joint Dimensions
a. The width of the joint shall be shown on the Drawings, creating the joint
sealant reservoir.
b. The depth of the joint shall be shown on the Drawings.
c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's
recommendations.
d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement
surface at the center of the joint.
5. Transverse Expansion Joints
a. Expansion joints shall be installed perpendicularly to the surface and to the
centerline of the pavement at the locations shown on the Drawings, or as
approved by the City. Expansion joints shall continue to the farthest outside
edge of paving and adjacent slabs, and should extend through monolithic or
attached curbs so that there is no restriction to the movement of the joint at any
point.
b. Joints shall be of the design width, and spacing shown on the Drawings, or as
approved by the City.
c. Dowel bars, shall be of the size and type shown on the Drawings, or as
approved by the City, and shall be installed at the specified spacing.
d. Support dowel bars with dowel baskets.
e. Dowels shall not restrict the free opening and closing of the expansion join and
shall not make planes of weaknesses in the pavement.
f. Greased Dowels for Expansion Joints.
1) Coat dowels with a thin film of grease or other approved de -bonding
material.
2) Provide dowel caps on the lubricated end of each dowel bar.
g. Proximity to Existing Structures. When the pavement is adjacent to or around
existing structures, expansions joints shall be constructed in accordance with the
details shown on the Drawings.
6. Transverse Contraction Joints
a. Contraction or dummy joints shall be installed at the locations and at the
intervals shown on the Drawings.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
32 13 13-15
CONCRETE PAVING
Page 15 of 22
1
b.
Joints shall be of the design width, and spacing shown on the Drawings, or as
2
approved by the City.
3
c.
Dowel bars, shall be of the size and type shown on the Drawings, or as
4
approved by the City, and shall be installed at the specified spacing.
5
d.
Saw joints in a single cut to the width and depth the plans show. Begin sawing
6
as soon as the concrete hardens sufficiently to prevent excessive raveling along
7
the saw cut and finish before conditions induce uncontrolled cracking.
8
e.
The joints shall be constructed by sawing to a 1/4 - inch width and to a depth of
9
1/4 of the actual pavement thickness, or deeper if so indicated on the Drawings.
10
f.
Complete sawing as soon as possible in hot weather conditions and within a
11
maximum of 24 hours after saw cutting begins under cool weather conditions.
12
g.
If sharp edge joints are being obtained, the sawing process shall be sped up to
13
the point where some raveling is observed.
14
h.
Damage by blade action to the slab surface and to the concrete immediately
15
adjacent to the joint shall be minimized.
16
i.
Any portion of the curing membrane which has been disturbed by sawing
17
operations shall be restored by spraying the areas with additional curing
18
compound.
19
7. Transverse Construction Joints
20
a.
Construction joints formed at the close of each day's work or when the placing
21
of concrete has been interrupted for 30-minutes or longer shall be constructed
22
by use of metal or wooden bulkheads cut true to the section of the finished
23
pavement and cleaned.
24
b.
Wooden bulkheads shall be constructed using material of a thickness not less
25
than nominal 2" lumber.
26
c.
Longitudinal bars shall be held securely in place in a plane perpendicular to the
27
surface and at right angles to the centerline of the pavement.
28
d.
Edges shall be rounded to 1/4-inch radius.
29
e.
Any surplus concrete on the subgrade shall be removed upon the resumption of
30
the work.
31
8. Longitudinal Construction Joints
32
a.
Longitudinal construction joints shall be of the type shown on the Drawings.
33
9. Joint Filler
34
a.
Joint filler shall be as specified in 2.2.I of the size and shape shown on the
35
Drawings.
36
b.
Redwood Board joints shall be used for all pavement joints except for
37
expansion joints that are coincident with a butt joint against existing
38
pavements.
39
c.
Boards with less than 25-percent of moisture at the time of installation shall be
40
thoroughly wetted on the job.
41
d.
Green lumber of much higher moisture content is desirable and acceptable.
42
e.
The joint filler shall be appropriately drilled to admit the dowel bars when
43
required.
44
£
The bottom edge of the filler shall extend to or slightly below the bottom of the
45
slab. The top edge shall be held not less than 1/2 inch below the finished
46
surface of the pavement in order to allow the finishing operations to be
47
continuous.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
321313-16
CONCRETE PAVING
Page 16 of 22
1 g. The joint filler may be composed of more than one length of board in the
2 length of joint, but no board of a length less than 6 foot may be used unless
3 otherwise shown on the Drawings.
4 h. After the removal of the side forms, the ends of the joints at the edges of the
5 slab shall be carefully opened for the entire depth of the slab.
6 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details
7 and as specified in Section 32 13 73. Materials shall generally be handled and
8 applied according to the manufacturer's recommendations as specified in Section
9 32 1373.
10 G.Placing Concrete
11 1. Unless otherwise specified in the Drawings, the finished pavement shall be
12 constructed monolithically and constructed by machined laid method unless
13 impractical. The City will make determination of what is practical. The maximum
14 length of concrete lane that can be placed by hand pouring is 50linear feet.
15 2. The concrete shall be rapidly deposited on the subgrade in successive batches and
16 shall be distributed to the required depth and for the entire width of the pavement
17 by approved methods.
18 3. Any concrete not placed as herein prescribed within the time limits in the following
19 table will be rejected. Time begins when the water is added to the mixer.
20 Temperature — Time Requirements
Concrete Temperature Max Time — minutes Max Time — minutes
(at point of placement) (no retarding agent) (with retarding agent)'
Non -Agitated Concrete
All temperatures 45 45
Agitated Concrete
Above 90°F 45 75
Above 75°F thru 90°F 60 90
75°F and Below 60 120
21 1 Normal dosage of retarder.
22
23 4. Rakes shall not be used in handling concrete.
24 5. At the end of the day, or in case of unavoidable interruption or delay of more than
25 30 minutes or longer to prevent cold joints, a transverse construction joint shall be
26 placed in accordance with 3.4.F.7 of this Section.
27 6. Honeycombing
28 a. Special care shall be taken in placing and vibrating the concrete against the
29 forms and at all joints and assemblies so as to prevent honeycombing Concrete
30 shall be uniformly consolidated throughout its width and depth, free from honey
31 combed areas, and has a consistent void -free closed surface.
32 b. Excessive voids and honeycombing in the edge of the pavement, revealed by the
33 removal of the side forms, may be cause for rejection of the section of slab in
34 which the defect occurs.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
32 13 13-17
CONCRETE PAVING
Page 17 of 22
1 H.Finishing
2 1. Machine
3 a. Tolerance Limits
4 1) While the concrete is still workable, it shall be tested for irregularities with
5 a 10-foot straightedge placed parallel to the centerline of the pavement so as
6 to bridge depressions and to touch all high spots.
7 2) Ordinates measured from the face of the straightedge to the surface of the
8 pavement shall at no place exceed 1/16 inch -per -foot from the nearest point of
9 contact.
10 3) In no case shall the maximum ordinate to a 10-foot straightedge be greater
11 than 1/8 inch.
12 4) Any surface not within the tolerance limits shall be reworked and
13 refinished.
14 b. Edging
15 1) The edges of slabs and all joints requiring edging shall be carefully tooled
16 with an edger of the radius required by the Drawings at the time the concrete
17 begins to take its "set" and becomes non -workable.
18 2) All such work shall be left smooth and true to lines.
19 2. Hand
20 a. Hand finishing permitted only in intersections and areas inaccessible to a
21 finishing machine.
22 b. When the hand method of striking off and consolidating is permitted, the
23 concrete, as soon as placed, shall be approximately leveled and then struck off
24 with screed bar to such elevation above grade that, when consolidated and
25 finished, the surface of the pavement shall be at the grade elevation shown on
26 the Drawings.
27
28 C. The straightedge and joint finishing shall be as prescribed herein.
29
I. Curing
30
1.
The curing of concrete pavement shall be thorough and continuous throughout the
31
entire curing period.
32
2.
Failure to provide proper curing as herein prescribed shall be considered as
33
sufficient cause for immediate suspension of the paving operations.
34
3.
The curing method as herein specified does not preclude the use of any of the other
35
commonly used methods of curing, and the City may approve another method of
36
curing if so requested by the Contractor.
37
4.
If any selected method of curing does not afford the desired results, the City shall
38
have the right to order that another method of curing be instituted.
39
5.
After removal of the side forms, the sides of the slab shall receive a like coating
40
before earth is banked against them.
41
6.
The solution shall be applied, under pressure with a spray nozzle, in such a manner
42
as to cover the entire surfaces thoroughly and completely with a uniform film.
43
7.
The rate of application shall be such as to ensure complete coverage and shall not
44
exceed 20-square-yards-per-gallon of curing compound.
45
8.
When thoroughly dry, it shall provide a continuous and flexible membrane, free
46
from cracks or pinholes, and shall not disintegrate, check, peel or crack during the
47
curing period.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
321313 -18
CONCRETE PAVING
Page 18 of 22
1 9. If for any reason the seal is broken during the curing period, it shall be immediately
2 repaired with additional sealing solution.
3 10. When tested in accordance with ASTM C 15 6 Standard Test Method for Water Loss
4 (from a mortar specimen) Through Liquid Membrane -Forming Curing Compounds
5 for Concrete, the curing compound shall provide a film which shall have retained
6 within the test specimen a percentage of the moisture present in the specimen when
7 the curing compound was applied according to the following.
8 11. Contractor shall maintain and properly repair damage to curing materials on
9 exposed surfaces of concrete pavement continuously for a least 72 hours.
10 J. Monolithic Curbs
11 1. Concrete for monolithic curb shall be the same as for the pavement and shall be
12 placed within 20 minutes of the placement of the slab concrete.
13 2. After the concrete has been struck off and sufficiently set, the exposed surfaces
14 shall be thoroughly worked to achieve an acceptable surface finish.
15 3. The exposed edges shall be rounded by the use of an edging tool to the radius
16 indicated on the Drawings.
17 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface.
18 K.Pavement Leaveouts
19 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be
20 provided at location indicated on the Drawings or as directed by the City.
21 2. The extent and location of each leaveout required and a suitable crossover
22 connection to provide for traffic movements shall be determined in the field by the
23 City.
24 3.5 REPAIR
25 A.Repair of concrete pavement concrete shall be consistent with the Drawings and as
26 specified in Section 32 0129.
27 3.6 RE -INSTALLATION [NOT USED]
28 3.7 SITE QUALITY CONTROL
29 A. Concrete Placement
30 1. Place concrete using a fully automated paving machine. Hand paving is only
31 permitted in areas such as intersections where use of paving machine is not
32 practical.
33 a. All concrete pavement not placed by hand shall be placed using a fully
34 automated paving machine as approved by the City.
35 b. Screeds are considered hand placement paving method.
36 B. Testing of Materials
37 1. Samples of all materials for testing shall be provided by the contractor at no
38 expense to the City, unless otherwise specified in the special provisions or in the
39 Drawings.
40 2. In the event the initial sampling and testing does not comply with the specifications,
41 all subsequent testing of the material in order to determine if the material is
42 acceptable shall be at the Contractor's expense at the same rate charged by the
43 commercial laboratories.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
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
321313 -19
CONCRETE PAVING
Page 19 of 22
3. All testing shall be in accordance with applicable ASTM Standards and concrete
testing technician must be ACI certified or equivalent.
C.Pavement Thickness Test
1. Pavement thickness test shall be performed by a commercial testing laboratory
approved by the City every 100 feet or fraction thereof in accordance with TxDOT
Designation: Tex-423-A, unless otherwise shown on the plans. Test locations shall
be at the discretion of the City.
2. In the event a deficiency in the thickness of pavement is revealed during normal
testing operations, core samples shall be taken at the contractor's expense to verify
deficiency of more than 0.2 in. from plan thickness and to isolate the deficient area.
3. Where the average thickness of pavement in the area found to be deficient in
thickness by more than 0.20 inch, but not more than 0.50-inch, payment shall be
made at an adjusted price as specified in the following table.
Deficiency in Thickness Proportional Part
Determined by Cores Of Contract Price
Inches
Allowed
0.00 — 0.20
100 percent
0.21 — 0.30
80 percent
0.31 — 0.40
70 percent
0.41 — 0.50
60 percent
4. Any area of pavement found deficient in thickness by more than 0.50 inch but not
more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever
is greater, shall be evaluated by the City.
5. If, in the judgment of the City the area of such deficiency should not be removed
and replaced, there shall be no payment for the area retained.
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
concrete of the thickness shown on the Drawings.
7. Any area of pavement found deficient in thickness by more than 0.75 inch or more
than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced
with concrete of the thickness shown on the Drawings at the Contractor's sole
expense.
8. No additional payment over the contract unit price shall be made for any pavement
of a thickness exceeding that required by the Drawings.
D.Pavement Strength Test
1. During the progress of the work the commercial testing laboratory casts test
cylinders for conforming to ASTM C31, to maintain a check on the compressive
strengths of the concrete being placed.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
3213 13-20
CONCRETE PAVING
Page 20 of 22
1 2. Test cylinders shall be taken from a representative portion of concrete being placed
2 for every 150-cubic yards of concrete pavement placed, but in no case shall fewer
3 than 1 set of cylinders be taken per day of placement. After the cylinders have been
4 cast, they shall remain on the job site and then transported, moist cured, and tested
5 in accordance with ASTM C31 and ASTM C39.
6 3. In each set, one of the cylinders shall be tested at 7 days (3 days for HES concrete),
7 two cylinders shall be tested at 28 days (three cylinders for 4" by 8" cylinders), and
8 the remaining cylinder shall be retained for testing at 56 days, if necessary.
9 Concrete must attain its design strength within 56 days. The 4" by 8" cylinders are
10 acceptable only when the nominal maximum aggregate size of the mix is less than
11 1-1/4 inch.
12 4. If the average 28-day test results indicate deficient strength, the Contractor may, at
13 its option and expense, core the pavement in question and have the cores tested by
14 an approved laboratory in accordance with ASTM C42 and ACI 318 protocol. The
15 average of all cores must meet 100 percent of the minimum specified strength, with
16 no individual core resulting in less than 90 percent of design strength, in order to
17 override the results of the cylinder tests.
18 5. In the event cylinders and/or cores do not meet minimum specified strength,
19 additional cores may be taken to identify the limits of deficient concrete pavement
20 at the expense of the Contractor.
21 6. Cylinders and/or cores must meet minimum specified strength. Pavement not
22 meeting the minimum specified strength shall be subject to the money penalties or
23 removal and placement at the Contractor's expense as shown in the following table.
24
Percent Deficient
Greater Than 0 percent - Not More Than 10 percent
Greater Than 10 percent - Not More Than 15 percent
Greater Than 15 percent
Percent of Contract Price Allowed
90-percent
80-percent
0-percent or removed and replaced at the entire cost
and expense of Contractor as directed by City
25
26
7.
Deficiency shall be determined on a panel by panel basis.
27
8.
The amount of penalty shall be deducted from payment due to Contractor
28
9.
No additional payment over the contract unit price shall be made for any pavement
29
with a strength exceeding that required by the Drawings and/or specifications.
30
E. Cracked Concrete Acceptance Policy
31
1.
If cracks exist in concrete pavement upon completion of the project, the Project
32
Inspector shall decide as to the need for action to address the cracking as to its
33
cause and recommended remedial work.
34
2.
If the recommended remedial work is routing and sealing of the cracks to protect
35
the subgrade, the Inspector shall make the determination as to whether to rout and
36
seal the cracks at the time of final inspection and acceptance or at any time prior to
37
the end of the project maintenance period. The Contractor shall perform the routing
38
and sealing work as directed by the Project Inspector, at no cost to the City,
39
regardless of the cause of the cracking.
40
3.
If remedial work beyond routing and sealing is determined to be necessary, the
41
Inspector and the Contractor shall meet to determine the cause of the cracking.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
32 13 13-21
CONCRETE PAVING
Page 21 of 22
1
a. If agreement is reached that the cracking is due to deficient materials or
2
workmanship, the Contractor shall perform the remedial work at no cost to the
3
City. Remedial work in this case shall be limited to removing and replacing the
4
deficient work with new material and workmanship that meets the requirements
5
of the contract.
6
b. If the Inspector and the Contractor agree that the cause of the cracking is not
7
deficient materials or workmanship, the City may request the Contractor to
8
provide an estimate of the cost of the necessary remedial work and/or additional
9
work to address the cause of the cracking, and the Contractor will perform that
10
work at the agreed -upon price if the City elects to do so.
11 4. If the Inspector and the Contractor cannot agree on the cause of the cracking, the
12 City may hire an independent geotechnical engineer, acceptable to the Contractor,
13 to perform testing and analysis to determine the cause of the cracking. The
14 contractor shall pay 50 percent of the costs of the independent testing. Contractor
15 shall provide one half of the estimated costs of the independent testing to be held by
16 the City.
17 5. If the independent geotechnical engineer determines that the primary cause of the
18 cracking is the Contractor's deficient material or workmanship, the remedial work
19 will be performed at the Contractor's entire expense and the Contractor will also
20 reimburse the City for the City's portion of cost of the geotechnical investigation.
21 Remedial work in this case shall be limited to removing and replacing the deficient
22 work with new material and workmanship that meets the requirements of the
23 contract.
24 6. If the geotechnical engineer determines that the primary cause of the cracking is not
25 the Contractor's deficient material or workmanship, the City will return the held
26 funds to the Contractor. The Contractor, on request, will provide the City an
27 estimate of the costs of the necessary remedial work and/or additional work and
28 will perform the work at the agreed -upon price as directed by the City.
29 3.8 SYSTEM STARTUP [NOT USED]
30 3.9 ADJUSTING [NOT USED]
31 3.10 CLEANING [NOT USED]
32 A.No concrete washout, mix, slurry, cuts, mud or solids etc., may enter the storm water
33 system including curb lines. Equipment washout allowed only in areas shown on
34 drawings and test materials or slag must be removed from site prior to final acceptance.
35 3.11 CLOSEOUT ACTIVITIES [NOT USED]
36 3.12 PROTECTION [NOT USED]
37 3.13 MAINTENANCE [NOT USED]
38 3.14 ATTACHMENTS [NOT USED]
39
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
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
DATE NAME
END OF SECTION
Revision Log
SUMMARY OF CHANGE
3213 13-22
CONCRETE PAVING
Page 22 of 22
12/20/2012 1.2.A — Modified items to be included in price bid
05/21/2014 Doug Rademaker 2.2.1) — Modified to clarify acceptable fly ash substitution in concrete paving
1.1 LA — modified to clarify concrete placement temperature restrictions
Zelalem
2.4.A, B, D — to clarify concrete quality control process and requirements
03/19/2021 Arega/Doug
3.7. C & D - to modify and clarify the pavement strength test and change in
Black
pavement thickness measurement methodology
3.7.E — Modified to clarify cracked concrete acceptance policy
3/11/2022 Zelalem Arega
1.3.A.h, 2.2 — Added ASTM C595, Type IL cement
6/10/2022 M Owen
3.4 G. 1. — Clarified language re: machine laid vs. hand poured
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
321320-1
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 1 of 6
1 SECTION 32 13 20
2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Concrete sidewalks
7 2. Driveways
8 3. Barrier free ramps
9 B. Deviations from this City of Fort Worth Standard Specification
10 1. None.
11 C. Related Specification Sections include, but are not necessarily limited to:
12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
13 2. Division 1 - General Requirements
14 3. Section 02 41 13 - Selective Site Demolition
15 4. Section 32 13 13 - Concrete Paving
16 5. Section 32 13 73 - Concrete Paving Joint Sealants
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Concrete Sidewalk
20 a. Measurement
21 1) Measurement for this Item shallbe by the square foot of completed and
22 accepted Concrete Sidewalk in its final position for various:
23 a) Thicknesses
24 b) Types
25 b. Payment
26 1) The work performed and materials furnished in accordance with this Item
27 and measured as provided under "Measurement" will be paid for at the unit
28 price bid per square foot of Concrete Sidewalk.
29 c. The price bid shall include:
30 1) Excavating and preparing the subgrade
31 2) Furnishing and placing all materials
32 3) Thickened edge under sidewalk limits, if adjacent to curb or retaining wall
33
34 2. Concrete Curb at Back of Sidewalk (6 to 12 inch max)
35 a. Measurement
36 1) Measurement for this Item shallbe by the linear foot of completed and
37 accepted Concrete Curb at the Back of Sidewalk within the 6 to 12 inch curb
38 height at back of walk in its final position.
39 b. Payment
40 1) The work performed and materials furnished in accordance with this Item
41 and measured as provided under "Measurement" will be paid for at the unit
42 price bid per linear foot of Concrete Curb at the Back of Sidewalk.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 9, 2021
32 13 20 - 2
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 2of6
1 c. The price bid shall include:
2 1) Excavating and preparing the subgrade
3 2) Furnishing and placing all materials, including concrete and reinforcing
4 steel
5 3) Excavation in back of "retaining" curb
6 4) Furnishing, placing, and compacting backfill
7 3. Concrete Driveway
8 a. Measurement
9 1) Measurement for this Item shallbe by the square foot of completed and
10 accepted Concrete Driveway in its final position for various:
11 a) Thicknesses
12 b) Types
13 2) Dimensions will be taken from the back of the projected curb, including the
14 area of the curb radii and will extend to the limits specified in the Drawings.
15 3) Sidewalk portion of drive will be included in driveway measurement.
16 4) Curb on drive will be included in the driveway measurement.
17 b. Payment
18 1) The work performed and materials furnished in accordance with this Item
19 and measured as provided under "Measurement" will be paid for at the unit
20 price bid per square foot of Concrete Driveway.
21 c. The price bid shall include:
22 1) Excavating and preparing the subgrade
23 2) Furnishing and placing all materials
24 3) Temporary asphalt transition at width shown on plans (typically 9 inches)
25 when the pavement adjacent to the driveway will be improved
26
27 4. Barrier Free Ramps
28 a. Measurement
29 1) Measurement for this Item shallbe per each Barrier Free Ramp completed
30 and accepted for various:
31 a) Types
32 b. Payment
33 1) The work performed and materials furnished in accordance with this Item
34 and measured as provided under "Measurement" will be paid for at the unit
35 price bid per each "Barrier Free Ramp" installed.
36 c. The price bid shall include:
37 1) Excavating and preparing the subgrade
38 2) Furnishing and placing all materials
39 3) Curb Ramp
40 4) Landing and detectable warning surface as shown on the Drawings
41 5) Adjacent flares or side curb
42 6) Concrete gutter width along ramp opening
43 7) Doweling into adjacent concrete pavement, if applicable
44 1.3 REFERENCES
45 A. Abbreviations and Acronyms
46 1. TAS — Texas Accessibility Standards
47 2. TDLR Texas Department of Licensing and Regulation
48 B. Reference Standards
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 9, 2021
32 13 20 - 3
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 3 of 6
1 1. Reference standards cited in this Specification refer to the current reference
2 standard published at the time of the latest revision date logged at the end of this
3 Specification, unless a date is specifically cited.
4 2. American Society for Testing and Materials (ASTM)
5 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete
6 Construction (Non -extruding and Resilient Types)
7 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using
8 Standard Effort (12,400 ft-lbf/ft3)
9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
10 1.5 SUBMITTALS [NOT USED]
11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
12 A. Mix Design: submit for approval. Section 32 13 13.
13 B. Product Data: submit product data and sample for pre -cast detectable warning for
14 barrier free ramp.
15 1.7 CLOSEOUT SUBMITTALS [NOT USED]
16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
17 1.9 QUALITY ASSURANCE [NOT USED]
18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
19 1.11 FIELD CONDITIONS
20 A. Weather Conditions: Placement of concrete shallbe as specified in Section 32 13 13.
21 1.12 WARRANTY [NOT USED]
22 PART 2 - PRODUCTS
23 2.1 OWNER -FURNISHED PRODUCTS [NOT USED]
24 2.2 EQUIPMENT AND MATERIALS
25 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of
26 the finished work.
27
B. Concrete: see Section 32 13 13.
28
1. Unless otherwise shown on the Drawings or detailed specifications, the standard
29
class for concrete sidewalks, driveways and barrier free ramps is shown
in the
30
following table:
31
Standard Classes of Pavement Concrete
Class of Minimum 28 Day Min. Maximum
Course
Concrete' Cementitious, Compressive Water/
Aggregate
Lb./CY Strength2 Cementitious
Maximum
psi Ratio
Size,
inch
A 470 3000 0.58
1-1/2
32
C. Reinforcement: see Section 32 13 13.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 9, 2021
32 13 20 - 4
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 4of6
1 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed
2 bars at 18 inches on -center -both -ways at the center plane of all slabs, unless
3 otherwise shown on the Drawings or detailed specifications.
4 D. Joint Filler
5 1. Wood Filler: see Section 32 13 13.
6 2. Pre -Molded Asphalt Board Filler
7 a. Use only in areas where not practical for wood boards.
8 b. Pre -molded asphalt board filler: ASTM D545.
9 c. Install the required size and uniform thickness and as specified in Drawings.
10 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic
11 mixture of asphalt and vegetable fiber and/or mineral filler.
12 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings.
13 2.3 ACCESSORIES [NOT USED]
14 2.4 SOURCE QUALITY CONTROL [NOT USED]
15 PART 3 - EXECUTION
16 3.1 INSTALLERS [NOT USED]
17 3.2 EXAMINATION [NOT USED]
iC�19=W4111 Di Al ME'%M Wei
19 A. Surface Preparation
20 1. Excavation: Excavation required for the construction of sidewalks, driveways and
21 barrier free ramps shall be to the lines and grades as shown on the Drawings or as
22 established by the City.
23 2. Fine Grading
24 a. The Contractor shall do all necessary filling, leveling and fine grading required
25 to bring the subgrade to the exact grades specified and compacted to at least 90
26 percent of maximum density as determined by ASTM D698.
27 b. Moisture content shallbe within minus 2 to plus 4 of optimum.
28 c. Any over -excavation shall be repaired to the satisfaction of the City.
29 B. Demolition / Removal
30 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13.
31 3.4 INSTALLATION
32 A. General
33 1. Concrete sidewalks shall have a minimum thickness of 4 inches.
34 2. Sidewalks constructed in driveway approach sections shall have a minimum
35 thickness equal to that of driveway approach or as called for by Drawings and
36 specifications within the limits of the driveway approach.
37 3. Driveways shall have aminimum thickness of 6 inches. Standard cros s- slopes for
38 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines.
39 The construction of the driveway approach shall include the variable height radius
40 curb or a pan driveway approach in accordance with the Drawings.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 9, 2021
32 13 20 - 5
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 5 of 6
1 4. All pedestrian facilities shall comply with provisions of TAS including location,
2 slope, width, shapes, texture and coloring. Pedestrian facilities installed by the
3 Contractor and not meeting TAS must be removed and replaced to meet TAS (no
4 separate pay).
5 B. Forms: Forms shallbe securely staked to line and grade and maintained in a true
6 position during the depositing of concrete.
7 C. Reinforcement: see Section 32 13 13.
8 D. Concrete Placement: see Section 32 13 13.
9 E. Finishing
10 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true,
11 even surface.
12 2. Trowel and then brush transversely to obtain a smooth uniform brush finish.
13 3. Provide exposed aggregate finish for driveways and sidewalks if specified.
14 4. Edge joints and sides shall with suitable tools.
15 F. Joints
16 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed
17 using redwood.
18 2. Expansion joints shall be placed at intervals ten times the width of the sidewalk.
19 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete
20 driveways, curbs, formations, other sidewalks and other adjacent old concrete work
21 Similar material shall be placed around all obstructions protruding into or through
22 sidewalks or driveways.
23 4. All expansion joints shall be 1/2 inch in thickness.
24 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall
25 be finished to approximately a 1/2 inch radius with a suitable finishing tool.
26 6. Sidewalks shall be marked at intervals equal to the width of the walk with a
27 marking tool. Saw cutting of joints to the required depth may be desirable on wider
28 sidewalks and is acceptable if approved by the City
29 7. When sidewalk is against the curb, expansion joints shall be spaced to match those
30 in the curb, possibly in addition to the required spacing above.
31
G. Barrier Free Ramp
32
1.
Furnish and install brick red color pre -cast detectable warning Dome -Tile,
33
manufactured by StrongGo Industries or approved equal by the City.
34
2.
Detectable warning surface shall be a minimum of 24-inch in depth in the direction
35
of pedestrian travel, and extend to the limit of the width of the landing where the
36
pedestrian access route enters the street.
37
3.
Locate detectable warning surface so that the edge nearest the curb line is at the
38
extension of the face of the curb.
39
4.
Detectable warning Dome -Tile surface may be curved along the corner radius.
40
5.
Install detectable warning surface according to manufacturer's instructions.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 9, 2021
1
2
3
4
5
6
7
8
9
10
11
12
32 13 20 - 6
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 6 of 6
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
4/30/2013
F. Griffin
June 5, 2018
M Owen
April 29, 2021
M Owen
December 9,
2021
M Owen
END OF SECTION
Revision Log
SUMMARY OF CHANGE
1.2.A.3 —Measurement and Payment for Barrier Free Ramps modified to match
updated City Details
CorrectedPart 1, 1.2, A, 3, b, 1 to read, from ... square foot of Concrete Sidewalk.
to.. each "Barrier Free Ramp" installed.
Revised Measurement and Payment. section.
1.2 A. 4. c. Revise Barrier Free Ramp — Payment Section
1.2 A. l .c. and 1.2 A. 3. c. Clarified what is included in bid items for sidewalk and
driveway, respectively
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 9, 2021
KEDPLASMA PLASMAPHERESIS CENTER
523010
32 1373 -1
CONCRETE PAVING JOINT SEALANTS
Page 1 of 4
SECTION 32 13 73
CONCRETE PAVING JOINT SEALANTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Specification for silicone joint sealing for concrete pavement and curbs.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1 - General Requirements
3. Section 32 13 13 - Concrete Paving
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. Measurement for this Item shall be by the linear foot of Joint Sealant completed
and accepted only when specified in the Drawings to be a pay item.
2. Payment
a. The work performed and materials furnished in accordance with this Item are
subsidiary to the various items bid and no other compensation will be allowed,
unless specifically specified on Drawings.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. ASTM International (ASTM):
a. D5893, Standard Specification for Cold Applied, Single Component,
Chemically Curing Silicone Joint Sealant for Portland Cement Concrete
Pavements
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 ACTION SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS
A. Test and Evaluation Reports
1. Prior to installation, furnish certification by an independent testing laboratory that
the silicone joint sealant meets the requirements of this Section.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 20, 2012
32 1373 -2
CONCRETE PAVING JOINT SEALANTS
Page 2 of 4
2. Submit verifiable documentation that the manufacturer of the silicone joint sealant
has a minimum 2-year demonstrated, documented successful field performance
with concrete pavement silicone joint sealant systems.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD CONDITIONS
A. Do not apply joint sealant when the air and pavement temperature is less than 35
degrees F
B. Concrete surface must be clean, dry and frost free.
C. Do not place sealant in an expansion -type joint if surface temperature is below 35
degrees F or above 90 degrees F.
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER FURNISHED PRODUCTS [NOT USED]
2.2 MATERIALS & EQUIPMENT
A. Materials
1. Joint Sealant: ASTM D5893.
2. Joint Filler, Backer Rod and Breaker Tape
a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer
rod and polyethylene bond breaker tape of sufficient size to provide a tight seal.
b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent
the joint sealant from flowing to the bottom of the joint.
c. The backer rod and breaker tape shall be compatible with the silicone joint
sealant and no bond or reaction shall occur between them.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 20, 2012
32 1373 -3
CONCRETE PAVING JOINT SEALANTS
Page 3 of 4
3.4 INSTALLATION
A. General
1. The silicone sealant shall be cold applied.
2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength
prior to sealing joints.
3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint
sealant placement in a continuous sequence of operations.
4. See Drawings for the various joint details with their respective dimensions.
B. Equipment
1. Provide all necessary equipment and keep equipment in a satisfactory working
condition.
2. Equipment shall be inspected by the City prior to the beginning of the work.
3. The minimum requirements for construction equipment shall be as follows:
a. Concrete Saw. The sawing equipment shall be adequate in size and power to
complete the joint sawing to the required dimensions.
b. Air Compressors. The delivered compressed air shall have a pressure in excess
of 90 psi and shall be suitable for the removal of all free water and oil from the
compressed air.
c. Extrusion Pump. The output shall be capable of supplying a sufficient volume
of sealant to the joint.
d. Injection Tool. This mechanical device shall apply the sealant uniformly into
the joint.
e. Sandblaster. The design shall be for commercial use with air compressors as
specified in this Section.
f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and
free of contamination. They shall be compatible with the joint depth and width
requirements.
C. Sawing Joints: see Section 32 13 13.
D. Cleaning joints
1. Dry saw in 1 direction with reverse cutting blade then sand blast.
2. Use compressed air to remove the resulting dust from the joint.
3. Sandblast joints after complete drying.
a. Attach nozzle to a mechanical aiming device so that the sand blast will be
directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the
face of the joint.
b. Sandblast both joint faces sandblasted in separate, 1 directional passes.
c. When sandblasting is complete, blow-out using compressed air.
d. The blow tube shall fit into the joints.
4. Check the blown joint for residual dust or other contamination.
a. If any dust or contamination is found, repeat sandblasting and blowing until the
joint is cleaned.
b. Do not use solvents to remove stains and contamination.
5. Place the bond breaker and sealant in the joint immediately upon cleaning.
6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of
the joint sealant.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 20, 2012
32 1373 -4
CONCRETE PAVING JOINT SEALANTS
Page 4 of 4
7. Do not leave open, cleaned joints unsealed overnight.
E. Joint Sealant
1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the
mechanical injection tool.
2. Do not seal joints unless they are clean and dry.
3. Remove and discard excess sealant left on the pavement surface.
a. Do not excess use to seal the joints.
4. The pavement surface shall present a clean final condition as determined by City.
5. Do not allow traffic on the fresh sealant until it becomes tack -free.
F. Approval of Joints
1. The City may request a representative of the sealant manufacturer to be present at
the job site at the beginning of the final cleaning and sealing of joints.
a. The representative shall demonstrate to the Contractor and the City the
acceptable method for sealant installation.
b. The representative shall approve the clean, dry joints before the sealing
operation commences.
3.5 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SUMMARY OF CHANGE
KEDPLASMA PLASMAPHERESIS CENTER
523010
321613-1
CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS
Page 1 of 7
1 SECTION 32 16 13
2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS
3
4 PART1- GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
7 1. Concrete Curbs and Gutters
8 2. Concrete Valley Gutters
9 B. Deviations from this City of Fort Worth Standard Specification
10 1. None.
11 C. Related Specification Sections include, but are not necessarily limited to:
12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
13 2. Division 1 - General Requirements
14 3. Section 02 41 13 - Selective Site Demolition
15 4. Section 32 13 13 - Concrete Paving
16 5. Section 32 13 73 - Concrete Paving Joint Sealants
17 6. Section 32 1123 — Flexible Base Courses
18
19 1.2 PRICE AND PAYMENT PROCEDURES
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A.Measurement and Payment
1. Concrete Curb and Gutter
a. Measurement
1) Measurement for this Item shall be by the linear foot of Concrete Curb and
Gutter.
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 Concrete Curb and Gutter complete and in place by
curb height.
c. The price bid shall include:
1) Excavation and preparing the subgrade, including placement of flexbase or
cement treated base under curb & gutter and 12" behind back of curb
2) Required excavation and backfill behind the curb
3) Removal and disposal of all excavated material
4) Furnishing and placing all materials, including foundation course,
reinforcing steel, and expansion material
5) Temporary asphalt transition at width shown on plans (typically 9 inches)
when the pavement adjacent to the curb & gutter will be improved
2. Concrete Valley Gutter
a. Measurement
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 9, 2022
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
321613-2
CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS
Page 2 of 7
1) Measurement for this Item shall be by the square yard of Concrete Valley
Gutter.
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 Concrete Valley Gutter complete and in place for:
a) Various street types
c. The price bid shall include:
1) Required excavation
2) Preparing the subgrade, including placement of flexbase or stabilized
cement treated subgrade
3) Furnishing and placing all materials, including foundation course,
reinforcing steel, and expansion material
4) Temporary asphalt transition at width shown on plans (typically 9") when
the pavement adjacent to the valley gutter will improved
3. Concrete Laydown Curb
a. Measurement
1) Measurement for this Item shall be by the linear foot of Concrete Laydown
Curb, when crossing on -street parking or parking lots.
2) Laydown Curb pay item is not to be used when crossing driveways or
alleys.
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 Concrete Laydown Curb complete and in place by
curb height.
c. The price bid shall include:
1) Excavation and preparing the subgrade, including placement of flexbase or
cement treated base under curb & gutter and 12" behind back of curb
2) Required excavation and backfill behind the curb
3) Removal and disposal of all excavated material
4) Furnishing and placing all materials, including foundation course,
reinforcing steel, and expansion material
5) Temporary asphalt transition at width shown on plans (typically 9 inches)
when the pavement adjacent to the curb & gutter will be improved
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 9, 2022
32 16 13-3
CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS
Page 3 of 7
1
1.3
REFERENCES [NOT USED]
2
1.4
ADMINISTRATIVE REQUIREMENTS [NOT USED]
3
1.5
ACTION SUBMITTALS [NOT USED]
4
1.6
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
5
1.7
CLOSEOUT SUBMITTALS [NOT USED]
6
1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
7
1.9
QUALITY ASSURANCE [NOT USED]
8
1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
9
1.11
FIELD CONDITIONS
10
A.Weather Conditions: See Section 32 13 13.
11
1.12
WARRANTY [NOT USED]
12
13
14
15
16
17
18
19
20
21
22
PART 2- PRODUCTS
2.1 OWNER FURNISHED PRODUCTS [NOT USED]
2.2 EQUIPMENT AND MATERIALS
A.Forms: See Section 32 13 13.
B. Concrete:
1. Unless otherwise shown on the Drawings or detailed specifications, the standard
class for concrete curb & gutter and valley gutter is shown in the following table:
Standard Classes of Pavement Concrete
Item
Class of Minimum
28 Day
Maximum
Concret Cementitious
Min.
Water/
e
Compressiv
Cementitiou
Lb./Cy
e
s
Strength
Ratio
psi
Curb
A 470
3,000
0.58
Gutte
r
Valle
H 564
4,500
0.45
y
Gutte
r
C.Reinforcement: See Section 32 13 13.
D.Joint Filler
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 9, 2022
Course
Aggregat
e
Maximu
in
Size,
inch
1-1/2
1-1/2
KEDPLASMA PLASMAPHERESIS CENTER
523010
321613-4
CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS
Page 4 of 7
1 1. W od Filler: see Section 32 13 13.
2 2. Pre -Molded Asphalt Board Filler
3 a. Use only in areas where not practical for wood boards
4 b. Pre -molded asphalt board filler: ASTM D545
5 c. Install the required size and uniform thickness and as specified in the Drawings.
6 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic
7 mixture of asphalt and vegetable fiber and/or mineral filler.
8 E. Expansion Joint Sealant: See Section 32 13 73.
9 2.3 ACCESSORIES [NOT USED]
10 2.4 SOURCE QUALITY CONTROL [NOT USED]
11 PART 3 - EXECUTION
12
3.1
INSTALLERS [NOT USED]
13
3.2
EXAMINATION [NOT USED]
14
3.3
PREPARATION
15
A.Demolition / Removal: See Section 02 41 13.
16
3.4
INSTALLATION
17 A.Forms
18 1. Extend forms the full depth of concrete.
19 2. W od forms: minimum of 1-1/2 inches in thickness
20 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength
21 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet.
22 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be
23 rejected.
24 B. Reinforcing Steel
25 1. Place all necessary reinforcement for City approval prior to depositing concrete.
26 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other
27 foreign substances.
28 3. Remove foreign substances from steel before placing.
29 4. W re all bars at their intersections and at all laps or splices.
30 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is
31 greater.
32 C. Concrete Placement
33 1. Deposit concrete to maintain a horizontal surface.
34 2. W rk concrete into all spaces and around any reinforcement to form a dense mass
35 free from voids.
36 3. W rk coarse aggregate away from contact with the forms
37 4. Hand -Laid Concrete — Curb and gutter
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 9, 2022
321613-5
CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS
Page 5 of 7
1
a.
Shape and compact subgrade to the lines, grades and cross section shown on the
2
Drawings.
3
b.
Lightly sprinkle subgrade material immediately before concrete placement.
4
c.
Deposit concrete into forms.
5
d.
Shape the concrete to the required curb and gutter design and provide a brush
6
finish.
7
5. Machine -Laid Concrete — Curb and Gutter
8
a.
Hand -tamp and sprinkle subgrade material before concrete placement.
9
b.
Provide clean surfaces for concrete placement.
10
c.
Place the concrete to correct line and grade with approved self-propelled
11
equipment.
12
d.
Brush finish surfaces immediately after extrusion or slipforming.
13
6. Hand -Laid Concrete — Concrete Valley Gutter: See Section 32 13 13.
14
7. Expansion joints
15
a.
Place expansion joints in the curb and gutter at 200-foot intervals and at
16
intersection returns and other rigid structures.
17
b.
Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and
18
pavement joints to a depth of 1-1/2 inches.
19
c.
Place expansion joints at all intersections with concrete driveways, structures,
20
valley gutters, and existing curb and gutters.
21
d.
Make expansion joints no less than 1/2 inch in thickness, extending the full
22
depth of the concrete.
23
e.
Make expansion joints perpendicular and at right angles to the face of the curb.
24
f.
Neatly trim any expansion material extending above the surface of the finished
25
work.
26
g.
Make expansion joints in the curb and gutter coincide with existing concrete
27
expansion joints.
28
h.
Longitudinal dowels across the expansion joints in the curb and gutter are
29
required.
30
i.
Install 3 - 1/2" round, smooth bars, 24 inches in length, for dowels at each
31
expansion joint.
32
j.
Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that
33
provides a minimum of 1-inch free expansion.
34
k.
Support dowels by an approved method.
35 D.Curing: see Section 32 13 13.
36 3.5 REPAIR/RESTORATION [NOT USED]
37 3.6 RE -INSTALLATION [NOT USED]
38 3.7 FIELD QUALITY CONTROL
39 A.Inspections
40 1. Steel reinforcement placement
41 2. Headed bolts and studs
42 3. Verification of use of required design mixture
43 4. Concrete placement, including conveying and depositing
44 5. Curing procedures and maintenance of curing temperature
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 9, 2022
321613-6
CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS
Page 6 of 7
1 B.Concrete Tests: Perform testing of fresh concrete sample obtained according to
2 ASTM C 172 with the following requirements:
3 1. Testing Frequency: Obtain 1 fresh concrete sample for each day's pour of each
4 concrete mixture exceeding 5 cubic yards, but less than 150 cubic yards, plus 1 set
5 for each additional 150 cubic yard or fraction thereof.
6 2. Slump: ASTM C 143; 1 test at point of placement for each concrete sample, but not
7 less than 1 test for each day's pour of each concrete mixture. Perform additional
8 tests when concrete consistency appears to change.
9 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for
10 each sample, but not less than 1 test for each day's pour of each concrete mixture.
11 4. Concrete Temperature: ASTM C 1064; 1 test for each concrete sample.
12 5. Compression Test Specimens: ASTM C31.
13 a. Cast and laboratory cure 3 cylinders for each fresh concrete sample.
14 1) Do not transport field cast cylinders until they have cured for a
15 minimum of 24 hours.
16 6. Compressive -Strength Tests: ASTM C39;
17 a. Test 1 cylinder at 7 days.
18 b. Test 2 cylinders at 28 days.
19 7. Upload test results into Buzzsaw within 48 hours of testing. Reports of
20 compressive -strength tests shall contain Project identification name and number,
21 date of concrete placement, name of concrete tester and inspector, location of
22 concrete batch in Work, design compressive strength at 28 days, concrete mixture
23 proportions and materials, compressive breaking strength, and type of break for
24 both 7- and 28-day tests.
25 8. Additional Tests: Additional tests of concrete shall be made when test results
26 indicate that slump, air entrainment, compressive strengths, or other City
27 specification requirements have not been met. The Lab Services division may
28 conduct or request tests to determine adequacy of concrete by cored cylinders
29 complying with ASTM C42 or by other methods as directed by the Project
30 Manager.
31 a. When the strength level of the concrete for any portion of the structure, as
32 indicated by cylinder tests, falls below the specified requirements, provide
33 improved curing conditions and/or adjustments to the mix design as required to
34 obtain the required strength. If the average strength of the laboratory control
35 cylinders falls so low as to be deemed unacceptable, follow the core test
36 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be
37 approved by the Project Engineer. Core sampling and testing shall be at
38 Contractors expense.
39 b. If the results of the core tests indicate that the strength of the structure is
40 inadequate, any replacement, load testing, or strengthening as may be ordered by
41 the Project Engineer shall be provided by the Contractor without cost to the
42 City.
43 9. Additional testing and inspecting, at Contractor's expense, will be performed to
44 determine compliance of replaced or additional work with specified requirements.
45 10. Correct deficiencies in the Work that test reports and inspections indicate does not
46 comply with the Contract Documents.
47 3.8 SYSTEM STARTUP [NOT USED]
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 9, 2022
321613-7
CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS
Page 7 of 7
1 3.9 ADJUSTING [NOT USED]
2 3.10 CLEANING [NOT USED]
3 3.11 CLOSEOUT ACTIVITIES [NOT USED]
4 3.12 PROTECTION [NOT USED]
5 3.13 MAINTENANCE [NOT USED]
6 3.14 ATTACHMENTS [NOT USED]
7 END OF SECTION
8
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.2.A.2. Modified payment item to vary by street type
10/05/2016 Z. Arega Added Subsection 2.2.13.1 and Subsection 3.7
1.2 A. 1. c. Clarified what price bid includes for curb & gutter
12/09/2021 M Owen L.2 A. 2. d. Clarified what price bid includes for valley gutter
2.2 B. 1. Updated table: Valley gutter concrete shall meet hand poured concrete
paving requirements
6/10/2022 M Owen 1.2 A. 1. C. Clarify that price for curb & gutter to include excavation and removal
and disposal of excavated material
12/9/2022 M Owen 1.2 A. 3. Added Laydown Curb to measurement and payment section
9
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 9, 2022
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 32 17 23
PAVEMENT MARKINGS
321723-1
PAVEMENT MARKINGS
Page 1 of 11
5 A. Section Includes:
6 1. Pavement Markings
7 a. Thermoplastic, hot -applied, spray (HAS) pavement markings
8 b. Thermoplastic, hot -applied, extruded (HAE) pavement markings
9 c. Preformed polymer tape
10 d. Preformed heat -activated thermoplastic tape
11 e. Preformed Contrast Markings
12 2. Raised markers
13 3. Work zone markings
14 4. Removal of pavement markings and markers
15 B. Deviations from this City of Fort Worth Standard Specification
16 1. None.
17 C.Related Specification Sections include, but are not necessarily limited to:
18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
19 2. Division 1 — General Requirements
20 1.2 PRICE AND PAYMENT PROCEDURES
21 A.Measurement and Payment
22 1. Pavement Markings
23 a. Measurement
24 1) Measurement for this Item shall be per linear foot of material placed.
25 b. Payment
26 1) The work performed and materials furnished in accordance with this Item
27 and measured as provided under "Measurement" shall be paid for at the unit
28 price bid per linear foot of "Pvmt Marking" installed for:
29 a) Various Widths
30 b) Various Types
31 c) Various Materials
32 d) Various Colors
33 c. The price bid shall include:
34 1) Installation of Pavement Marking
35 2) Glass beads, when required
36 3) Surface preparation
37 4) Clean-up
38 5) Testing (when required)
39 2. Legends
40 a. Measurement
41 1) Measurement for this Item shall be per each Legend installed.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
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
321723-2
PAVEMENT MARKINGS
Page 2 of 11
b. Payment
1) The work performed and materials furnished in accordance with this Item
shall be paid for at the unit price bid per each "Legend" installed for:
a) Various types
b) Various applications
c. The price bid shall include:
1) Installation of Pavement Marking
2) Glass beads, when required
3) Surface preparation
4) Clean-up
5) Testing
3. Preformed Thermoplastic — Contrast Markings
a. Measurement
1) Measurement for this Item shall be per linear foot of material placed or per
each for legend items
b. Payment
1) The work performed and materials furnished in accordance with this Item
shall be paid for at the unit price bid per linear foot or per each for legends for
"Preformed Thermoplastic — Contract Markings" installed for:
a) Various Widths
b) Various Types
c) Various Applications
c. The price bid shall include:
1) Installation of Contrast Markings, including solid black and solid white or
yellow material as preformed
2) Railroad Legend shall include X and RR legend markings and three 24"
stop bars
3) Surface preparation
4) Clean-up
5) Testing
4. Raised Markers
a. Measurement
1) Measurement for this Item shall be per each Raised Marker installed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
shall be paid for at the unit price bid per each "Raised Marker" installed for:
a) Various types
c. The price bid shall include:
1) Installation of Raised Markers
2) Surface preparation
3) Clean-up
4) Testing
5. Work Zone Tab Markers
a. Measurement
1) Measurement for this Item shall be per each Tab Marker installed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
shall be paid for at the unit price bid per each "Tab Marker" installed for:
a) Various types
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
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
321723-3
PAVEMENT MARKINGS
Page 3 of 11
c. The price bid shall include:
1) Installation of Tab Work Zone Markers
6. Fire Lane Markings
a. Measurement
1) Measurement for this Item shall be per the linear foot.
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 "Fire Lane Marking" installed.
c. The price bid shall include:
1) Surface preparation
2) Clean-up
3) Testing
7. Pavement Marking Removal
a. Measurement
1) Measure for this Item shall be per linear foot.
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 Pvmt Marking" performed for:
a) Various widths
c. The price bid shall include:
1) Removal of Pavement Markings
2) Clean-up
8. Raised Marker Removal
a. Measurement
1) Measurement for this Item shall be per each Pavement Marker removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
shall be paid for at the unit price bid per each "Remove Raised Marker"
performed.
c. The price bid shall include:
1) Removal of each Marker
2) Disposal of removed materials
3) Clean-up
9. Legend Removal
a. Measurement
1) Measure for this Item shall be per each Legend 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 Legend" performed for:
a) Various types
b) Various applications
c. The price bid shall include:
1) Removal of Pavement Markings
2) Clean-up
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
321723-4
PAVEMENT MARKINGS
Page 4 of 11
1 1.3 REFERENCES
2 A.Reference Standards
3 1.
Reference standards cited in this Specification refer to the current reference
4
standard published at the time of the latest revision date logged at the end of this
5
Specification, unless a date is specifically cited.
6 2.
Texas Manual on Uniform Traffic Control Devices (MUTCD). 2011 Edition
7
a. Part 3, Markings
8 3.
American Association of State Hishwav and Transportation Officials (AASHTO)
9
a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09
10 4.
Federal Hishwav Administration (FHWA)
11
a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139
12 5.
Texas Department of Transportation (TxDOT)
13
a. DMS-4200, Pavement Markers (Reflectorized)
14
b. DMS-4300, Traffic Buttons
15
c. DMS-8220, Hot Applied Thermoplastic
16
d. DMS-8240, Permanent Prefabricated Pavement Markings
17
e. DMS-8241, Removable Prefabricated Pavement Markings
18
f. DMS-8242, Temporary Flexible -Reflective Road Marker Tabs
19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
20 1.5 SUBMITTALS
21 A.Submittals shall be in accordance with Section 0133 00.
22 B. All submittals shall be approved by the City prior to delivery and/or fabrication for
23 specials.
24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
25 1.7 CLOSEOUT SUBMITTALS [NOT USED]
26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
27 1.9 QUALITY ASSURANCE [NOT USED]
28 1.10 DELIVERY, STORAGE, AND HANDLING
29 A. Storage and Handling Requirements
30 1. The Contractor shall secure and maintain a location to store the material in
31 accordance with Section 01 50 00.
32 1.11 FIELD [SITE] CONDITIONS [NOT USED]
33 1.12 WARRANTY [NOT USED]
34 PART 2 - PRODUCTS
35 2.1 OWNER -SUPPLIED PRODUCTS
36 A.New Products
37 1. Refer to Drawings to determine if there are owner -supplied products for the Project.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
321723-5
PAVEMENT MARKINGS
Page 5 of 11
1 2.2 MATERIALS
2 A.Manufacturers
3 1. Only the manufacturers as listed in the City's Standard Products List will be
4 considered as shown in Section 0160 00.
5 a. The manufacturer must comply with this Specification and related Sections.
6 2. Any product that is not listed on the Standard Products List is considered a
7 substitution and shall be submitted in accordance with Section 0125 00.
8 B. Materials
9 1. Pavement Markings
10 a. Thermoplastic, hot applied, spray
11 1) Refer to Drawings and City Standard Detail Drawings for width of
12 longitudinal lines.
13 2) Product shall be especially compounded for traffic markings.
14 3) When placed on the roadway, the markings shall not be slippery when wet,
15 lift from pavement under normal weather conditions nor exhibit a tacky
16 exposed surface.
17 4) Cold ductility of the material shall permit normal road surface expansion
18 and contraction without chipping or cracking.
19 5) The markings shall retain their original color, dimensions and placement
20 under normal traffic conditions at road surface temperatures of 158 degrees
21 Fahrenheit and below.
22 6) Markings shall have uniform cross-section, clean edges, square ends and no
23 evidence of tracking.
24 7) The density and quality of the material shall be uniform throughout the
25 markings.
26 8) The thickness shall be uniform throughout the length and width of the
27 markings.
28 9) The markings shall be 95 percent free of holes and voids, and free of
29 blisters for a minimum of 60 days after application.
30 10) The material shall not deteriorate by contact with sodium chloride, calcium
31 chloride or other chemicals used to prevent roadway ice or because of the oil
32 content of pavement markings or from oil droppings or other effects of traffic.
33 11) The material shall not prohibit adhesion of other thermoplastic markings if,
34 at some future time, new markings are placed over existing material.
35 a) New material shall bond itself to the old line in such a manner that no
36 splitting or separation takes place.
37 12) The markings placed on the roadway shall be completely retroreflective
38 both internally and externally with traffic beads and shall exhibit uniform
39 retro-directive reflectance.
40 13) Traffic beads
41 a) Manufactured from glass
42 b) Spherical in shape
43 c) Essentially free of sharp angular particles
44 d) Essentially free of particles showing cloudiness, surface scoring or
45 surface scratching
46 e) Water white in color
47 f) Applied at a uniform rate
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
321723-6
PAVEMENT MARKINGS
Page 6 of 11
1
g) Meet or exceed Specifications shown in AASHTO Standard
2
Specification for Glass Beads Used in Pavement Markings, AASHTO
3
Designation: M 247-09.
4
b. Thermoplastic, hot applied, extruded
5
1) Product shall be especially compounded for traffic markings
6
2) When placed on the roadway, the markings shall not be slippery when wet,
7
lift from pavement under normal weather conditions nor exhibit a tacky
8
exposed surface.
9
3) Cold ductility of the material shall permit normal road surface expansion
10
and contraction without chipping or cracking.
11
4) The markings shall retain their original color, dimensions and placement
12
under normal traffic conditions at road surface temperatures of 158 degrees
13
Fahrenheit and below.
14
5) Markings shall have uniform cross-section, clean edges, square ends and no
15
evidence of tracking.
16
6) The density and quality of the material shall be uniform throughout the
17
markings.
18
7) The thickness shall be uniform throughout the length and width of the
19
markings.
20
8) The markings shall be 95 percent free of holes and voids, and free of
21
blisters for a minimum of 60 days after application.
22
9) The minimum thickness of the marking, as measured above the plane
23
formed by the pavement surface, shall not be less than 1/8 inch in the center
24
of the marking and 3/32 inch at a distance of %2 inch from the edge.
25
10) Maximum thickness shall be 3/16 inch.
26
11) The material shall not deteriorate by contact with sodium chloride, calcium
27
chloride or other chemicals used to prevent roadway ice or because of the oil
28
content of pavement markings or from oil droppings or other effects of traffic.
29
12) The material shall not prohibit adhesion of other thermoplastic markings if,
30
at some future time, new markings are placed over existing material. New
31
material shall bond itself to the old line in such a manner that no splitting or
32
separation takes place.
33
13) The markings placed on the roadway shall be completely retroreflective
34
both internally and externally with traffic beads and shall exhibit uniform
35
retro-directive reflectance.
36
14) Traffic beads
37
a) Manufactured from glass
38
b) Spherical in shape
39
c) Essentially free of sharp angular particles
40
d) Essentially free of particles showing cloudiness, surface scoring or
41
surface scratching
42
e) Water white in color
43
f) Applied at a uniform rate
44
g) Meet or exceed Specifications shown in AASHTO Standard
45
Specification for Glass Beads Used in Pavement Markings, AASHTO
46
Designation: M 247-09.
47
c. Preformed Polymer Tape
48
1) Material shall meet or exceed the Specifications for SWARCO Director 35,
49
3M High Performance Tape Series 3801 ES, or approved equal.
50
d. Preformed Heat -Activated Thermoplastic Tape
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
321723-7
PAVEMENT MARKINGS
Page 7 of 11
1 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125
2 mil preformed thermoplastic or approved equal.
3 2. Raised Markers
4 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic
5 Control Devices.
6 b. Non -reflective markers shall be Type Y (yellow body) and Type W (white body)
7 round ceramic markers and shall meet or exceed the TxDOT Specification
8 DMS-4300.
9 c. The reflective markers shall be plastic, meet or exceed the TxDOT Specification
10 DMS-4200 for high -volume retroreflective raised markers and be available in
11 the following types:
12 1) Type I-C, white body, 1 face reflects white
13 2) Type II -A -A, yellow body, 2 faces reflect amber
14 3) Type II-C-R, white body, 1 face reflects white, the other red
15
16 3. Work Zone Markings
17 a. Tabs
18 1) Temporary flexible -reflective roadway marker tabs shall meet requirements
19 of TxDOT DMS-8242, "Temporary Flexible -Reflective Road Marker Tabs."
20 2) Removable markings shall not be used to simulate edge lines.
21 3) No segment of roadway open to traffic shall remain without permanent
22 pavement markings for a period greater than 14 calendar days.
23 b. Raised Markers
24 1) All raised pavement markers shall meet the requirements of DMS-4200.
25 c. Striping
26 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS-
27 8200.
28 2.3 ACCESSORIES [NOT USED]
29 2.4 SOURCE QUALITY CONTROL
30 A.Performance
31 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet
32 the requirements detailed in the table below for a minimum of 30 calendar days.
Posted Speed (mph)
<_ 30 35 — 50 > 55
2-lane roads with centerline
n/a 100 250
markings only (1)
All other roads (2) n/a 50 100
33
(1) Measured at standard 30-m geometry in units of mcd/m2/lux.
34
(2) Exceptions:
35
A. When raised reflective pavement markings (RRPMs) supplement or substitute for a
36
longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as
37
long as the RRPMs are maintained so that at least 3 are visible from any position along that
38
line during nighttime conditions.
39
B. When continuous roadway lighting assures that the markings are visible, minimum
40
pavement marking retroreflectivity levels are not applicable.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
321723-8
PAVEMENT MARKINGS
Page 8 of 11
PART 3 - EXECUTION
2 3.1 EXAMINATION [NOT USED]
3 3.2 PREPARATION
4 A.Pavement Conditions
5 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing
6 markings and other forms of contamination.
7 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the
8 curing membrane.
9 3. Pavement to which material is to be applied shall be completely dry.
10 4. Pavement shall be considered dry, if, on a sunny day after observation for 15
11 minutes, no condensation develops on the underside of a 1 square foot piece of
12 clear plastic that has been placed on the pavement and weighted on the edges.
13 5. Equipment and methods used for surface preparation shall not damage the
14 pavement or present a hazard to motorists or pedestrians.
15 3.3 INSTALLATION
16
A. General
17
1.
The materials shall be applied according to the manufacturer's recommendations.
18
2.
Markings and markers shall be applied within temperature limits recommended by
19
the material manufacturer, and shall be applied on clean, dry pavement having a
20
surface temperature above 50 degrees Fahrenheit.
21
3.
Markings that are not properly applied due to faulty application methods or being
22
placed in the wrong position or alignment shall be removed and replaced by the
23
Contractor at the Contractor's expense. If the mistake is such that it would be
24
confusing or hazardous to motorists, it shall be remedied the same day of
25
notification. Notification will be made by phone and confirmed by fax. Other
26
mistakes shall be remedied within 5 days of written notification.
27
4.
When markings are applied on roadways open to traffic, care will be taken to
28
ensure that proper safety precautions are followed, including the use of signs,
29
cones, barricades, flaggers, etc.
30
5.
Freshly applied markings shall be protected from traffic damage and disfigurement.
31
6.
Temperature of the material must be equal to the temperature of the road surface
32
before allowing traffic to travel on it.
33
B.Pavement Markings
34
1.
Thermoplastic, hot applied, spray
35
a. This method shall be used to install and replace long lines — centerlines, lane
36
lines, edge lines, turn lanes, and dots.
37
b. Markings shall be applied at a 110-mil thickness.
38
c. Markings shall be applied at a 90-mil thickness when placed over existing
39
markings.
40
d. A sealer shall be used if concrete or asphalt is older than three (3) years.
41
e. Typical setting time shall be between 4 minutes and 10 minutes depending upon
42
the roadway surface temperature and the humidity factor.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
321723-9
PAVEMENT MARKINGS
Page 9 of 11
1
f. Retroreflective raised markers shall be used to supplement the centerlines, lane
2
lines, and turn lanes. Refer to City Standard Detail Drawings for placement.
3
g. Minimum retroreflectivity of markings shall meet or exceed values shown in
4
subparagraph 2A.A.1 of this Specification.
5
2.
Thermoplastic, hot applied, extruded
6
a. This method shall be used to install and replace crosswalks and stop -lines.
7
b. Markings shall be applied at a 125-mil thickness.
8
c. Minimum retroreflectivity of markings shall meet or exceed values shown in
9
this Specification.
10
3.
Preformed Polymer Tape
11
a. This method shall be used to install and replace crosswalks, stop -lines, and
12
legends.
13
b. The applied marking shall adhere to the pavement surface with no slippage or
14
lifting and have square ends, straight lines and clean edges.
15
c. Minimum retroreflectivity of markings shall meet or exceed values shown in
16
this Specification.
17
4.
Preformed Heat -Activated Thermoplastic Tape
18
a. This method shall be used to install and replace crosswalks, stop -lines, and
19
legends.
20
b. The applied marking shall adhere to the pavement surface with no slippage or
21
lifting and have square ends, straight lines and clean edges.
22
c. Minimum retroreflectivity of markings shall meet or exceed values shown in
23
this Specification.
24
C.Raised
Markers
25
1.
All permanent raised pavement markers on Portland Cement roadways shall be
26
installed with epoxy adhesive. Bituminous adhesive is not acceptable.
27
2.
All permanent raised pavement markers on new asphalt roadways may be installed
28
with epoxy or bituminous adhesive.
29
3.
A chalk line, chain or equivalent shall be used during layout to ensure that
30
individual markers are properly aligned. All markers shall be placed uniformly
31
along the line to achieve a smooth continuous appearance.
32
D.Work Zone Markings
33
1.
Work shall be performed with as little disruption to traffic as possible.
34
2.
Install longitudinal markings on pavement surfaces before opening to traffic.
35
3.
Maintain lane alignment traffic control devices and operations until markings are
36
installed.
37
4.
Install markings in proper alignment in accordance with the Texas MUTCD and as
38
shown on the Drawings.
39
5.
Place standard longitudinal lines no sooner than 3 calendar days after the placement
40
of a surface treatment, unless otherwise shown on the Drawings.
41
6.
Place markings in proper alignment with the location of the final pavement
42
markings.
43
7.
Do not use raised pavement markers for words, symbols, shapes, or diagonal or
44
transverse lines.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
32 17 23 - 10
PAVEMENT MARKINGS
Page 10 of 11
1 8. All markings shall be visible from a distance of 300 feet in daylight conditions and
2 from a distance of at least 160 feet in nighttime conditions, illuminated by low-
3 beam automobile headlight.
4 9. The daytime and nighttime reflected color of the markings must be distinctly white
5 or yellow.
6 10. The markings must exhibit uniform retroreflective characteristics.
7 11. Epoxy adhesives shall not be used to work zone markings.
8 3.4 REMOVALS
9 1. Pavement Marking and Marker Removal
10 a. The industry's best practice shall be used to remove existing pavement markings
11 and markers.
12 b. If the roadway is being damaged during the marker removal, Work shall be
13 halted until consultation with the City.
14 c. Removals shall be done in such a matter that color and texture contrast of the
15 pavement surface will be held to a minimum.
16 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than
17 1/4 inch in depth resulting from the removal of pavement markings and markers.
18 Driveway patch asphalt emulsion may be broom applied to reseal damage to
19 asphaltic surfaces.
20 e. Dispose of markers in accordance with federal, state, and local regulations.
21 f. Use any of the following methods unless otherwise shown on the Drawings.
22 1) Surface Treatment Method
23 a) Apply surface treatment at rates shown on the Drawings or as directed.
24 Place a surface treatment a minimum of 2 feet wide to cover the existing
25 marking.
26 b) Place a surface treatment, thin overlay, or microsurfacing a minimum
27 of 1 lane in width in areas where directional changes of traffic are
28 involved or in other areas as directed by the City.
29 2) Burn Method
30 a) Use an approved burning method.
31 b) For thermoplastic pavement markings or prefabricated pavement
32 markings, heat may be applied to remove the bulk of the marking material
33 prior to blast cleaning.
34 c) When using heat, avoid spalling pavement surfaces.
35 d) Sweeping or light blast cleaning maybe used to remove minor residue.
36 3) Blasting Method
37 a) Use a blasting method such as water blasting, abrasive blasting, water
38 abrasive blasting, shot blasting, slurry blasting, water -injected abrasive
39 blasting, or brush blasting as approved.
40 b) Remove pavement markings on concrete surfaces by a blasting method
41 only.
42 4) Mechanical Method
43 a) Use any mechanical method except grinding.
44 b) Flail milling is acceptable in the removal of markings on asphalt and
45 concrete surfaces.
46 2. If a location is to be paved over, no additional compensation will be allowed for
47 marking or marker removal.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
321723-11
PAVEMENT MARKINGS
Page 11 of 11
1
3.5
REPAIR / RESTORATION [NOT USED]
2
3.6
RE -INSTALLATION [NOT USED]
3
3.7
FIELD QUALITY CONTROL
4
A.All lines must have clean edges, square ends, and be uniform cross-section.
5
B. The density and quality of markings shall be uniform throughout their thickness.
6
C. The applied markings shall have no more than 5 percent, by area, of holes or voids and
7
shall be free of blisters.
8
3.8
SYSTEM STARTUP [NOT USED]
9
3.9
ADJUSTING [NOT USED]
10
3.10
CLEANING
11
A. Contractor shall clean up and remove all loose material resulting from construction
12
operations.
13
3.11
CLOSEOUT ACTIVITIES [NOT USED]
14
3.12
PROTECTION [NOT USED]
15
3.13
MAINTENANCE [NOT USED]
16
3.14
ATTACHMENTS [NOT USED]
17 END OF SECTION
18
19
Revision Log
DATE NAME SUMMARY OF CHANGE
11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language
6/10/22 M Owen 1.1 A and 1.2 A — Revised to address preformed "contrast' pavement markings
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised June 10, 2022
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Version November 4, 2013
2
3
4 PART 1 - GENERAL
5 1.1 SUMMARY
SECTION 32 92 13
SODDING
329213 -1
SODDING
Page 1 of 7
6 A. Section Includes:
7 1. Furnishing and installing grass sod as shown on Drawings, or as directed.
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
12 2. Division 1 - General Requirements
13 3. Section 31 10 00 —Site Clearing
14 4. Section 32 91 19 — Topsoil Placement and Finishing of Parkways
15 5. Section 32 84 23 - Irrigation
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. Sod Placement
19 a. Measurement
20 1) Measurement for this Item shall be by the square yard of Sod complete in
21 place for uniform vegetative coverage.
22 b. Payment
23 1) The work performed and materials furnished in accordance with this Item
24 and measured as provided under "Measurement" will be paid for at the unit
25 price bid per square yard of Sod placed.
26 c. The price bid shall include:
27 1) Surface preparation, scarifying subgrade, cleaning, and fine grading as
28 described in section 3.3 Preparation
29 2) Furnishing and placing all sod (until established complete in place with no
30 gaps or overlaps)
31 3) Rolling and tamping
32 4) Watering (until established)
33 5) Fertilizer, if required by City to be determined by soil test
34 6) Disposal of surplus materials off site or as directed by City
35 7) Weed removal (until established)
36 8) Mowing of two cycles, beginning at thirty (30) days from installation or
37 when blade height is 4" or greater, whichever comes first
38 9) Mowing cycles shall be spaced a minimum of ten (10) days apart (until
39 established)
40 d. Exceptions to c. include the following for areas to be turned over to adjacent
41 properties for maintenance:
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised May 13, 2021
329213 -2
SODDING
Page 2of7
1 1) Sod shall be watered until turned over to adjacent property owner for
2 maintenance
3 2) Fertilization will not be required
4 3) Mowing not required for projects in areas where maintenance will be
5 immediately turned over to adjacent property owners
6 2. Mowing
7 a. Measurement
8 1) Measurement for this Item shall be per each for the project, beyond the two
9 (2) mow cycles included in sodding price, as approved and directed by the
10 City
11 b. Payment
12 1) The work performed and materials furnished in accordance with this Item
13 and measured as provided under "Measurement" will be paid for at the unit
14 price bid per each.
15 1.3 REFERENCES [NOT USED]
16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
17 1.5 ACTION SUBMITTALS [NOT USED]
18 1.6 INFORMATIONAL SUBMITTALS
19 A. Certifications, Samples and Documentation
20 1. Certificates and/or labels and samples of sod, fertilizer, compost, soil amendments
21 and/or other materials, including a certificate from the vendor indicating sod is free
22 from weeds.
23 2. Delivery receipts and copies of invoices for materials used for this work shall be
24 subject to verification by the City
25 B. Exceptions
26 1. Certifications, samples and associated documentation will not be required for sod to
27 be turned over to adjacent property owner for maintenance
28 1.7 CLOSEOUT SUBMITTALS [NOT USED]
29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
30 1.9 QUALITY ASSURANCE
31 A. Developer/contractor who plants material is responsible for the supervision of crew, the
32 site, and the maintenance of the material until the project is accepted by the City
33 1.10 DELIVERY, STORAGE, AND HANDLING
34 A. Sod
35 1. Protect from exposure to wind, sun and freezing.
36 2. Keep stacked sod moist, consistently throughout stack.
37 3. Sod upon delivery may be inspected by City
38 4. Harvesting and planting operations shall be coordinated with not more than seventy-
39 two (72) hours elapsing between harvesting and placement, rolling, tamping, and
40 watering of sod.
41 B. Fertilizer, as determined by soil testing report provided to Contractor, if specifically
42 required by City for the project.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised May 13, 2021
32 9213 -3
SODDING
Page 3 of 7
1 1. Provide unopened bags labeled with the manufacturer's guaranteed fertilizer
2 analysis.
3 2. Conform to Texas fertilizer law, Texas Agriculture Code Chapter 63.
4 3. Provide to City application rate for which fertilizer will be applied.
5 1.11 FIELD [SITE] CONDITIONS
6 A. Grading of site and installation of topsoil must be approved by City prior to application
7 of sod.
8 1.12 WARRANTY
9 A. Warranty Period: Until project acceptance or through required maintenance period,
10 whichever is longer duration of time.
11 B. Warrant sod against defects in product, installation and workmanship.
12 1. Exceptions include
13 a. When maintenance is transferred to the adjacent property owner during the
14 project or after project acceptance
15 b. Vandalism caused by persons other than contractor or subcontractors of this
16 project
17 c. Improper watering by persons other than contractor or subcontractors of this
18 project
19 d. Damage caused by vehicles or equipment other than contractor or
20 subcontractors of this project.
21 e. Sod that goes dormant after job acceptance
22 PART 2 - PRODUCTS
23 2.1 OWNER -FURNISHED PRODUCTS [NOT USED]
24 2.2 MATERIALS AND EQUIPMENT
25 A. Materials
26 1. Sod
27 a. Sod Varieties (match existing if applicable)
28 1) "Cynodon dactylon TIF419" or "TIFWAY" or "TIFTUF" (Bermudagrass
29 hybrid)
30 2) or an approved St. Augustine grass
31 3) or an approved Zoysia grass
32 b. Sod must contain stolons, leaf blades, rhizomes and roots as appropriate to
33 species.
34 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable
35 foreign materials and weeds and grasses deleterious to its growth or which might
36 affect its subsistence or hardiness when transplanted.
37 1) Johnsongrass not allowed
38 2) Nutgrass not allowed
39 3) Millet not allowed
40 d. Sod shall have been produced on growing beds of clay or clay loam topsoil.
41 e. Sod must not be harvested or planted when its moisture condition is so
42 excessively wet or dry that its survival will be affected.
43 2. Minimum sod thickness: 1/2-inch minimum
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised May 13, 2021
329213 -4
SODDING
Page 4of7
1 a. Maximum grass height: 2-inches
2 b. Dimensions
3 1) Machine cut to uniform soil thickness.
4 2) Sod is to be cut in strips 16-inches wide and 24-inches long or approved
5 equal.
6 3) Sod shall be of equal width and of a size that permits the sod to be lifted,
7 handled and rolled without breaking.
8 c. Broken or torn sod or sod with uneven ends shall be rejected.
9 d. Temporary Erosion Control or Over Seed of dormant sod— consist of the sowing
10 of cool season plant seed. Seed must be included between November 1 through
11 March 1 or as directed by the City.
12
13
Common Name Botanical Name Lbs./Acre Lbs./Acre
broadcast drilled seed
method method
Elbon Rye Secale cereale 100-120 80-100
14 3. Fertilizer to be installed only as directed by City or as indicated in construction
15 documents
16 a. Determined by soil testing report
17 b. Acceptable condition for distribution per manufacturer's instructions
18 c. Applied uniformly over sod area. Do not fertilize inside the dripline of trees, or
19 Tree Protection Area.
20 4. Topsoil: See Section 32 91 19.
21 5. Water: clean and free of industrial wastes or other substances harmful to the
22 germination of seed or to the growth of the vegetation.
23 2.3 ACCESSORIES
24 A. SOD PINS
25 1. Metal
26 2. Wood pegs
27 2.4 SOURCE QUALITY CONTROL [NOT USED]
28 PART 3 - EXECUTION
29 3.1 INSTALLERS [NOT USED]
30 3.2 EXAMINATION
31 A. City may examine site grading to ensure it conforms to approved drawings, prior to
32 installing sod.
33 1. City will notify Contractor if grading is to be inspected prior to sod installation.
34 2. If required for specific project, Contractor must coordinate inspection seventy-two
35 (72) hours prior to cutting of sod and delivery
36 B. Sod may be inspected by City upon delivery.
37 3.3 PREPARATION
38 A. Surface Preparation: clear surface of allmaterial including the following and dispose of
39 off -site or as directed by City:
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised May 13, 2021
32 9213 -5
SODDING
Page 5 of 7
1 1. Stumps, stones, and other objects larger than 1-inch.
2 2. Roots, brush, wire, stakes, etc.
3 3. Any objects that may interfere with sodding or maintenance.
4 B. Scarify Subgrade
5 1. Scarify subgrade to a depth of 2-inches before depositing the required topsoil.
6 2. Compacted or heavily vegetated areas may be tilled 3-inches deep with City approval
7 a. For tilled areas, use a heavy-duty disc or a chisel -type breaking plow, chisels
8 set not more than 10-inches apart.
9 b. Initial tillage shall be done in a crossing pattern for double coverage, then
10 followed by a disc harrow. Depth of tillage may be up to 3-inches.
11 c. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less
12 seed/water run-off
13 3. Areas near trees: Do not till within dripline of tree. Do not disturb the Tree Protection
14 Area, ore anopy dripline.
15 C. Cleaning
16 1. Soil shall be further prepared by the removal of debris, building materials, rubbish,
17 and rock 1-inch and greater, and weeds.
18 2. Remove and dispose of debris off -site.
19 D. Fine Grading:
20 1. After scarifying or tilling and cleaning, all areas to be sodded shall have 3-inches of
21 topsoil placed, be leveled, fine graded by use of weighted spike and harrow, or float
22 drag, or hand grading to eliminate ruts, depressions, humps, and objectionable soil
23 clods. This shall be the final soil preparation step to be completed prior to
24 inspection before sodding.
25 2. Areas near trees: Do not disturb the Tree Protection Area, or canopy dripline
26 3.4 INSTALLATION
27 A. General
28 1. Do not lay sod when ground is frozen.
29 2. Over -seeding with Elbon Rye shall be included from November I until March 1.
30 Refer to Section 32 92 14 "Seeding" for seed rates.
31 B.Installation
32 1. Plant sod specified after the area has been inspected and accepted by City for
33 planting
34 2. Scarify 2-inches of subgrade and place a minimum of 3-inches of topsoil per Section
35 32 91 19 on areas to receive sod.
36 3. Sod to be laid parallel to the contours in areas as specified. Sod to be laid
37 perpendicular to slopes greater than or equal to 4:1.
38 4. Use care to retain native soil on the roots of the sod during the process of excavating,
39 hauling and planting.
40 5. Keep sod material moist from the time it is dug until planted. Dry sod shall be
41 rejected.
42 6. Fill in slumped areas due to watering to keep sod moist.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised May 13, 2021
329213 -6
SODDING
Page 6 of 7
1 7. Place sod so that the entire area designated for sodding is covered with no gaps or
2 overlapping material
3 8. Fill voids left in the solid sodding with additional sod and tamp.
4 9. Stagger joints and seams.
5 10. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope.
6 a. Use pedestrian mechanical process (no motorized vehicles / equipment).
7 b. Low spots, or settlement greater than 1-inch, that may cause tripping hazard
8 shall be leveled
9 c. Finished grade of sod shall be maximum 1-inch below adjacent edges including
10 curbs, drives, and walkways.
11 11. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm
12 earth in areas that may slide due to the height or slope of the surface or nature of the
13 soil.
14 C. Watering and Finishing
15 1. Water sod to a minimum depth of 4-inches immediately after placed and tamped and
16 rolled.
17 2. Generally, as recommended by the vendor
18 3. Water source shall be clean and free of industrial waste or other substances harmful
19 to the germination of the seed or growth of the vegetation.
20 4. Water until 100 percent green and established as defined in 3.13. Dormant sod must
21 be over -seeded as directed in 2.2 A.2.d.
22 3.5 REPAIR/RESTORATION [NOT USED]
23 3.6 RE -INSTALLATION [NOT USED]
24 3.7 FIELD QUALITY CONTROL [NOT USED]
25 3.8 SYSTEM STARTUP [NOT USED]
26 3.9 ADJUSTING [NOT USED]
27 3.10 CLEANING [NOT USED]
28 3.11 CLOSEOUT ACTIVITIES
29 3.12 PROTECTION [NOT USED]
30 3.13 MAINTENANCE
31 A. Sodding
32 1. Water and mow sod until completion and final acceptance of the Projector as
33 directed by the City.
34 2. Trim and maintain along edges including curbs, drives, and walkways with
35 maximum 1-inch surface elevation change.
36 3. Sod shall be rooted to scarified soil with continuous surface coverage with no gaps or
37 overlapping edges.
38 4. Includes protection, replanting, and maintaining grades with no settlement over 1-
39 inch, and immediate repair of erosion damage until the project receives final
40 acceptance.
41 5. Sod shall not be considered finally accepted until the sod has started to peg down
42 (roots growing into the soil) and is free from dead blocks of sod.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised May 13, 2021
329213 -7
SODDING
Page 7 of 7
1 B. Acceptance
2 1. Sod shall be accepted once fully established.
3 a. Sodded area must have 100 percent ground coverage and a blade height of 3-
4 inches with 2 mow cycles, minimum ten (10) days apart, performed by the
5 Contractor prior to consideration of acceptance by the City.
6 b. Grass shall be actively growing and free of disease and pests.
7 c. Ground surface to be smooth and free of foreign material and rock or clods 1-
8 inch diameter and greater.
9 C. Replanting
10 1. Replant areas with dead blocks of sod (50 percent of individual block or greater).
11 D. Rejection
12 1. City may reject sod area based on the following items prior to final acceptance:
13 a. Weed populations
14 b. Poor installation including but not limited to gaps and/or overlapping sod
15 c. Disease and/or pests
16 d. Insufficient or over watering
17 e. Poor or improper maintenance
18 f. Soil settlement in excess of 1-inch.
19 3.14 ATTACHMENTS [NOT USED]
20 END OF SECTION
21
Revision Log
DATE NAME SUMMARY OF CHANGE
22
Removed information and details regarding seed, native grasses and wildflowers.
These items are addressed in new specification 32 92 14 andParks specification for
native grasses/wildflowers. Items pertaining to fertilizer throughout document
updated to include soil testing. Remove and replace "block sod" with "sod"
May 13, 2021 M Owen throughout document. Updated 1.2 payment measurement. 3.3 Preparation updatedto
reflect current industry tree care standards for root zone disturbance. 3.4 Installation
added descriptions to clarify acceptable installation. 3.13 Maintenance added
descriptions to clarify acceptance andrejection of sodded areas including growth,
mow cycle and watering. Inserted exceptions associated with sod to be turned over to
adjacent property owner.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised May 13, 2021
SECTION 32 93 43
TREES AND SHRUBS
PART1- GENERAL
1.1 SUMMARY
329343-1
TREES AND SHRUBS
Page 1 of 8
A. Section Includes:
1. Tree and shrub planting and maintenance within street right-of-way and easements.
2. Tree removal and transplant is to be performed in accordance with Section 31 10 00
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 31 10 00 — Site Clearing
4. Section 32 92 13 - Hydromulching, Seeding and Sodding
5. Section 32 91 19 - Topsoil Placement and Finishing of Parkways
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Plant Tree
a. Measurement
1) Measurement for this Item shall be per each by caliper inch.
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 tree to be Planted by caliper inch.
c. The price bid shall include:
1) Furnishing and installing trees
2) Hauling
3) Grading and backfilling
4) Excavation
5) Fertilization
6) Water
7) Removing and disposing of surplus material
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 National Standards Institute (ANSI):
a. ANSI Z60.1, American Standard for Nursery Stock
3. Hortus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing
Co., New York.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 20, 2012
32 93 43 - 2
TREES AND SHRUBS
Page 2 of 8
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 ACTION SUBMITTALS [NOT USED]
1.6 INFORMATIONAL SUBMITTALS
A. Tree data: Submit certification from supplier that each type of tree conforms to
specification requirements.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Coordination
1. Coordinate with City Forester prior to beginning construction activities adjacent to
or that will impact existing trees and shrubs.
B. Qualifications
1. Landscaper specialized in landscape and planting work
C. Substitutions
1. Not permitted unless approved by City when specified planting material is not
obtainable
a. Submit proof of non -availability together with proposal for use of equivalent
material.
b. Substitutions of larger size or better grade than specified will be allowed upon
approval by City Forester, but with no increase in unit price.
1.10 DELIVERY, STORAGE, AND HANDLING
A. Do not remove container grown stock from containers before time of planting.
B. Delivery and Acceptance Requirements
1. Ship trees with Certificates of Inspection as required by governing authorities.
2. Label each tree and shrub with securely attached waterproof tag bearing legible
designation of botanical and common name.
3. Use protective covering during delivery.
4. Deliver packaged materials in fully labeled original containers showing weight,
analysis and name of manufacturer.
C. Storage and Handling Requirements
1. Protect materials from deterioration during delivery, and while stored at Site.
2. Do not prune prior to installation.
3. Do not bend or bind -tie trees or shrubs in such manner as to damage bark, break
branches, or destroy natural shape.
1.11 FIELD CONDITIONS [NOT USED]
1.12 WARRANTY
A. Warranty Period: 12 months after job acceptance
B. Warrant trees against defects including:
1. Death
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 20, 2012
329343-3
TREES AND SHRUBS
Page 3 of 8
2. Unsatisfactory growth
3. Loss of shape due to improper pruning, maintenance, or weather conditions
C. Plumb leaning trees during warranty period.
D. Remove and replace trees found to be dead during warranty period.
E. Remove and replace trees which are in doubtful condition at end of warranty period, or
when approved by City, extend warranty period for trees for full growing season.
PART2- PRODUCTS
2.1 OWNER -FURNISHED PRODUCTS [NOT USED]
2.2 MATERIALS
1. General
a. Plants shall be true to species and variety specified, grown under climatic
conditions similar to those in the locality of the project for at least 2 years and
have been freshly dug during the most recent favorable harvest season.
b. All plant names and descriptions are as defined in Hortus Third.
c. All plants are to be grown and harvested in accordance with the American
Standard for Nursery Stock.
d. Unless approved by the City Forester, plants shall have been grown in a latitude
not more than 200 miles north or south of the latitude of the project unless the
provenance of the plant can be documented to be compatible with the latitude
and cold hardiness zone of the planting location.
2. Trees
a. Provide container grown trees which are straight and symmetrical and have
persistently preferred main leader.
b. Mark the tree's north orientation in the nursery for all deciduous trees grown in
the field with a 1-inch diameter spot of white paint on the tree trunk within the
bottom twelve inches of the trunk.
c. Crown shall be in good overall proportion to entire height of tree with
branching configuration as recommended by ANSI Z60.1 for type and species
specified.
d. Trees designated as balled and burlapped (B&B) shall be properly dug with
firm, natural balls of soil retaining as many fibrous roots as possible, in sizes
and shapes as specified in the American Standard for Nursery Stock. Balls shall
be firmly wrapped with nonsynthetic, rottable burlap and secured with nails and
heavy, nonsynthetic, rottable twine. The root collar shall be apparent at surface
of ball. Trees with loose, broken, processed, or manufactured root balls will not
be accepted, except with special written approval before planting.
e. Where clump is specified, furnish plant having minimum of three stems
originating from common base at ground line.
£ Measure trees by average caliper of trunk as follows:
1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches
above top of root ball.
2) For trunks more than 4 inches, measure caliper 12 inches above top of root
ball.
3) Caliper measurements
a) By diameter tape measure
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 20, 2012
32 93 43 - 4
TREES AND SHRUBS
Page 4 of 8
b) Indicated calipers on Drawings are minimum
c) Averaging of plant caliber: not permitted
g. Trees shall conform to following requirements:
1) Healthy
2) Vigorous stock
3) Grown in recognized nursery
4) Free of:
a) Disease
b) Insects
c) Eggs
d) Larvae
e) Defects such as:
(1) Knots
(2) Sun -scald
(3) Injuries
(4) Abrasions
(5) Disfigurement
(6) Borers and infestations
3. Soil Products
a. Topsoil: See 32 91 19.
b. Peat moss, mulch and fertilizer: Use material recommended by City Forester
for establishment of healthy stock after replanting.
4. Stakes and Guys
a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains.
b. Where applicable for anchoring trees, use wood deadmen:
1) Minimum: 2-inch by 4-inch stock
2) Minimum: 36 inches long and buried 3 feet.
3) Provide white surveyor's plastic tape for flagging tree guys.
5. Tree Wrap, Twine and Seal
a. Wrap
1) First quality
2) Bituminous impregnated tape
3) Corrugated or crepe paper, specifically manufactured for tree wrapping and
having qualities to resist insect infestation
b. Twine
1) Lightly tarred, medium -coarse sisal (lath) yarn
2) Do not use nails or staples to fasten wrapping
c. Seal: Commercially available tree wound dressing specifically produced for use
in sealing tree cuts and wounds
6. Water: clean and free of industrial wastes or other substances harmful to the growth
of the tree
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL
A. Notify City, prior to installation, of location where trees that have been selected for
planting may be inspected.
B. Plant material will be inspected for compliance with following requirements.
1. Genus, species, variety, size and quality
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 20, 2012
32 93 43 - 5
TREES AND SHRUBS
Page 5 of 8
2. Size and condition of balls and root systems, insects, injuries and latent defects
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION
A. General
1. Schedule work so that planting can proceed rapidly as portions of site become
available.
2. Plant trees after final grades are established and prior to seeding or sodding.
3. When planting of trees occurs after seeding work, protect seeded areas and
promptly repair damage to seeded areas resulting from tree planting operations in
compliance with requirements of Section 32 92 13.
4. Layout individual trees at locations shown on Drawings.
5. In case of conflicts, notify City before proceeding with work.
6. Stake trees for City approval.
B. Preparation of Planting Soil
1. Before mixing, clean topsoil of roots, plants, sod, stones, clay lumps, and other
extraneous materials harmful or toxic to plant growth.
2. Strip and utilize 4 inch layer of top soil from existing ground.
3. Delay mixing of fertilizer when planting will not follow placing of planting soil
within 48 hours.
4. Incorporate amendments into soil as part of soil preparation process prior to fine
grading, fertilizing, and planting.
5. Broadcast or spread amendments evenly at specified rate over planting area.
6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until
amendments are pulverized and have become homogeneous layer of topsoil ready
for planting.
3.4 INSTALLATION
A. Planting
1. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation
raised minimum of 6 inches at center for proper drainage.
2. Provide following minimum widths:
a. 15 gallon containers or larger, 2 feet wider than diameter of root ball
b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball
3. When conditions detrimental to plant growth are encountered, such as
unsatisfactory soil, obstructions, or adverse drainage conditions, notify City before
planting.
4. Deliver trees after preparations for planting have been completed and plant
immediately.
5. When planting is delayed more than 6 hours after delivery
a. Set trees and shrubs in shade.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 20, 2012
329343-6
TREES AND SHRUBS
Page 6 of 8
b. Protect from weather and mechanical damage.
c. Keep roots moist by covering with mulch, burlap, or other acceptable means of
retaining moisture, and water as needed.
6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of
sufficient width not to damage the root balls. Do not lift trees by their trunk as a
lever in positioning or moving the tree in the planting area.
7. Remove plastic, paper, or fibrous pots from the containerized plant material. Pull
roots out of the root mat, and cut circling roots with a sharp knife. Loosen the
potting medium and shake away from the root mat. Immediately after removing the
container, install the plant such that the roots do not dry out. Pack planting mix
around the exposed roots while planting.
8. Cut ropes or strings from the top of root balls and trees after plant has been set.
Remove burlap or cloth wrapping and any wire baskets from around top half of
balls. Do not turn under and bury portions of burlap at top of ball. Set balled and
burlapped trees in the hole with the north marker facing north.
9. Set root ball on undisturbed soil in center of pit or trench and plumb plant.
10. Place plants at level that, after settlement, natural relationship of plant crown with
ground surface will be established.
11. When set, place additional backfill around base and sides of ball, and work each
layer to settle backfill and eliminate voids and air pockets.
12. When excavation is approximately 2/3 full, water thoroughly before placing
remainder of backfill.
13. Repeat watering until no more water is absorbed.
14. Dish top of backfill to allow for mulching.
15. Mulch pits, trenches and planted areas.
a. All trees, shrubs and other plantings will be mulched with mulch previously
approved by the City Forester. The mulch on trees and shrubs shall be to the
depths shown on the drawing. Mulch must not be placed within 3 inches of the
trunks of trees and shrubs.
16. Provide 2 to 4 inch thickness of mulch, work into top of backfill, and finish level
with adjacent finish grades.
17. Cover entire root ball.
18. Prune
a. Plants shall not be heavily pruned at the time of planting. Pruning is required at
planting to correct defects in the tree structure, including removal of injured
branches, double leaders, watersprouts, suckers, and interfering branches.
Healthy lower branches and interior small twigs should not be removed except
as necessary to clear walks and roads. In no case should more than 1/4 of the
branching structure be removed. Retain the normal shape of the plant.
b. All pruning shall be completed using clean sharp tools. All cuts shall be clean
and smooth, with the bark intact with no rough edges or tears.
c. Except in circumstances dictated by the needs of specific pruning practices, tree
paint shall not be used. The use of tree paint shall be only upon approval of the
City Forester. Tree paint, when required, shall be paint specifically formulated
and manufactured for horticultural use.
19. Prune trees to retain required height and spread.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 20, 2012
329343-7
TREES AND SHRUBS
Page 7 of 8
20. Do not cut tree leaders, and remove only injured and dead branches from flowering
trees.
21. Remove and replace excessively pruned or misformed stock resulting from
improper pruning.
22. Inspect tree trunks for injury, improper pruning and insect infestation and take
corrective measures.
23. Guy and stake trees immediately after planting.
B. Moving Existing Trees
1. Coordinate tree moving and replanting with City Forester during dormant growth
season.
2. Provide tree spade of adequate size as directed by City Forester.
3.5 REPAIR/RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL
A. City may reject unsatisfactory or defective material at anytime during progress of work.
B. Remove rejected trees immediately from site and replace with specified materials.
C. Plant material not installed in accordance with these Specifications will be rejected.
D. An inspection to determine final acceptance will be conducted by City at end of 12
month maintenance period.
E. Warranty periods provided for in paragraph 1.12A.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. During planting work, keep pavements clean and work area in orderly condition.
B. Dispose of excess soil and waste in approved location.
C. Waste Material Disposal: On -site burning of combustible cleared materials shall not be
permitted.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect planting work and materials from damage due to planting operations.
B. Maintain protection during installation and maintenance period.
C. Treat, repair, or replace damaged planting work.
3.13 MAINTENANCE
A. Maintenance Period shall be 12 months after final acceptance.
B. During the maintenance period if a work schedule and frequency are not shown on the
Drawings, perform the minimum requirements shown below:
1. Water trees to full depth a minimum of once each week or as required to maintain
healthy, vigorous growth.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 20, 2012
329343-8
TREES AND SHRUBS
Page 8 of 8
2. Prune, cultivate, and weed as required for healthy growth.
3. Restore planting saucers.
4. Tighten and repair stake and guy supports, and reset trees and shrubs to proper
grades or vertical position as required.
5. Restore or replace damaged wrappings.
6. Spray as required to keep trees and shrubs free of insects and disease.
7. Contractor shall replace any plant that does not survive. It shall be replaced as soon
as it is determined no longer alive. Contractor is to maintain new plants as
described above until growth is established and maintenance period expires unless
waived by the City.
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1. LA — Payment Items removed for tree removal and transplantation; these Items are
to be performed in accordance with Section 31 10 00.
12/20/2012 D. Johnson 3.13.A — modified maintenance period to begin 12 months after final acceptance
3.13.13— Modified maintenance period requirements
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 20, 2012
1
2
3 PART 1 - GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
33 01 30 -1
SEWER AND MANHOLE TESTING
Page I of 7
SECTION 33 0130
SEWER AND MANHOLE TESTING
A. Section Includes:
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
26 1.2 PRICE AND PAYMENT PROCEDURES
27
28
29
30
31
32
33
34
35
36
37
38
39
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised September 7, 2018
33 01 30 -2
SEWER AND MANHOLE TESTING
Page 2of7
1 1) The work performed and the materials furnished in accordance with this
2 Item shall be paid for at the unit price bid per each vacuum test completed.
3 c. The price bid shall include:
4 1) Mobilization
5 2) Plugs
6 3) Clean-up
7 1.3 REFERENCES [NOT USED]
8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
9 1.5 SUBMITTALS
10 A. Submittals shall be in accordance with Section 0133 00.
11 B. All submittals shall be approved by the City prior to delivery.
12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
13 1.7 CLOSEOUT SUBMITTALS
14 A. Test and Evaluation Reports
15 1. All test reports generated during testing (pass and fail)
16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
17 1.9 QUALITY ASSURANCE
18 A. Certific ations
19 1. Mandrel Equipment
20 a. If requested by City, provide Quality Assurance certification that the equipment
21 used has been designed and manufactured in accordance to the required
22 specifications.
23 2. Joint Testing
24 a. Testing Service -Engage a qualified independent testing agency to perform
25 joint evaluation tests
26 b. Equipment -If requested by City, provide Quality Assurance certification that
27 the equipment used has been designed and manufactured in accordance to the
28 required specifications.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised September 7, 2018
33 01 30 - 3
SEWER AND MANHOLE TESTING
Page 3 of 7
1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
2 1.11 FIELD [SITE] CONDITIONS [NOT USED]
3 1.12 WARRANTY [NOT USED]
4 PART 2 - PRODUCTS [NOT USED]
5 PART 3 - EXECUTION
6 3.1 INSTALLERS [NOT USED]
7 3.2 EXANUNATION [NOT USED]
8 3.3 PREPARATION
9 A. Low Pressure Air Test (Pipe 60 inch and smaller)
10 1. Clean the sewer main before testing, as outlined in Section 33 04 50.
11 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test.
12 B. Low Pressure Joint Air Test (Pipe 27 inch or larger)
13 1. Clean the sewer main before testing, as outlined in Section 33 04 50.
14 2. Assemble individual joint tester over each joint from within the pipe.
15 C. Deflection (mandrel) test (Pipe)
16 1. Perform as last work item before final inspection.
17 2. Clean the sewer main and inspect for offset and obstruction prior to testing.
18 3. Materials
19 a. Mandrel used for deflection test
20 1) Use of an uncertified mandrel or a mandrel altered or modified after
21 certification will invalidate the deflection test.
22 2) Mandrel requirements
23 a) Odd number of legs with 9 legs minimum
24 b) Effective length not less than its nominal diameter
25 c) Fabricated of rigid and nonadjustable steel
26 d) Fitted with pulling rings and each end
27 e) Stamped or engraved on some segment other than a runner indicating
28 the following:
29 (1) Pipe material specification
30 (2) Nominal size
31 (3) Mandrel outside diameter (OD)
32 f) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe.
33 g) Mandrel equipment shall be suitable for the pipe material to prevent
34 damage to the pipe. Consult manufacturer for appropriate mandrel
35 equipment.
36 D. Vacuum test (Manhole)
37 1. Plug lifting holes and exterior joints.
38 2. Plug pipes and stubouts entering the manhole.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised September 7, 2018
33 01 30 -4
SEWER AND MANHOLE TESTING
Page 4of7
1 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum
2 is drawn.
3 4. Plug pipes with drop connections beyond drop.
4 5. Place test head inside the frame at the top of the manhole.
5 3.4 INSTALLATION
6 A. Low pressure air test (Pipe 60" Inch and Smaller)
7 1. Install plug with inlet tap.
8 2. Connect air hose to inlet tap and a portable air control source.
9 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch.
10 4. Determine time in seconds that is required for the internal air pressure to reach 2.5
11 psig. Minimum permissible pressure holding time per diameter per length of pipe
12 is computed from the following equation:
13
14 T = (0.0850*D*K)
15 Q
16 Where:
17 T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig
18 K = 0.000419*D*L, but not less than 1.0
19 D = nominal pipe diameter, inches
20 L = length of pipe being tested (by pipe size), feet
21 Q = 0.0015, cubic feet per minute per square foot of internal surface
22 5. UNI-B-6, Table I provides required time for given lengths of pipe for sizes 4-inch
23 through 60-inch based on the equation above.
24
25 UNI-B-6, Table 1
26 Minimum specified time required for a 1.0 psig pressure drop for size and length of pipe
27 indic ated for q = 0. 00 15
28
29
Specification Tune for Length (L) Shown fmmsec)
1 2 3 4
Minimum
Pipe Length for Time for
Diameter
Tim(min Mumunum Longer 100ft 150ft 200ft 250ft 300ft 350ft 400ft 450ft
see)' �' Time (ft) Length (sec)
4
3.46
597
.380 L
3:46
3.46
3.46
3.46
3.46
346
3.46
3.46
6
5.40
398
.854 L
5:40
5:40
5:40
5.40
5:40
5.40
5:42
6:24
8
734
298
1.520 L
734
7:34
7:34
7:34
7:36
8:52
10:08
1124
10
926
239
2.374 L
926
926
9:26
9:53
11:52
13:51
15.49
17:48
12
1120
199
3.418 L
1120
1120
1124
14:15
17:05
19:56
22.47
25:38.00
15
14:10
159
5.342 L
14:10
14:10
17:48
22:15
26:42:00
31:09:00
3536:00
40:04.00
18
17:00
133
7.692 L
17:00
19:13
25:38:00
32:03:00
3827:00
44:52:00
51:16:00
57.41.00
21
19.50
114
10.470 L
19:50
26:10:00
34:54.00
43:37:00
5221,00
61:00:00
694800
78:31.00
24
22.40
99
13.674 L
22.47
34:11:00
45:34.00
56:58:00
6822:00
79.46:00
91:10:00
102:33:00
27
25:30:00
88
17.306 L
28:5100
43.1600
57:41:00
72:07:00
86:32:00
100:57:00
11522:00
129:48:00
30
28:20:00
80
21.366 L
35:37.00
5325:00
71:13.00
89:02:00
106:50:00
124:38:00
14226:00
160:15:00
33
31:10:00
72
25.852 L
4305,00
6438:00
86:10.00
107:4100
129:16.00
1504300
1722100
193:53:00
36
34:00:00
66
30.768 L
5117,00
76:55:00
10234,00
1281200
15350,00
179:29:00
20507:00
230:4600
42
39:48:00
57
41.8831,
69:48:00
104:4200
139:37:00
17430:00
20924:00
244:19:00
279:1300
314:0700
48
45:34:00
50
54.705 L
91:10.00
136.45:00
18221.00
2275500
2733100
319:06:00 _
364.42.00
410:17:00
54
51:02:00
44
69.236 L _
115:24:00
17305:00
230:47:00 _
28829:00
3461100
4035300
46134:00
519:16.00
60
56:40:00
40
85.476 L
142:28:00
2134100
284:55:00
35609:00
42723:00
498:37:00
569:50:00
641:04:00
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised September 7, 2018
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 01 30 - 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
C1103 as follows:
2. Equipment shall be the product of manufacturers having more than five years of
regular production of successful joint testers. Joint tester shallbe 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 Percent Deflection Allowed
12 and smaller 5.0
15 through 30 4.0
Greater than 30 3.0
D. Vacuum test (Manhole)
1. Test manhole prior to coating with epoxy or other material.
2. Draw a vacuum of 10 inches of mercury and turnoff 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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 7, 2018
KEDPLASMA PLASMAPHERESIS CENTER
523010
33 01 30 - 6
SEWER AND MANHOLE TESTING
Page 6 of 7
1
2
Depth of 4-foot Dia 5-foot Dia 6-foot Dia
Manhole, feet Seconds Seconds Seconds
8 20 26 33
10 25 33 41
12 30 39 49
14 35 45 57
16 40 52 67
18 40 59 73
* * T=5 T=6.5 T=8
3 ** For manholes over 18 feet deep, add "T" seconds as shown for each respective
4 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot
5 depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70
6 seconds. 40+6(5)--70 seconds)
7
8 5. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have
9 failed the test.
10 3.5 REPAIR / RESTORATION [NOT USED]
11 3.6 REINSTALLATION [NOT USED]
12 3.7 FIELD QUALITY CONTROL
13 A. Non -Conforming Work
14 1. Low pressure air test (Pipe 60 Inch and smaller)
15 a. Should the air test fail, find and repair leak(s) and retest.
16 2. Low pressure joint air test (Pipe 27 inch or larger)
17 a. 100 percent of alljoints shall be field tested, prior to the placement of backfill
18 over the spring line of the pipe, after the pipe has been substantially locked in to
19 place by embedment. If the pipe does not pass the field air test, the joint will be
20 pulled and refitted or rejected and removed from the project. After full
21 placement of backfill and proper compaction, 100% of alljoints will be tested
22 again, as the installation progresses. At no time shall pipe installation exceed
23 300 feet beyond the last joint tested.
24 b. No more than 2 percent of the total number of joints failing to meet the
25 requirements of this test shall be field repaired by joint grout injection, or band
26 clamps, or other method. Any joints over 2% requiring field repairs shall be
27 rejected and removed from the project site. Rejected pipe shall be removed
28 from the project. Installation shall be stopped until defective joints are repaired
29 or replaced.
30 3. Should Deflection (mandrel) test (Pipe)
31 a. Should the mandrel fail to pass, the pipe is considered overdeflected.
32 b. Uncover overdeflected pipe. Reinstall if not damaged.
33 c. If damaged, remove and replace.
34 4. Vacuum test (Manhole)
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised September 7, 2018
33 01 30 - 7
SEWER AND MANHOLE TESTING
Page 7 of 7
1 a. Should the vacuum test fail, repair suspect area and retest.
2 1) External repairs required for leaks at pipe connection to manhole.
3 a) Shall be in accordance with Section 03 80 00.
4 2) Leaks within the manhole structure may be repaired internally or
5 externally.
6 3.8 SYSTEM STARTUP [NOT USED]
7 3.9 ADJUSTING [NOT USED]
8 3.10 CLEANING [NOT USED]
9 3.11 CLOSEOUT ACTIVITIES [NOT USED]
10 3.12 PROTECTION [NOT USED]
11 3.13 MAINTENANCE [NOT USED]
12 3.14 ATTACHMENTS [NOT USED]
13
14
DATE NAME
8/10/2018 W. Norwood
9/7/2018 W. Norwood
15
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.
3.4.A Include UNI-B-6, Table 1 for low pressure air test
4.4.13 Include individual joint testing requirements
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised September 7, 2018
-1
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 1 of21
1 SECTION 33 05 10
2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Excavation, Embedment and Backfill for:
7 a. Pressure Applications
8 1) Water Distribution or Transmission Main
9 2) Wastewater Force Main
10 3) Reclaimed Water Main
11 b. Gravity Applications
12 1) Wastewater Gravity Mains
13 2) Storm Sewer Pipe and Culverts
14 3) Storm Sewer Precast Box and Culverts
15 2. Including:
16 a. Excavation of all material encountered, including rock and unsuitable materials
17 b. Disposal of excess unsuitable material
18 c. Site specific trench safety
19 d. Pumping and dewatering
20 e. Embedment
21 f. Concrete encasement for utility lines
22 g. Bac kfill
23 h. Compaction
24 B. Deviations from this City of Fort Worth Standard Specification
25 1. None.
26
C. Related Specification Sections include, but are not necessarily limited to:
27
1.
Division 0 — Bidding Requirements, Contract Forms, and Conditions of the
28
Contract
29
2.
Division 1— General Requirements
30
3.
Section 02 41 13 — Selective Site Demolition
31
4.
Section 02 41 15 — Paving Removal
32
5.
Section 02 41 14 — Utility Removal/Abandonment
33
6.
Section 03 30 00 — Cast -in -place Concrete
34
7.
Section 03 34 13 — Controlled Low Strength Material (CLSM)
35
8.
Section 31 10 00 — Site Clearing
36
9.
Section 3125 00 — Erosion and Sediment Control
37
10.
Section 33 05 26 — Utility Markers/Locators
38
11.
Section 34 71 13 — Traffic Control
39
1.2 PRICE AND PAYMENT PROCEDURES
40 A. Measurement and Payment
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
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
_2
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 2 of 21
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 backfillor 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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 2, 2021
KEDPLASMA PLASMAPHERESIS CENTER
523010
2
3
4
5
6
7
8
9
10
11
12
-3
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 3 of 21
f) Removal of groundwater 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.
13 1.3 REFERENCES
14
15
16
17
18
19
20
21
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 backfa pipe zone,
haunching bedding, springline, pipe zone and foundation are defined as shown in
the following schematic:
J
Q
i�
F_
z
w
M
LLJ
LJ
�\
x PAVED AREAS', UNPAVED AREAS
J
INITIAL%XY
BACKFILL
f� f
SPRINGLIKE
HUNCHING
BEDDING
FOUNDATION
EXCAVATED TRENCH WIDTH
L
Z
0
LLJ
1\\'•
OD CLEARANCE
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
-4
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 4 of 21
1 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic
2 material
3 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding
4 or the trench foundation
5 5. Final Backfill Depth
6 a. Unpaved Areas —The depth of the final backfill measured from the top of the
7 initial backfill to the surface
8 b. Paved Areas — The depth of the final backfill measured from the top of the
9 initial backfill to bottom of permanent or temporary pavement repair
10 B. Reference Standards
11 1. Reference standards cited in this Specification refer to the current reference
12 standard published at the time of the latest revision date logged at the end of this
13 Specification, unless a date is specifically cited.
14 2. ASTM Standards:
15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates
16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or
17 Magnesium Sulfate
18 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate
19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and
20 Bridge Construction.
21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large-
22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine
23 f. ASTM D588 —Standard Test method for Moisture -Density Relations of Soil-
24 Cement Mixture
25 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of
26 Soil Using Stand Efforts (12,400 ft lb/ft3 600 Kn-m/M3)).
27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in
28 Place by Sand Cone Method.
29 i. ASTM 2487 —10 Standard Classification of Soils for Engineering Purposes
30 (Unified Soil Classification System)
31 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers
32 and Other Gravity -Flow Applications
33 k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil
34 Aggregate in Place by Nuclear Methods (Shallow Depth)
35 1. ASTM 3017 -Standard Test Method for Water Content of Soil and Rock in
36 place by Nuclear Methods (Shallow Depth)
37 in. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit
38 Weight of Soils and Calculations of Relative Density
39 3. OSHA
40 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety
41 Regulations for Construction, Subpart P - Excavations
42 1.4 ADMINISTRATIVE REQUIREMENTS
43 A Coordination
44 1. Utility Company Notification
45 a. Notify area utility companies at least 48 hours in advance, excluding weekends
46 and holidays, before starting excavation.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
-5
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 5 of 21
1 b. Request the location of buried lines and cables in the vicinity of the proposed
2 work.
3 B. Sequencing
4 1. Sequence work for each section of the pipe installed to complete the embedment
5 and backfill placement on the day the pipe foundation is complete.
6 2. Sequence work such that proctors are complete in accordance with ASTM D698
7 prior to commencement of construction activities.
8 1.5 SUBMITTALS
9 A. Submittals shall be in accordance with Section 0133 00.
10 B. All submittals shall be approved by the City prior to construction.
11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
12 A. Shop Drawings
13 1. Provide detailed drawings and explanation for ground water and surface water
14 control, if required.
15 2. Trench Safety Plan in accordance with Occupational Safety and Health
16 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P -
17 Excavations
18 3. Stockpiled excavation and/or backfill material
19 a. Provide a description of the storage of the excavated material only if the
20 Contract Documents do not allow storage of materials in the right-of-way of the
21 easement.
22 1.7 CLOSEOUT SUBMITTALS [NOT USED]
23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
24 1.9 QUALITY ASSURANCE [NOT USED]
25 1.10 DELIVERY, STORAGE, AND HANDLING
26 A. Storage
27 1. W thin Existing Rights -of -Way (ROW)
28 a. Spoil, imported embedment and backfill materials may be stored within
29 existing ROW, easements or temporary construction easements, unless
30 specifically disallowed in the Contract Documents.
31 b. Do not block drainage ways, inlets or driveways.
32 c. Provide erosion control in accordance with Section 3125 00.
33 d. Store materials only in areas barricaded as provided in the traffic control plans.
34 e. In non -paved areas, do not store material on the root zone of any trees or in
35 landscaped areas.
36 2. Designated Storage Areas
37 a. If the Contract Documents do not allow the storage of spoils, embedment or
38 backfill materials within the ROW, easement or temporary construction
39 easement, then secure and maintain an adequate storage location.
40 b. Provide an affidavit that rights have been secured to store the materials on
41 private property.
42 c. Provide erosion control in accordance with Section 3125 00.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
-6
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 6 of 21
1 d. Do not block drainage ways.
2 e. Only materials used for 1 working day will be allowed to be stored in the work
3 zone.
4 B. Deliveries and haul -off - Coordinate all deliveries and haul -off.
5 1.11 FIELD [SITE] CONDITIONS
6 A. Existing Conditions
7 1. Any data which has been or may be provided on subsurface conditions is not
8 intended as a representation or warranty of accuracy or continuity between soils. It
9 is expressly understood that neither the City nor the Engineer will be responsible
10 for interpretations or conclusions drawn there from by the Contractor.
11 2. Data is made available for the convenience of the Contractor.
12 1.12 WARRANTY [NOT USED]
13 PART 2 - PRODUCTS
14 2.1 OWNER-FURNISBED [OR] OWNER -SUPPLIED PRODUCTS
15 2.2 MATERIALS
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
A. Materials
1. 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
Sieve Size
Percent Retained
V2"
0
1/4"
0-5
#4
0-10
#16
0-20
#50
20-70
#100
60-90
#200
90-100
e. The City has a pre -approved list of sand sources forutility embedment. The
pre -approved list can be found on the City website, Project Resources page.
The utility sand sources in the pre -approved list have demonstrated continued
quality and uniformity on City of Fort Worth projects. Sand from these sources
are pre -approved for use on City projects without project specific testing.
2. Crushed Rock
a. Durable crushed rock or recycled concrete
b. Meets the gradation of ASTM D448 size numbers 56,57 or 67
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
_7
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 7 of 21
1
c.
May be unwashed
2
d.
Free from significant silt clay or unsuitable materials
3
e.
Percentage of wear not more than 40 percent per ASTM C131 or C535
4
f.
Not more than a 12 percent maximum loss when subjective to 5 cycles of
5
sodium sulfate soundness per ASTM C88
6
3.
Fine Crushed Rock
7
a.
Durable crushed rock
8
b.
Meets the gradation of ASTM D448 size numbers 8 or 89
9
c.
May be unwashed
10
d.
Free from significant silt clay or unsuitable materials.
11
e.
Have a percentage of wear not more than 40 percentper ASTM C131 or C535
12
f.
Not more than a 12 percent maximum loss when subjective to 5 cycles of
13
sodium sulfate soundness per ASTM C88
14
4.
Ballast Stone
15
a.
Stone ranging from 3 inches to 6 inches in greatest dimension.
16
b.
May be unwashed
17
c.
Free from significant silt clay or unsuitable materials
18
d.
Percentage of wear not more than 40 percent per ASTM C131 or C535
19
e.
Not more than a 12 percent maximum loss when subjected to 5 cycles of
20
sodium sulfate soundness per ASTM C88
21
5.
Acceptable
Backfill Material
22
a.
In -situ or imported soils classified as CL, CH, SC or GC in accordance with
23
ASTM D2487
24
b.
Free from deleterious materials, boulders over 6 inches in size and organics
25
c.
Can be placed free from voids
26
d.
Must have 20 percent passing the number 200 sieve
27
6.
Blended Backfill Material
28
a.
In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487
29
b.
Blended with in -situ or imported acceptable backfill material to meet the
30
requirements of an Acceptable Backfill Material
31
c.
Free from deleterious materials, boulders over 6 inches in size and organics
32
d.
Must have 20 percent passing the number 200 sieve
33
7.
Unacceptable
Backfill Material
34
a.
In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM
35
D2487
36
8.
Select Fill
37
a.
Classified as SC or CL in accordance with ASTM D2487
38
b.
Liquid limit less than 35
39
c.
Plasticity index between 8 and 20
40
9.
Cement Stabilized Sand (CSS)
41
a.
Sand
42
1) Shall be clean, durable sand meeting grading requirements for fine
43
aggregates of ASTM C33 and the following requirements:
44
a) Classified as SW, SP, or SM by the United Soil Classification System
45
of ASTM D2487
46
b) Deleterious materials
47
(1) Clay lumps, ASTM C142, less than 0.5 percent
48
(2) Lightweight pieces, ASTM C123, less than 5.0 percent
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
_8
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 8 of 21
1
(3) Organic impurities, ASTM C40, color no darker than standard
2
color
3
(4) Plasticity index of 4 or less when tested in accordance with ASTM
4
D4318.
5
b.
Minimum of 4 percent cement content of Type I/II portland cement
6
c.
W ter
7
1) Potable water, free of soils, acids, alkalis, organic matter or other
8
deleterious substances, meeting requirements of ASTM C94
9
d.
Mix in a stationary pug mill, weigh -batch or continuous mixing plant.
10
e.
Strength
11
1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM
12
D1633, Method A
13
2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM
14
D1633, Method A
15
3) The maximum compressive strength in 7 days shall be 400 psi. Backfill
16
that exceeds the maximum compressive strength shall be removed by the
17
Contractor for no additional compensation.
18
f.
Random samples of delivered product will be taken in the field at point of
19
delivery for each day of placement in the work area. Specimens will be prepared
20
in accordance with ASTM D1632.
21
10. Controlled
Low Strength Material (CLSM)
22
a.
Conform to Section 03 34 13
23
11. Trench Geotextile Fabric
24
a.
Soils other than ML or OH in accordance with ASTM D2487
25
1) Needle punch, nonwoven geotextile composed of polypropylene fibers
26
2) Fibers shall retain their relative position
27
3) Inert to biological degradation
28
4) Resist naturally occurring chemicals
29
5) UV Resistant
30
6) Mirafi 140N by Tenc ate, or approved equal
31
b.
Soils Classified as ML or OH in accordance with ASTM D2487
32
1) High -tenacity monofilament polypropylene woven yarn
33
2) Percent open area of 8 percent to 10 percent
34
3) Fibers shall retain their relative position
35
4) Inert to biological degradation
36
5) Resist naturally occurring chemicals
37
6) UV Resistant
38
7) Mirafi FW402 by Tencate, or approved equal
39
12. Concrete
Encasement
40
a.
Conform to Section 03 30 00.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
-9
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 9 of 21
1 2.3 ACCESSORIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL [NOT USED]
3 PART 3 - EXECUTION
4 3.1 INSTALLERS [NOT USED]
5 3.2 EXAMINATION
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
A. Verification of Conditions
1. Review all known, identified or marked utilities, whether public or private, prior to
excavation.
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
exc avation.
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 fac ilities 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.
22 3.3 PREPARATION
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
A. Protection of In -Place Conditions
1. Pavement
a. Conduct activities in such away that does not damage existing pavement that is
designated to remain.
1) W ere 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. W en 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.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
-10
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 10 of 21
1 d. Conduct excavation, embedment and backfill in a manner such that there is no
2 damage to the tree canopy.
3 e. Prune or trim tree limbs as specifically allowed by the Drawings or as
4 specifically allowed by the City.
5 1) Pruning or trimming may only be accomplished with equipments
6 specifically designed for tree pruning or trimming.
7 f. Remove trees specifically designated to be removed in the Drawings in
8 accordance with Section 31 10 00.
9 4. Above ground Structures
10 a. Protect all above ground structures adjacent to the construction.
11 b. Remove above ground structures designated for removal in the Drawings in
12 accordance with Section 02 41 13
13 5. Traffic
14 a. Maintain existing traffic, except as modified by the traffic control plan, and in
15 accordance with Section 34 71 13.
16 b. Do not block access to driveways or alleys for extended periods of time unless:
17 1) Alternative access has been provided
18 2) Proper notification has been provided to the property owner or resident
19 3) It is specifically allowed in the traffic control plan
20 c. Use traffic rated plates to maintain access until access is restored.
21 6. Traffic Signal— Poles, Mast Arms, Pull boxes, Detector loops
22 a. Notify the City's Transportation Management Division a minimum of 48 hours
23 prior to any excavation that could impact the operations of an existing traffic
24 signal.
25 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit
26 and detector loops.
27 c. Immediately notify the City's Transportation Management Division if any
28 damage occurs to any component of the traffic signal due to the contractors
29 activities.
30 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic
31 cabinets, conduit and detector loops as a result of the construction activities.
32 7. Fences
33 a. Protect all fences designated to remain.
34 b. Leave fence in the equal or better condition as prior to construction.
35 3.4 INSTALLATION
36 A. Excavation
37 1. Excavate to a depth indicated on the Drawings.
38 2. Trench excavations are defined as unclassified. No additional payment shall be
39 granted for rock or other in -situ materials encountered in the trench.
40 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings
41 and bracing in accordance with the Excavation Safety Plan.
42 4. The bottom of the excavation shall be firm and free from standing water.
43 a. Notify the City immediately if the water and/or the in -situ soils do not provide
44 for a firm trench bottom.
45 b. The City will determine if any changes are required in the pipe foundation or
46 bedding.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
-11
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 11 of 21
1 5. Unless otherwise permitted by the Drawings or by the City, the limits of the
2 excavation shall not advance beyond the pipe placement so that the trench may be
3 backfilled in the same day.
4 6. Over Excavation
5 a. Fill over excavated areas with the specified bedding material as specified for
6 the specific pipe to be installed.
7 b. No additional payment will be made for over excavation or additional bedding
8 material.
9
7.
Unacceptable Backfill Materials
10
a. In -situ soils classified as unacceptable backfill material shall be separated from
11
acceptable backfill materials.
12
b. If the unacceptable bac Hill material is to be blended in accordance with this
13
Specification, then store material in a suitable location until the material is
14
blended.
15
c. Remove all unacceptable material from the project site that is not intended to be
16
blended or modified.
17
8.
Rock —No additional compensation will be paid for rock excavation or other
18
changed field conditions.
19
B. Shoring, Sheeting and Bracing
20
1.
Engage a Licensed Professional Engineer in the State of Texas to design a site
21
specific excavation safety system in accordance with Federal and State
22
requirements.
23
2.
Excavation protection systems shall be designed according to the space limitations
24
as indicated in the Drawings.
25
3.
Furnish, put in place and maintain a trench safety system in accordance with the
26
Excavation Safety Plan and required by Federal, State or local safety requirements.
27
4.
If soil or water conditions are encountered that are not addressed by the current
28
Excavation Safety Plan, engage a Licensed Professional Engineer in the State of
29
Texas to modify the Excavation Safety Plan and provide a revised submittal to the
30
City.
31
5.
Do not allow soil, or water containing soil, to migrate through the Excavation
32
Safety System in sufficient quantities to adversely affect the suitability of the
33
Excavation Protection System. Movable bracing, shoring plates or trenchboxes
34
used to support the sides of the trench excavation shall not:
35
a. Disturb the embedment located in the pipe zone or lower
36
b. Alter the pipe's line and grade after the Excavation Protection System is
37
removed
38
c. Compromise the compaction of the embedment located below the spring line of
39
the pipe and in the haunching
40
C. Water Control
41
1.
Surface Water
42
a. Furnish all materials and equipment and perform all incidental work required to
43
direct surface water away from the excavation.
44
2.
Ground Water
45
a. Furnish all materials and equipment to dewater ground water by a method
46
which preserves the undisturbed state of the subgrade soils.
47
b. Do not allow the pipe to be submerged within 24 hours after placement.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
-12
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 12 of 21
1
c. Do not allow water to flow over concrete until it has sufficiently cured.
2
d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water
3
Control Plan if any of the following conditions are encountered:
4
1) A Ground Water Control Plan is specifically required by the Contract
5
Documents
6
2) If in the sole judgment of the City, ground water is so severe that an
7
Engineered Ground Water Control Plan is required to protect the trench or
8
the installation of the pipe which may include:
9
a) Ground water levels in the trench are unable to be maintained below
10
the top of the bedding
11
b) A firm trench bottom cannot be maintained due to ground water
12
c) Ground water entering the excavation undermines the stability of the
13
excavation.
14
d) Ground water entering the excavation is transporting unacceptable
15
quantities of soils through the Excavation Safety System.
16
e. In the event that there is no bid item for a Ground Water Control and the City
17
requires an Engineered Ground Water Control Plan due to conditions discovered
18
at the site, the contractor will be eligible to submit a change order.
19
f. Control of ground water shall be considered subsidiary to the excavation when:
20
1) No Ground Water Control Plan is specifically identified and required in the
21
Contract Documents
22
g. Ground Water Control Plan installation, operation and maintenance
23
1) Furnish all materials and equipment necessary to implement, operate and
24
maintain the Ground Water Control Plan.
25
2) Once the excavation is complete, remove all ground water control
26
equipment not called to be incorporated into the work.
27
h. Water Disposal
28
1) Dispose of ground water in accordance with City policy or Ordinance.
29
2) Do not discharge ground water onto or across private property without
30
written permission.
31
3) Permission from the City is required prior to disposal into the Sanitary
32
Sewer.
33
4) Disposal shall not violate any Federal, State or local regulations.
34
D. Embedment and Pipe Placement
35
1. Water Lines less than, or equal to, 12 inches in diameter:
36
a.
The entire embedment zone shall be of uniform material.
37
b.
Utility sand shall be generally used for embedment.
38
c.
If ground water is in sufficient quantity to cause sand to pump, then use
39
crushed rock as embedment.
40
1) If crushed rock is not specifically identified in the Contract Documents,
41
then crushed rock shallbe paid by the pre -bid unit price.
42
d.
Place evenly spread bedding material on a firm trench bottom.
43
e.
Provide firm, uniform bedding.
44
f.
Place pipe on the bedding in accordance with the alignment of the Drawings.
45
g.
In no case shall the top of the pipe be less than 42 inches from the surface of the
46
proposed grade, unless specifically called for in the Drawings.
47
h.
Place embedment, including initial backfill, to a minimum of 6 inches, but not
48
more than 12 inches, above the pipe.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
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
-13
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 13 of 21
i. W ere 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. W ter Lines 16-inches through 24-inches in diameter:
a. The entire embedment zone shall be of uniform material.
b. Utility sand maybe 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
f. 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. W ere gate valves are present, the initial backfill shall extend to up to the valve
nut.
m. Compact the embedment and initial backfill to 95 percent Standard Proctor
ASTM D 698.
n. Density test performed by a commercial testing firm approved by the 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.
3. W ter Lines 30-inches and greater in diameter
a. The entire embedment zone shall be of uniform material.
b. Crushed rock shallbe 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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 2, 2021
KEDPLASMA PLASMAPHERESIS CENTER
523010
-14
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 14 of 21
1 2) If additional crushed rock is required which is not specifically identified in
2 the Contract Documents, then crushed rock shall be paid by the pre -bid unit
3 price.
4 f.
5 g.
6
7 h.
10
11
12
13
1.
J.
k.
Place pipe on the bedding according to the alignment shown on the Drawings.
The pipe line shall be within:
1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines
Place and compact embedment material to adequately support haunches in
accordance with the pipe manufacturer's recommendations.
For steel pipe greater than 30 inches in diameter, the initial embedment lift shall
not exceed the spring line prior to compaction.
Place remaining embedment, including initial backfill, to a minimum of 6
inches, but not more than 12 inches, above the pipe.
W ere gate valves are present, the initial backfill shall extend to up to the valve
14 nut.
15 1. Compact the embedment and initial backfill to 95 percent Standard Proctor
16 ASTM D 698.
17 in. Density test maybe performed by a commercial testing firm approved by the
18 City to verify that the compaction of embedment meets requirements.
19 n. Place trench geotextile fabric on top of the initial backfill.
20 o. Place marker tape on top of the trench geotextile fabric in accordance with
21 Section 33 05 26.
22
4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE)
23
a.
The entire embedment zone shall be of uniform material.
24
b.
Crushed rock shall be used for embedment.
25
c.
Place evenly spread bedding material on a firm trench bottom.
26
d.
Spread bedding so that lines and grades are maintained and that there are no
27
sags in the sanitary sewer pipe line.
28
e.
Provide firm, uniform bedding.
29
1) Additional bedding may be required if ground water is present in the
30
trench.
31
2) If additional crushed rock is required which is not specifically identified in
32
the Contract Documents, then crushed rock shall be paid by the pre -bid unit
33
price.
34
f.
Place pipe on the bedding according to the alignment shown in the Drawings.
35
g.
The pipe line shall be within ±0.1 inches of the elevation, and be consistent
36
with the grade shown on the Drawings.
37
h.
Place and compact embedment material to adequately support haunches in
38
accordance with the pipe manufacturer's recommendations.
39
i.
For sewer lines greater than 30 inches in diameter, the embedment lift shall not
40
exceed the spring line prior to compaction.
41
j.
Place remaining embedment including initial backfill to a minimum of 6 inches,
42
but not more than 12 inches, above the pipe.
43
k.
Compact the embedment and initial backfill to 95 percent Standard Proctor
44
ASTM D 698.
45
1.
Density test maybe performed by a commercial testing firm approved by the
46
City to verify that the compaction of embedment meets requirements.
47
in.
Place trench geotextile fabric on top of the initial backfill.
48
n.
Place marker tape on top of the trench geotextile fabric in accordance with
49
Section 33 05 26.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
-15
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 15 of 21
1 5. Storm Sewer (RCP)
2 a. The bedding and the pipe zone up to the spring line shall be of uniform
3 material.
4 b. Crushed rock shall be used for embedment up to the spring line.
5 c. The specified backfill material maybe used above the spring line.
6 d. Place evenly spread bedding material on a firm trench bottom.
7 e. Spread bedding so that lines and grades are maintained and that there are no
8 sags in the storm sewer pipe line.
9 f. Provide firm, uniform bedding.
10 1) Additional bedding may be required if ground water is present in the
11 trench.
12 2) If additional crushed rock is required which is not specifically identified in
13 the Contract Documents, then crushed rock shall be paid by the pre -bid unit
14
price.
15
g.
Place pipe on the bedding according to the alignment of the Drawings.
16
h.
The pipe line shall be within ±0.1 inches of the elevation, and be consistent
17
with the grade, shown on the Drawings.
18
i.
Place embedment material up to the spring line.
19
1) Place embedment to ensure that adequate support is obtained in the haunch.
20
j.
Compact the embedment and initial backfill to 95 percent Standard Proctor
21
ASTM D 698.
22
k.
Density test maybe performed by a commercial testing firm approved by the
23
City to verify that the compaction of embedment meets requirements.
24
1.
Place trench geotextile fabric on top of pipe and crushed rock.
25
6. Storm Sewer (PP - Polypropylene)
26
a.
The entire embedment zone shall be of uniform material.
27
b.
Crushed rock shall be used for embedment up to top of pipe.
28
c.
Place evenly spread bedding material on a firm trench bottom.
29
d.
Spread bedding so that lines and grades are maintained and that there are no sags
30
in the storm sewer pipe line.
31
e.
Provide firm, uniform bedding.
32
1) Additional bedding maybe required if groundwater is present in the
33
trench.
34
2) If additional crushed rock is required which is not specifically
35
identified in the Contract Documents, then crushed rock shall be paid
36
by the pre -bid unit price.
37
f.
Place pipe on the bedding according to the alignment shown in the Drawings.
38
g.
The pipe line shall be within ±0.1 inches of the elevation, and be consistent with
39
the grade shown on the Drawings.
40
h.
Place and compact embedment material to adequately support haunches in
41
accordance with the pipe manufacturer's recommendations.
42
i.
Compact the embedment and initial backfill to 95 percent Standard Proctor
43
ASTM D 698.
44
J.
Density test may be performed by City to verify that the compaction of
45
embedment meets requirements.
46
k.
Place trench geotextile fabric on top of the initial backfill.
47
7. Storm Sewer Reinforced Concrete Box
48
a.
Crushed rock shallbe used for bedding.
49
b.
The pipe zone and the initial backfill shall be:
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
-16
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 16 of 21
1
1) Crushed rock, or
2
2) Acceptable backfill material compacted to 95 percent Standard Proctor
3
density
4 c.
Place evenly spread compacted bedding material on a firm trench bottom.
5 d.
Spread bedding so that lines and grades are maintained and that there are no
6
sags in the storm sewer pipe line.
7 e.
Provide firm, uniform bedding.
8
1) Additional bedding may be required if ground water is present in the
9
trench.
10
2) If additional crushed rock is required which is not specifically identified in
11
the Contract Documents, then crushed rock shall be paid by the pre -bid unit
12
price.
13 f.
Fill the annular space between multiple boxes with crushed rock, CLSM
14
according to 03 34 13.
15 g.
Place pipe on the bedding according to the alignment of the Drawings.
16 h.
The pipe shall be within ±0.1 inches of the elevation, and be consistent with the
17
grade, shown on the Drawings.
18 i.
Compact the embedment initial backfill to 95 percent Standard Proctor ASTM
19
D698.
20 8. W ter Services (Less than 2 Inches in Diameter)
21 a. The entire embedment zone shall be of uniform material.
22 b. Utility sand shall be generally used for embedment.
23 c. Place evenly spread bedding material on a firm trench bottom.
24 d. Provide firm, uniform bedding.
25 e. Place pipe on the bedding according to the alignment of the Plans.
26 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698.
27 9. Sanitary Sewer Services
28 a. The entire embedment zone shall be of uniform material.
29 b. Crushed rock shall be used for embedment.
30 c. Place evenly spread bedding material on a firm trench bottom.
31 d. Spread bedding so that lines and grades are maintained and that there are no
32 sags in the sanitary sewer pipe line.
33 e. Provide firm, uniform bedding.
34 1) Additional bedding may be required if ground water is present in the
35 trench.
36 2) If additional crushed rock is required which is not specifically identified in
37 the Contract Documents, then crushed rock shall be paid by the pre -bid unit
38 price.
39 f. Place pipe on the bedding according to the alignment of the Drawings.
40 g. Place remaining embedment, including initial backfill, to a minimum of 6
41 inches, but not more than 12 inches, above the pipe.
42 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698.
43 i. Density test maybe required to verify that the compaction meets the density
44 requirements.
45 E. Trench Backfill
46 1. At a minimum, place backfill in such a manner that the required in -place density
47 and moisture content is obtained, and so that there will be no damage to the surface,
48 pavement or structures due to any trench settlement or trench movement.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
-17
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 17 of 21
1 a. Meeting the requirement herein does not relieve the responsibility to damages
2 associated with the Work.
3 2. Backfill Material
4 a. Final backfill (not under existing pavement or future pavement)
5 1) Backfill with:
6 a) Acceptable backfill material
7 b) Blended backfill material, or
8 c) Select backfill material, CSS, or CLSM when specifically required
9 b. Final backfill depth 15 feet or greater (under existing or future pavement)
10 1) Backfill depth from 0 to 15 feet deep
11 a) Backfill with:
12 (1) Acceptable backfill material
13 (2) Blended backfill material, or
14 (3) Select backfill material, CSS, or CLSM when specifically required
15 2) Backfill depth from 15 feet and greater
16 a) Backfill with:
17 (1) Select Fill
18 (2) CSS, or
19 (3) CLSM when specifically required
20
b)
21
c.
Backfill for service lines:
22
1) Backfill for water or sewer service lines shall be the same as the
23
requirement of the main that the service is connected to.
24
3. Required Compaction and Density
25
a.
Final backfill (depths less than 15 feet/under existing or future pavement)
26
1) Compact acceptable backfillmaterial, blended backfill material or select
27
backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at
28
moisture content within -2 to +5 percent of the optimum moisture.
29
2) CSS or CLSM requires no compaction.
30
b.
Final backfill (depths 15 feet and greater/under existing or future pavement)
31
1) Compact select backfillto a minimum of 98 percent Standard Proctor per
32
ASTM D 698 at moisture content within -2 to +5 percent of the optimum
33
moisture up to the final grade.
34
2) CSS or CLSM requires no compaction.
35
c.
Final backfill (not under existing or future pavement)
36
1) Compact acceptable backfill material blended backfill material, or select
37
backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at
38
moisture content within -2 to +5 percent of the optimum moisture.
39
4. Saturated Soils
40
a.
If in -situ soils consistently demonstrate that they are greater than 5 percent over
41
optimum moisture content, the soils are considered saturated.
42
b.
Flooding the trench or water jetting is strictly prohibited.
43
c.
If saturated soils are identified in the Drawings or Geotechnical Report in the
44
Appendix, Contractor shall proceed with Work following all backfill procedures
45
outlined in the Drawings for areas of soil saturation greater than 5 percent.
46
d.
If saturated soils are encountered during Work but not identified in Drawings or
47
Geotechnical Report in the Appendix:
48
1) The Contractor shall:
49
a) Immediately notify the City.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
-18
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 18 of 21
b) Submit a Contract Claim for Extra Work associated with direction from
2
City.
3
2) The City shall:
4
a) Investigate soils and determine if Work can proceed in the identified
5
location.
6
b) Direct the Contractor of changed backfill procedures associated with
7
the saturated soils that may include:
8
(1) Imported backfill
9
(2) A site specific backfill design
10
5. Placement of Backfill
11
a.
Use only compaction equipment specifically designed for compaction of a
12
particular soil type and within the space and depth limitation experienced in the
13
trench.
14
b.
Flooding the trench or water setting is strictly prohibited.
15
c.
Place in loose lifts not to exceed 12 inches.
16
d.
Compact to specified densities.
17
e.
Compact only on top of initial backfill, undisturbed trench or previously
18
compacted backfill.
19
f.
Remove any loose materials due to the movement of any trench box or shoring
20
or due to sloughing of the trench wall.
21
g.
Install appropriate tracking balls for water and sanitary sewer trenches in
22
accordance with Section 33 05 26.
23
6. Backfill Means and Methods Demonstration
24
a.
Notify the City in writing with sufficient time for the City to obtain samples
25
and perform standard proctor test in accordance with ASTM D698.
26
b.
The results of the standard proctor test must be received prior to beginning
27
excavation.
28
c.
Upon commencing of backfillplacement for the project the Contractor shall
29
demonstrate means and methods to obtain the required densities.
30
d.
Demonstrate Means and Methods for compaction including:
31
1) Depth of lifts for backfill which shall not exceed 12 inches
32
2) Method of moisture control for excessively dry or wet backfill
33
3) Placement and moving trench box, if used
34
4) Compaction techniques in an open trench
35
5) Compaction techniques around structure
36
e.
Provide a testing trench box to provide access to the recently backfilled
37
material.
38
f.
The City will provide a qualified testing lab full time during this period to
39
randomly test density and moisture continent.
40
1) The testing lab will provide results as available on the job site.
41
7. Varying
Ground Conditions
42
a.
Notify the City of varying ground conditions and the need for additional
43
proctors.
44
b.
Request additional proctors when soil conditions change.
45
c.
The City may acquire additional proctors at its discretion.
46
d.
Significant changes in soil conditions will require an additional Means and
47
Methods demonstration.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
-19
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 19 of 21
1 3.5 REPAIR [NOT USED]
2 3.6 REINSTALLATION [NOT USED]
3 3.7 FIELD QUALITY CONTROL
4 A Field Tests and Inspections
5 1. Proctors
6 a. The City will perform Proctors in accordance with ASTM D698.
7 b. Test results will generally be available to within 4 calendar days and distributed
8 to:
9
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
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) W en 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 shallbe 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 commercial testing firm approved by the City.
d. The commercial testing lab will perform moisture/density test for every 200-ft
or less of trench length, as measured along the length of the pipe. A minimum of
one test shall be performed for every 2 vertical feet of compacted backfill
material, independent of the contractor's lift thickness for compaction. Test
locations shall be staggered within each lift so that successive lifts are not tested
in the same location. A random number generator may be used to determine test
locations. Moisture/density tests shall be performed at a depth not more than 2
feet above the top of the pipe bedding and in 2-foot increments up to the final
grade. The project inspector or project manager may request testing at an
increased frequency and/or at specific locations.
e. The contractor can proceed with subsequent earthwork only after test results for
previously completed work comply with requirements. If the required
compaction density has not been obtained, the backfill should be scarified and
moistened or aerated, or removed to a depth required, and be replaced with
approved backfill, and re -compacted to the specified density at the contractor's
expense. In no case will excavation, pipe -laying, or other operation be allowed
to proceed until the specified compaction is attained.
f. The 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 Accela (Developer Projects) and
BIM 360 (City Projects) site within 48 hours.
h. Test reports shall include:
1) Location of test by station number
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
-20
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 20 of 21
1 2) Time and date of test
2 3) Depth of testing
3 4) Field moisture
4 5) Dry density
5 6) Proctor identifier
6 7) Percent Proctor Density
7 3. Density of Embedment
8 a. Storm sewer boxes that are embedded with acceptable backfill material,
9 blended backfill material, cement modified backfill material or select material
10 will follow the same testing procedure as backfill.
11 b. The City may test fine crushed rock or crushed rock embedment in accordance
12 with ASTM D2922 or ASTM 1556.
13 B. Non -Conforming Work
14 1. All non -conforming work shall be removed and replaced.
15 3.8 SYSTEM STARTUP [NOT USED]
16 3.9 ADJUSTING [NOT USED]
17
18
19
20
21
22
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
1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan
6/18/2013 D. Johnson quantity
2.2.A — Added language for concrete encasement
11/09/16 Z. Arega 2.2.A. Ld Modify gradation for sand material
2.2 A. 1. E. - Added reference to pre -approved list of sand sources for embedment;
3.3 A. 6. - Changed reference to Transportation Management Division; 3.4 -
2/26/2021 Z. Arega Provided clarification re: use of commercial testing firms approved by City and
backfill requirements; and 3.7 A. 2. Provided clarification re: backfill testing
requirement s.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
-21
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 21 of 21
4/2/2021 M Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene)
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 2, 2021
3305 13- 1
FRAME, COVER, AND GRADE RINGS
Page 1 of 6
1 SECTION 33 05 13
2 FRAME, COVER, AND GRADE RINGS
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Cast iron frame, cover and grade rings used as access ports into water, sanitary
7 sewer and storm drain structures such manholes or vaults
8 2. Compression Molded Composite Frames and Covers used as access ports into
9 sanitary sewer and water structures such as manholes and junction boxes.
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the
14 Contract
15 2. Division 1 — General Requirements
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A.Measurement and Payment
18 1. Measurement
19 a. This Item is considered subsidiary to the structure containing the frame, cover
20 and grade rings.
21 2. Payment
22 a. The work performed and the materials furnished in accordance with this Item
23 are subsidiary to the unit price bid per each structure complete in place, and no
24 other compensation will be allowed.
25 1.3 REFERENCES
26 A.Reference Standards
27 1. Reference standards cited in this Specification refer to the current reference
28 standard published at the time of the latest revision date logged at the end of this
29 Specification, unless a date is specifically cited.
30 2. ASTM International (ASTM)
31 a. ASTM A48 — Standard Specification for Gray Iron Castings
32 b. ASTM A536 - Standard Specification for Ductile Iron Castings
33 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections
34 3. American Association of State Highways and Transportation Officials (AASHTO)
35 a. AASHTO HS-25 — AASHTO Highway Bridge Specification: Axial Loading to
36 meet or exceed 21,280 pounds/wheel load
37 b. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and
38 Related Castings
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised September 9, 2022
330513-2
FRAME, COVER, AND GRADE RINGS
Page 2 of 6
1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
2 1.5 SUBMITTALS
3 A. Submittals shall be in accordance with Section 0133 00.
4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for
5 specials.
6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
7 A.Product Data
8 1. All castings shall be cast with:
9 a. Approved foundry's name
10 b. Part number
11 c. Country of origin
12 2. All moldings shall display:
13 a. Approved Molder
14 b. Molding date
15 c. Wording that material is non-metallic
16 d. Country of origin
17 3. Provide manufacturers:
18 a. Specifications
19 b. Load tables
20 c. Dimension diagrams
21 d. Anchor details
22 e. Installation instructions
23 B. Certificates
24 1. Manufacturer shall certify that all castings or moldings conform to the ASTM and
25 AASHTO designations.
26 1.7 CLOSEOUT SUBMITTALS [NOT USED]
27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
28 1.9 QUALITY ASSURANCE [NOT USED]
29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
30 1.11 FIELD [SITE] CONDITIONS [NOT USED]
31 1.12 WARRANTY [NOT USED]
32 PART 2 - PRODUCTS
33 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED]
34 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS
35 A.Manufacturers
36 1. Only the manufacturers as listed on the City's Standard Products List will be
37 considered as shown in Section 0160 00 unless otherwise specified on the plans.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised September 9, 2022
330513-3
FRAME, COVER, AND GRADE RINGS
Page 3 of 6
1 a. The manufacturer must comply with this Specification and related Sections.
2 2. Any product that is not listed on the Standard Products List is considered a
3 substitution and shall be submitted in accordance with Section 0125 00.
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
B. Cast Iron Covers
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
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 24 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. Composite Covers
1. 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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 9, 2022
KEDPLASMA PLASMAPHERESIS CENTER
523010
330513-4
FRAME, COVER, AND GRADE RINGS
Page 4 of 6
1 2. Use clean molding capable of withstanding application of AASHTO HS-25 vehicle
2 loading with permanent deformation. Composite frames shall have a minimum wall
3 thickness of 0.75 inches in sections exposed to traffic and potential traffic wheel
4 impact.
5 3. Metal reinforcements or metal hinges molded within the composite shall not be
6 permitted.
7 4. All composite moldings shall have UV stabilizers (concentrations from 0.05% to
8 5%) added prior to shaping the product by injection molding.
9 5. Covers
10 a. Composite covers shall be compression molded under high pressures (>0.5
11 tons/sq inch of x-y surface area) and high temperatures (>200 degrees F).
12 Components for locking systems below the cover exposed to sewer environment
13 shall be made of noncorrosive materials such as nonmagnetic 316 stainless steel
14 (Austenite) or a polymer.
15 b. Size to set flush with the frame with no larger than a 1/8 -inch gap between the
16 frame and cover
17 c. Provide with 2 - inch wide pick slots in lieu of pick holes.
18 d. Provide gasket in frame and cover.
19 e. Standard Dimensions
20 1) Sanitary Sewer and Water
21 a) Provide a clear opening of 30 inches for all sanitary sewer frames and
22 cover assemblies unless otherwise specified in the Contract Documents.
23 f. Standard Labels
24 1) Sanitary Sewer
25 a) Cast lid with the word "SANITARY SEWER" in 1-1/2-inch
26 (minimum) or 2-inch (maximum) letters across the lid.
27 2) Water
28 a) Cast lid with the word "WATER" in 1-1/2-inch (minimum) or 2-inch
29 (maximum) letters across the lid.
30 b)
31 g. Hinge Covers
32 1) Hinged covers shall be double -hinged allowing a minimal 180' full
33 opening.
34 2) Provide water tight gasket on all hinged covers.
35 3) Sanitary Sewer
36 a) Provide hinged covers for all manholes or structures constructed over
37 all sewer lines.
38 D.Grade Rings
39 1. Provide composite grade rings in sizes from 2-inch up to 8-inch.
40 2. Precast concrete grade rings are not permitted
41 3. Riser adjustment to surface grade may be constructed using circular Sonotube®
42 forms
43 E. Joint Sealant
44 1. Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape
45 form.
46 2. Provide sealant that is not dependant on a chemical action for its adhesive
47 properties or cohesive strength.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised September 9, 2022
330513-5
FRAME, COVER, AND GRADE RINGS
Page 5 of 6
1 3. Provide adhesive as recommended by manufacturer on composite covers/grade
2 rings.
3 2.3 ACCESSORIES [NOT USED]
4 2.4 SOURCE QUALITY CONTROL [NOT USED]
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
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
A.Grade Rings
1. Place as shown in the City Standard Details.
2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant.
3. Seal each composite 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. Hinges are not required on composite 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 constructed at grade.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 9, 2022
KEDPLASMA PLASMAPHERESIS CENTER
523010
330513-6
FRAME, COVER, AND GRADE RINGS
Page 6 of 6
1 3.5 REPAIR / RESTORATION [NOT USED]
2 3.6 RE -INSTALLATION [NOT USED]
3 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
4 3.8 SYSTEM STARTUP [NOT USED]
5 3.9 ADJUSTING [NOT USED]
6 3.10 CLEANING [NOT USED]
7 3.11 CLOSEOUT ACTIVITIES [NOT USED]
8 3.12 PROTECTION [NOT USED]
9 3.13 MAINTENANCE [NOT USED]
10 3.14 ATTACHMENTS [NOT USED]
11 END OF SECTION
12
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 2.2.B.4.d.2)b) — Updated to clear opening dimensions to 22 'h inches
3/19/2021 C. Henry 2.2.B.4.d.2)a) — Updated to clear opening dimensions to 24 inches
2.2.B.4.d.2)b) — Updated to clear opening dimensions to 30 inches
7/02/2021 M Owen Included composite requirements
12/09/2021 M Owen Update specification to correspond to standard detail revisions.
9/09/2022 M Owen 2.2 D and E and 3.4 A — Clarified use of composite grade rings or adjustment using
circular Sonotube® forms and that precast concrete grade rings are not permitted.
13
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised September 9, 2022
33 12 10- 1
WATER SERVICES 1-INCH TO 2-INCH
Page 1 of 16
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 KEDPLASMA PLASMAPHERESIS CENTER]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 14, 2017
33 12 10-2
WATER SERVICES 1-INCH TO 2-INCH
Page 2 of 16
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
2. New Bored Water Service
a. Measurement
1) Measurement for this Item shall be per each new Water Service complete in
place from the tap of the main to the installation of the meter box and
associated appurtenances where the service line is installed by trenchless
method.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per each "Bored Water Service" installed for:
a) Various sizes
c. The price bid shall include:
1) Submitting product data
2) Tapping saddle
3) Corporation stop
4) Curb stop
5) Fittings
6) Service line installed by trenchless method
7) Connection to meter
8) Meter Box and Lid
9) Pavement removal
10) Excavation
11) Hauling
12) Disposal of excess material
13) Surface restoration associated with Meter Box installation and connection,
excluding grass (seeding, sodding or hydro -mulch paid separately)
14) Clean-up
15) Disinfection
16) Testing
1.3 REFERENCES
A. Definitions
1. New Service
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 14, 2017
33 12 10 - 3
WATER SERVICES 1-INCH TO 2-INCH
Page 3 of 16
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. 111-380).
B. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. ASTM International (ASTM):
a. A48, Standard Specification for Gray Iron Castings.
b. A536, Standard Specification for Ductile Iron Castings.
c. B88, Standard Specification for Seamless Copper Water Tube.
d. B98, Standard Specification for Copper -Silicon Alloy Rod, Bar and Shapes.
e. C131, Standard Specification for Resistance to Degradation of Small -Size
Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine.
f. C 150, 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
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 14, 2017
33 12 10 - 4
WATER SERVICES 1-INCH TO 2-INCH
Page 4 of 16
a. Public Law 111-380 (P.L. 111-380)
6. General Services Administration (GSA):
a. RR-F-621E, Frames, Covers, Gratings, Steps, Sump and Catch Basin, Manhole
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Provide advance notice for service interruptions and meet requirements of Division
0 and Division 1.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00.
B. All submittals shall be approved by the City prior to delivery.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Product Data, if applicable:
1. Tapping Saddle
2. Corporation stop
3. Curb Stop
4. Service Line
I M ter Box
& M ter 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
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Qualifications
h M nufacturers
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
CITY OF FORT WORTH KEDPLASMA PLASM HERESIS CENTER]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 14, 2017
33 12 10 - 5
WATER SERVICES 1-INCH TO 2-INCH
Page 5 of 16
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]
PART2- 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
Regulatory Requirements
a. All materials shall conform to the Reduction of Lead in Drinking Water
Act (P.L. 111-380). This Act defines "Lead-free" for pipes and other
appurtenances to be less than 0.25 percent lead.
b. Water Services shall meet or exceed the latest revisions of AWWA C800 and
shall meet or exceed the requirements of this Specification.
c. All Water Services components in contact with potable water shall conform to
the requirements of NSF 61.
C. Materials/Design Criteria
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
CITY OF FORT WORTH KEDPLASMA PLASM HERESIS CENTER]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 14, 2017
33 12 10 - 6
WATER SERVICES 1-INCH TO 2-INCH
Page 6 of 16
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 f 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 %2 -inch and 2-inch corporation stops
c. Provide lead-free corporation stops in accordance with the Reduction of Lead in
Drinking Water Act.
4. Curb Stops
a. Provide brass castings per AWWA C800.
b. Valve plugs shall be:
1) Cylinder type
2) Plug type, or
3) Ball type
c. Incorporate full flow porting.
d. Provide for full 360 degree plug rotation clockwise or counter -clockwise.
e. Overall Length
1) 3-5/16 inch+ 1/8 inch for 1-inch diameter
2) 4-1/32 inch+ 9.32 for 1-inch diameter
f. Cylindrical Plug Type
1) Provide 0-ring seal at top and bottom.
a) O-ring at top only is acceptable if bottom of curb stop body is closed.
2) Seals shall be Buna N.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 14, 2017
33 12 10 - 7
WATER SERVICES 1-INCH TO 2-INCH
Page 7 of 16
3) 1 0-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 0-ring seal at top and bottom.
2) The tapered plug and cylindrical recess in the valve body shall be machined
to match within approved manufacturing tolerances.
3) Inlet and outlet ports shall be sealed by 0-rings or combination Teflon U-
shaped seal rings backed with 0-rings.
4) The port in the plug shall provide a straight through, full size flow way, so
shaped as to eliminate turbulence.
5) All waterways shall be smooth and free of burrs or rough areas.
6) Design the curb stop to provide ease and accuracy of operation and positive
shut-off of water.
h. Ball Plug Type
1) Provide double 0-ring seals on the stem.
2) The ball shall seal against rubber rings mounted in the valve body at the
inlet and outlet ports.
3) The ball shall be bronze with a smooth Teflon coating.
4) The port in the plug shall provide a straight through, full size flow way, so
shaped as to eliminate turbulence.
5) All waterways shall be smooth and free of burrs or rough areas.
i. Provide lead-free curb stops in accordance with the Reduction of Lead in
Drinking Water Act.
5. Straight Adapters
a. Brass castings and threads per AWWA C800
b. Provide lead-free straight adapters in accordance with the Reduction of Lead in
Drinking Water Act.
6. Three Part Copper Unions
a. Brass castings and threads per AWWA C800
b. Provide lead-free Three Part Copper Unions in accordance with the Reduction
of Lead in Drinking Water Act.
7. Straight Meter Couplings
a. Brass castings per AWWA C800
b. Threads per AWWA C700
c. Tailpiece with outside iron pipe thread
d. Chamfer corners on threaded end of meter nut.
e. M chine 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.
CITY OF FORT WORTH KEDPLASMA PLASM HERESIS CENTER]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 14, 2017
33 12 10 - 8
WATER SERVICES 1-INCH TO 2-INCH
Page 8 of 16
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 (11-NC-2A) for a distance such that'/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 (11-NC-2B)
d. Gaskets
1) Neoprene rubber material
2) Cemented to saddle and positioned to facilitate installation
10. Brass Flanged Angle Valve
a. For 1 %-inch and 2-inch services
b. Brass castings per AWWA C800
c. Valve Body with integral outlet flange and inlet wrenching flat
d. Fit together key and body by turning key and reaming body
1) Key with 0-ring seal seat at the upper end
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 '/z -inch meters.
7) The inlet port of the valve shall be tapered to conform to AWWA C800
taper pipe thread.
8) The key cap shall include a wrenching tee marked with a raised or recessed
arrow to show whether the valve is open or closed.
9) Valve Assembly (main body, key, key cap)
CITY OF FORT WORTH KEDPLASMA PLASM HERESIS CENTER]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 14, 2017
33 12 10 - 9
WATER SERVICES 1-INCH TO 2-INCH
Page 9 of 16
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)
M nimum wall thickness of 3/8-inch throughout with no blowing
agents or foaming plastics
b)
Body shall be black throughout, blended at the time of manufacture,
and shall have a molded recycled emblem with a minimum of 35
percent Post Industrial/ Pre Consumer Recycled Content- verified with
a Leed Product Documentation.
c)
Have a tensile strength greater than 1700 pounds per square inch (psi).
d)
Smooth edges and corners and be free from sharp edges so the unit can
be handled safely without gloves.
e)
Exterior free from seams or parting lines.
f)
Have crush resistant ribbing along the outside of the box.
g)
Have a flange around the lid opening to help prevent settling and aide
in adjustment to grade.
h)
Not to be installed in roadway — designed to withstand loading in non -
deliberate and incidental traffic only.
2) Concrete
a) Frame of No. 6 gauge wire welded closed
b) Type I or Type II Portland cement, in accordance with ASTM C150,
portioned with lightweight aggregate, in accordance with ASTM C330
(1) Percentage of wear not to exceed 40 per ASTM C131
(2) Minimum 28 day compressive strength of 3,000 psi
b. Be able to withstand a minimum 15,000 pounds vertical load
c. Withstand a minimum 400 pounds sidewall load.
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
CITY OF FORT WORTH KEDPLASMA PLASM HERESIS CENTER]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 14, 2017
33 12 10-10
WATER SERVICES 1-INCH TO 2-INCH
Page 10 of 16
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.
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 fl/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 f5 percent from drawing weight per industry
standards.
c. Plastic(Composite)
1) The lid shall:
a) Constructed of Engineered Plastic as defined in ASTM D883
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 14, 2017
33 12 10 - 11
WATER SERVICES 1-INCH TO 2-INC14
Page 11 of 16
(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)
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 f-
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.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 14, 2017
33 12 10 - 12
WATER SERVICES 1-INCH TO 2-INCH
Page 12 of 16
d) Polymer lid shall seat evenly inside meter box and shall not overlap the
top edge of the meter box.
13. Horizontal Check Valve
a. Equip 1 %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
l . At the City's option, the manufacturer shall be required to provide certification
records showing conformance of materials, design and testing to these
Specifications.
2. The test procedures shall conform to AWWA C800.
a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the
test shall be at the expense of the supplier.
b. Proof testing of the remainder of the valves shall be at the cost and
responsibility of the supplier.
c. These tests will be the basis of acceptance or rejection of the remainder of the
shipment by the City.
3. The City reserves the right to select products at random for testing. The failure of
materials to conform to the applicable Specification may result in the rejection of
the entire shipment.
B. Marking
1. Service saddle castings shall be clearly marked by letters and numerals cast thereon
showing:
a. Manufacturer's name
b. Type
C. Size of Pipe
PART 3 - EXECUTION
3.1 INSTALLERS
A. A licensed plumber is required for installations on the outlet side of the service meter.
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 14, 2017
33 12 10 - 13
WATER SERVICES 1-INCH TO 2-INCH
Page 13 of 16
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
Service Taps
a. Only ductile iron pipe may be directly tapped.
b. Install service taps and/or tap assemblies of the specified size as indicated on
the Drawings, or as specified by the Engineer.
c. Perform taps on a water system that is either uncharged or under pressure.
d. Taps consist of:
1) For Concrete Pressure Pipe or Steel Pipe
a) Standard internal pipe threaded holes in the pipe walls
(1) Made during pipe fabrication
(2) Provide tapered threaded outlet with cc threads for up to 2-inch.
(3) Provide flange outlet with flange to thread insulator adaptor kits for
4-inch and larger taps.
2) Other pipe materials
a) Bronze service clamp with a sealed, threaded port through which the
pipe wall is drilled to complete a service port
e. Tap Assemblies
1) Consist of corporation stop with iron to copper connection attached to:
a) Copper tubing terminating as shown on the City's Standard Detail
b) May be required adjacent to gate valves
c) Install as shown on the Drawings, or as directed by the Engineer.
d) When required, shall be included in the unit price bid for installing gate
valve.
2) Chlorination and testing purposes
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 14, 2017
33 12 10 - 14
WATER SERVICES 1-INCH TO 2-INCH
Page 14 of 16
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 1/2 inch to 3/4
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) M rk Curb Stop with a strip of blue vinyl tape fastened to the end of the
service and extending through the backfill approximately 6 inches above
ground at the Meter Box location.
b. Installation of service taps only:
1) Attach service marker tape to the corporation stop or plug and extend
upward and normal to the main through the backfill at the adjacent trench
edge to at least 6 inches above ground to flag the tap location.
7. Corporation stops
a. Fully open corporation stop prior to backfill.
D. Removal of Existing Water Meters
1. Remove, tag and collect existing Water Service meter for pickup by the City for
reconditioning or replacement.
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]
CITY OF FORT WORTH KEDPLASMA PLASM HERESIS CENTER]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 14, 2017
33 12 10 - 15
WATER SERVICES 1-INCH TO 2-INCH
Page 15 of 16
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 KEDPLASMA PLASM HERESIS CENTER]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 14, 2017
33 12 10 - 16
WATER SERVICES 1-INCH TO 2-INCH
Page 16 of 16
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.B. — 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 KEDPLASMA PLASMAPHERESIS CENTER]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 14, 2017
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:
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 6, 2013
33 12 25 - 3
CONNECTION TO EXISTING WATER MAINS
Page 3 of 8
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. American Society of Mechanical Engineers (ASME):
a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250)
3. ASTM International (ASTM):
a. A36, Standard Specification for Carbon Structural Steel.
b. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for
High Temperature or High Pressure Service and Other Special Purpose
Applications
c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High
Pressure or High Temperature Service, or Both
d. A242, Standard Specification for High -Strength Low -Alloy Structural Steel.
e. A283, Standard Specification for Low and Intermediate Tensile Strength
Carbon Steel Plates.
f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low -
and Intermediate -Tensile Strength.
g. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus.
h. D2000, Standard Classification System for Rubber Products in Automotive
Applications.
4. American Water Works Association (AWWA):
a. C200, Steel Water Pipe - 6 IN and Larger.
b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN.
c. C213, Fusion -Bonded Epoxy Coating for the Interior and Exterior of Steel
Water Pipelines.
d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves.
5. American Water Works Association/American National Standards Institute
(AWWA/ANSI):
a. C I05/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems.
b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and
Fittings.
c. CI 15A21/15, 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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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
1. Provide a detailed sequence of work for 16-inch, or larger, connections if required
by City that includes:
a. Results of exploratory excavation
b. Dewatering
c. Procedure for connecting to the existing water main
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised February 6, 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 48-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 3150 — Sanitary Sewer Service Connections and Service Line
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. Measured horizontally along the surface from center line to center line of the
manhole or appurtenance
2. Payment
a. The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price bid
per linear foot of "PVC Pipe" installed for:
1) Various sizes
2) Various Standard Dimension Ratios
3) Various embedments
4) Various depths, for miscellaneous projects only
3. The price bid shall include:
a. Furnishing and installing PVC gravity pipe with joints as specified by the
Drawings
b. Pavement removal
c. Excavation
d. Hauling
e. Disposal of excess material
f. Furnishing, placement and compaction of embedment
g. Furnishing, placement and compaction of backfill
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised September 9, 2022
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised September 9, 2022
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 48-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
049"1 ii110,011Z1a
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
A. Manufacturers
1. Only the manufacturers as listed in the City's Standard Products List will be
considered as shown in Section 0160 00.
a. The manufacturer must comply with this Specification and related Sections.
2. Any product that is not listed on the Standard Products List is considered a
substitution and shall be submitted in accordance with Section 0125 00.
B. Performance / Design Criteria
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 48-inch 115PS.
c. PVC Gravity Sanitary Sewer Pipe shall be verified by the UL.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised September 9, 2022
33 31 20 - 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, (I) = t3/12, (in4/in), per
pipe type and size
(1) Where (t) = pipe thickness, inches
k) Maximum Calculated Deflection = 5 percent
h. Pipe Flotation: If the pipe is buried in common saturated soil (about 120 pounds
per cubic foot) with at least 1'/2 pipe diameters of cover, pipe is generally not
subject to flotation. If shallower, check groundwater flotation potential.
Flotation will occur if:
Fb > Wp + Wf+ Wd
Where: Fb = buoyant force, pound per foot
Wp = empty pipe weight, pound per foot
Wf = weight of flooded soil, pound per foot
Wd = weight of dry soil, pound per foot
Values and formulas for the above variables can be obtained from the pipe
manufacturer and site -specific soil conditions.
i. Verify trench depths after existing utilities are located.
j. Accommodate vertical alignment changes required because of existing utility or
other conflicts by an appropriate change in pipe design depth.
k. In no case shall pipe be installed deeper than its design allows.
2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance
with ASTM D2412.
3. Pipe markings
a. Meet the minimum requirements of ASTM D3034 and ASTM F679.
b. Minimum pipe markings shall be as follows:
1) Manufacturer's Name or Trademark and production record
2) Nominal pipe size
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised September 9, 2022
333120-5
POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE
Page 5 of 6
3) PVC cell classification
4) ASTM or Standard Dimension Ratio (SDR) designation
5) Seal of testing agency that verified the suitability of the pipe
4. Joints
a. Joints shall be gasket, bell and spigot, push -on type conforming to
ASTM D3212.
b. Since each pipe manufacturer has a different design for push -on joints; gaskets
shall be part of a complete pipe section and purchased as such.
5. Connections
a. Only use manufactured fittings.
b. See Section 33 3150.
6. Detectable Metallic Tape
a. See Section 33 05 26.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
1. Install pipe, specials and appurtenances as specified herein, as specified in Section
33 05 10, and in accordance with the pipe manufacturer's recommendations.
2. Lay pipe to the lines and grades as indicated in the Drawings.
3. Excavate and backfill trenches in accordance with Section 33 05 10.
4. Embed PVC pipe in accordance with Section 33 05 10.
B. Pipe Handling
1. Haul and distribute pipe and fittings at the project site.
2. Handle piping with care to avoid damage.
a. Inspect each joint of pipe and rejector repair any damaged pipe prior to
lowering into the trench.
b. Use only nylon ropes, slings or other lifting devices that will not damage the
surface of the pipe for handling the pipe.
3. At the close of each operating day:
a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after
the laying operation.
b. Effectively seal the open end of the pipe using a gasketed night cap.
C. Pipe Joint Installation
a. Clean dirt and foreign material from the gasketed socket and the spigot end.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised September 9, 2022
333120-6
POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE
Page 6 of 6
b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell
end to the reference mark.
c. Install such that identification marking on each joint are oriented upward toward
the trench opening.
d. When making connection to manhole, use an elastomeric seal or flexible boot to
facilitate a seal.
D. Connection Installation
1. See Section 33 3150.
E. Detectable Metallic Tape Installation
1. See Section 33 05 26.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL
A. Field Tests and Inspections
1. Video Inspection
a. Provide a Post -CCTV inspection in accordance with Section 33 01 31.
2. Air Test and Deflection (Mandrel) Test
a. Perform in accordance with Section 33 0130.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
DATE NAME
END OF SECTION
Revision Log
SUMMARY OF CHANGE
6/18/13 D. Johnson 2.2.13.l.b — Pipe Material Clarification
1.1 A. 1., 1.9 A. 1. C., and 2.2 B. 1. B. Revised upper range to 48-inch for gravity
9/9/2022 W Norwood sewer
2.2 B. 1. C. Revised from "approved" to "verified by UL
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised September 9, 2022
333150-1
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 1 of 9
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 26, 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
46
47
48
49
333150-2
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 2 of 9
9) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid
separately)
10) Furnishing, placing and compaction of embedment
11) Furnishing, placing and compaction ofbackfill
12) Clean-up
2. New Ductile Iron Sewer Service
a. M asurement
1) M asurement for this Item shall be per each Ductile Iron Sewer Service
complete in place.
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 "DIP Sewer Service" installed
for:
a) Various sizes
c. The price bid shall include:
1) Furnishing and installing New DIP Sanitary Sewer Service Line as
specified by the Drawings
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess material
6) Tee connection to main
7) Fittings
8) 2-way cleanout and cap with concrete pad
9) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid
separately)
10) Furnishing, placing and compaction of embedment
11) Furnishing, placing and compaction of backfill
12) Clean-up
3. New Bored Sewer Service
a. M asurement
1) M asurement for this Item shall be per each Bored Sewer Service complete
in place.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per each "Bored Sewer Service" installed for:
a) Various sizes
b) Various materials
c. The price shall include:
1) Furnishing and installing New Sanitary Sewer Service Line as specified by
the Drawings
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess material
6) Tee connection to main
7) Service Line
8) Fittings
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 26, 2013
KEDPLASMA PLASM HERESIS CENTER
523010
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
333150-3
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 3 of 9
9) 2-way cleanout and cap with concrete pad
10) Surface restoration surrounding 2-way cleanout
11) Furnishing, placing and compaction of embedment and backfill
12) Clean-up
4. 2-way Cleanout
a. Measurement
1) Measurement for this Item shall be per each when only a "2-way Cleanout"
is installed.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the unit price bid per each "2-way Cleanout"
installed for:
a) Various sizes
b) Various materials
c. The price bid shall include:
1) Furnishing and installing the 2-way Cleanout and cap as specified in the
Drawings
2) Pavement removal
3) Concrete pad
4) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid
separately)
5) Hauling
6) Disposal of excess material
7) Furnishing, placing and compaction of backfill
8) Clean-up
5. Service Reinstatement
a. Measurement
1) Measurement for this Item shall be per each Reinstatement of Service
associated with the sewer main being rehabilitated by a trenchless method.
b. Payment
1) The work performed and materials furnished in accordance with this item
and measured as provided under "Measurement" will be paid for at the unit
price bid per each "Sewer Service, Reinstatement" for:
a) Various sizes
c. The price bid shall include:
1) Tap to existing main (if required)
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess material
6) Tee connection to main
7) Service line (if required)
8) Fittings
9) Furnishing, placing and compaction of embedment and backfill
10) Clean-up — surface restoration, excluding grass (seeding, sodding or hydro -
mulch paid separately)references
B. Definitions
1. New Service
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 26, 2013
KEDPLASMA PLASMAPHERESIS CENTER
523010
333150-4
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 4 of 9
1 a. New service applies to the installation of a service with connection to a new or
2 existing sewer main.
3 b. The service materials would include service line, fittings and cleanout.
4 2. Bored Service
5 a. Bored service applies to the installation of a service with connection to a new or
6 existing sewer main including a bore under an existing road.
7 b. The service materials would include service line, fittings and cleanout.
8 3. Private Service Relocation
9 a. Private service relocation applies to the replacement of the existing sewer
10 service line on private property typically associated with the relocation of the
11 existing main.
12 b. Typical main relocation will be from a rear lot easement or alley to the street.
13 4. Service Reinstatement
14 a. Service reinstatement applies to the reconnection of an existing service to an
15 existing main that has been rehabilitated by trenchless methods such as pipe
16 enlargement (pipe bursting), slip lining or CIPP.
17 C. Reference Standards
18 1. Reference standards cited in this Specification refer to the current reference
19 standard published at the time of the latest revision date logged at the end of this
20 Specification, unless a date is specifically cited.
21 2. ASTM International (ASTM):
22 a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride)
23 (PVC) Sewer Pipe and Fittings
24 b. ASTM D1785 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic
25 Pipe, Schedules 40, 80 and 120.
26 c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic
27 Pipe for Sewers and Other Gravity -Flow Applications
28 d. ASTM D2412 Standard Test Method for Determination of External Loading
29 Characteristics of Plastic Pipe by Parallel -Plate Loading
30 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic
31 Pipes Using Flexible Elastomeric Seals
32 3. Texas Commission on Environmental Quality
33 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying
34 Pipe and Rule
35 b. Title 30, Part I, Chapter 217, Subchapter C, 217.55 — Manholes and Related
36 Structures
37 1.3 ADMINISTRATIVE REQUIREMENTS
38 A. Scheduling
39 1. Provide advance notice for service interruption to property owner and meet
40 requirements of Division 0.
41 1.4 SUBMITTALS
42 A. Submittals shall be in accordance with Section 0133 00.
43 B. All submittals shall be approved by the City prior to delivery.
CITY OF FORT WORTH KEDPLASMA PLASM HERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 26, 2013
333150-5
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 5 of 9
1 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
2 A. Product data shall include, if applicable:
3 1. Tee connection or saddle
4 2. Fittings (including type of cleanout)
5 3. Service line
6 B. Certificates
7 1. Furnish an affidavit certifying that service line and fittings meet the provisions of
8 this Section.
9 1.6 CLOSEOUT SUBMITTALS [NOT USED]
10 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
11 1.8 QUALITY ASSURANCE [NOT USED]
12 1.9 DELIVERY, STORAGE, AND HANDLING
13 A. Storage and Handling Requirements
14 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's
15 guidelines.
16 2. Protect all parts such that no damage or deterioration will occur during a prolonged
17 delay from the time of shipment until installation is completed and the units and
18 equipment are ready for operation.
19 3. Protect all equipment and parts against any damage during a prolonged period at the
20 site.
21 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or
22 extremes in temperature.
23 5. Secure and maintain a location to store the material in accordance with Section 01
24 6600.
25 1.10 FIELD [SITE] CONDITIONS [NOT USED]
26 1.11 WARRANTY [NOT USED]
27 PART 2 - PRODUCTS
28 2.1 OWNER -FURNISHED [NOT USED]
29 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS
30 A. Manufacturers
31 1. Only the manufacturers as listed on the City's Standard Products List will be
32 considered as shown in Section 0160 00.
33 a. The manufacturer must comply with this Specification and related Sections.
34 2. Any product that is not listed on the Standard Products List is considered a
35 substitution and shall be submitted in accordance with Section 0125 00.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 26, 2013
333150-6
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 6 of 9
1 3. The services and appurtenances shall be new and the product of a manufacturer
2 regularly engaged in the manufacturing of services and appurtenances having
3 similar service and size.
4 B. Materials/Design Criteria
5 1. Service Line and Fittings (including tee connections)
6 a. PVC pipe and fittings on public property shall be in accordance with Section 33
7 3120.
8 b. PVC pipe and fittings on private property shall be Schedule 40 in accordance
9 with ASTM D1785.
10 c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance
11 with Section 33 11 10 and Section 33 11 11.
12 2. Service saddle
13 a. Service saddles shall only be allowed when connecting a new service to an
14 existing sanitary sewer main and shall:
15 1) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with
16 neoprene gasket for seal against main
17 2) Use saddle to fit outside diameter of main
18 3) Use saddle with grooves to retain band clamps
19 4) Use at least 2 stainless steel band clamps for securing saddles to the main
20 b. Inserta tees service connections may not be used.
21 3. Cleanout
22 a. Cleanout stack material should be in accordance with City Standard Details or
23 as shown on Drawings.
24 b. For paved areas, provide a cast iron cleanout and cast iron lid.
25 c. For unpaved areas, provide PVC cleanout and polyethylene lid.
26 4. Coupling
27 a. For connections between new PVC pipe stub out and existing service line, use
28 rubber sleeve couplings with stainless steel double -band repair sleeves to
29 connect to the line.
30 2.3 ACCESSORIES [NOT USED]
31 2.4 SOURCE QUALITY CONTROL [NOT USED]
32 PART 3 - EXECUTION [NOT USED]
33 3.1 INSTALLERS
34 A. A licensed plumber is required for installations of the service line on private property.
35 3.2 EXAMINATION [NOT USED]
36 3.3 PREPARATION [NOT USED]
37 3.4 INSTALLATION
38 A. General
39 1. Install service line, fittings and cleanout as specified herein, as specified in Section
40 33 05 10 and in accordance with the pipe manufacturer's recommendations.
41 B. Handling
CITY OF FORT WORTH KEDPLASMA PLASM HERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 26, 2013
333150-7
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 7 of 9
1 1. Haul and distribute service lines, fittings and cleanouts at the project site and handle
2 with care to avoid damage.
3 a. Inspect each segment of service line and reject or repair any damaged pipe
4 prior to lowering into the trench.
5 2. Do not handle the pipe in such a way that will damage the pipe.
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
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.
F. Private Service Relocation
1. Requirements for the relocation of service line on private property
a. A licensed plumber must be used to install service line on private property.
b. Obtain permit from the Development Department for work on private property.
c. Pay for any inspection or permit fees associated with work on private property.
d. Verify (by Exploratory Excavation of Existing Utilities) the elevations at the
building cleanout and compare to data on the Drawings before beginning
service installation.
e. Submit elevation information to the City inspector.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 26, 2013
KEDPLASMA PLASM HERESIS CENTER
523010
333150-8
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 8 of 9
1 f. Verify that the 2 percent slope installation requirement can be met.
2 1) If the 2 percent slope cannot be met, verify with the Engineer that line may
3 be installed at the lesser slope.
4 3.5 REPAIR / RESTORATION [NOT USED]
5 3.6 RE -INSTALLATION
6 A. Service Relocation
7 1. All relocations that are not installed as designed or fail to meet the City code shall
8 be reinstalled at the Contractor's expense.
9 3.7 FIELD QUALITY CONTROL
10
A. Inspections
11
1. Private property service line requires approval by the City plumbing inspector
12
before final acceptance.
13 3.8
SYSTEM STARTUP [NOT USED]
14 3.9
ADJUSTING [NOT USED]
15 3.10
CLEANING [NOT USED]
16 3.11
CLOSEOUT ACTIVITIES [NOT USED]
17 3.12
PROTECTION [NOT USED]
18 3.13
MAINTENANCE [NOT USED]
19 3.14
ATTACHMENTS [NOT USED]
20 END OF SECTION
21
CITY OF FORT WORTH KEDPLASMA PLASM HERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised April 26, 2013
1
2
333150-9
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 9 of 9
Revision Log
DATE NAME SUMMARY OF CHANGE
Throughout — Deep Sewer Service was removed
1.2 — Measurement and Payment Items were revised to include relocation and
12/20/2012 D. Johnson reconnection; Blue text was added for guidance in applying the bid Items; Price bid
lists revised to include clean -out caps, pads and surface restoration.
Added the phrase `, including grass' to lines;
Part 1, 1.2.A.1.c.9, Partl, 1.2.A.2.c.9, Part 1,1.2.A.5.c.8, Partl, 1.2.A.6.c.4
Added the phrase `- surface restoration, including grass' to lines;
2/13/2013 F. Griffin Part 1, 1.2.A.4.c.11, Part 1, 1.2.A.7.10
Removed the phrase `surrounding 2-way cleanout' from lines;
Part 1, 1.2.A.1.c.9, Part 1, 1.2.A.2.c.9, Part 1, 1.2.A.6.c.4
Revised lines with `including grass' replacing with `excluding grass (seeding,
sodding or hydromulching paid separately)'
4/26/2013 F. Griffin Included in Part 1, 1.2, A, 1, c, 9; Part 1, 1.2, A, 2, c, 9; Part 1, 1.2, A, 4, c, 11; Part 1,
1.2, A, 5, c, 8; Part 1, 1.2, A, 6, c, 4; Part 1, 1.2, A, 7, c, 10
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 26, 2013
KEDPLASMA PLASMAPHERESIS CENTER
523010
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
IRM 9 S 101 W.10 13 Z%140 I Blel 8 9 1@101011117OKI
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 0133 00.
B. All submittals shall be approved by the City prior to delivery.
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS
A. Product Data
1. Drop connection materials
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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.
kJ%=9S017I;7:V11130
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
KEDPLASMA PLASMAPHERESIS CENTER
523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 1.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 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]
DATE NAME
END OF SECTION
Revision Log
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
2.2.13.1-3 — Modified in accordance with new ASTM references
2.2.B.10 — Modified in accordance with new ASTM references
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
KEDPLASMA PLASMAPHERESIS CENTER
523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised July 1, 2011
334110-6
REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS
Table 2. Sealing Compound Physical Properties
Property
Specific Gravity at 77 degrees F
Ductility at 77 degrees F
Softening Point at 77 degrees F
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
Page 6 of 12
Test Method
Typical Analysis
ASTM D71
1.20 to 1.35
ASTM D 113
5.0 centimeters minimum
ASTM D36
320 degrees F minimum
75 minimum
ASTM D217 50 to 120
150 max
ASTM D92 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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
KEDPLASMA PLASMAPHERESIS CENTER
523010
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
IfflMlffflWIWI03Z%140IDlehr9,1110111111 &I
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 0133 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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 may be 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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 01 33 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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
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 KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised December 20, 2012
1
2
3 PART 1 - GENERAL
4 1.1 SUMMARY
SECTION 33 49 20
CURB AND DROP INLETS
33 49 20 -1
CURB AND DROP INLETS
Page 1 of 5
5 A. Section Includes:
6 1. Construction of inlets, complete in place or to the stage detailed
7 a. Including furnishing and installing frames, grates, rings and covers
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10
C. Related Specification Sections include, but are not necessarily limited to:
11
1.
Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
12
2.
Division 1— General Requirements
13
3.
Division 3 —Concrete
14
4.
Section 02 41 13 — Selective Site Demolition
15
5.
Section 03 30 00 — Cast -In -Place Concrete
16
6.
Section 03 80 00 — Modifications to Existing Concrete Structures
17
7.
Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill
18
8.
Section 33 05 13 — Frame, Cover and Grade Rings
19
9.
Section 33 05 14 — Adjusting Manholes, Inlets, Valve Boxes and Other Structures
20
to Grade
21
1.2 PRICE AND PAYMENT PROCEDURES
22
A. Measurement and Payment
23
1.
Measurement
24
a. Measurement for this Item shall be per each inlet complete in place.
25
2.
Payment
26
a. The work performed and the materials furnished in accordance with this Item
27
shall be paid for at the unit price bid per each "Inlet" installed for or per
28
"Remove and Replace Inlet Top":
29
1) Various types
30
2) Various sizes
31
3.
The price bid shall include:
32
a. Furnishing and installing the specified Inlet
33
b. Mobilization
34
c. Excavation
35
d. Hauling
36
e. Disposal of excess materials
37
f. Furnishing, placement and compaction of embedment
38
g. Furnishing, placement and compaction of backfill
39
h. Concrete
40
i. Reinforcing steel
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 11, 2022
33 4920 -2
CURB AND DROP INLETS
Page 2of5
1 j. Mortar
2 k. Aluminum and castings
3 1. Frames
4 m. Grates
5 n. Rings and covers
6 o. Clean-up
7 1.3 REFERENC ES
8 A. Reference Standards
9 1. Reference standards cited in this Specification refer to the current reference
10 standard published at the time of the latest revision date logged at the end of this
11 Specification, unless a date is specifically cited.
12 2. ASTM International (ASTM):
13 a. C478, Standard Specification for Precast Reinforced Concrete Manhole and
14 Inlet Sections.
15 b. D4101, Standard Specification for Polypropylene Injection and Extrusion
16 Materials.
17 c. C309, Standard Specification for Liquid Membrane -Forming Compounds for
18 Curing Concrete.
19 3. Texas Department of Transportation (TxDOT).
20 a. Departmental Materials Specification(DMS):
21 1) 7340, Qualification Procedure for Multi -Project Fabrication Plants of
22 Precast Concrete Manholes and Inlets.
23 1.4 ADMINISTRATIVE REQUIREMENT [NOT USED]
24 1.5 SUBMITTALS
25 A. Submittals shall be in accordance with Section 0133 00.
26 B. All submittals shall be approved by the City prior to delivery.
27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
28
A. Product Data
29
1.
Precast Concrete Inlet
30
2.
Pipe connections at inlet walls
31
3.
Stubs and stub plugs
32
4.
Admixtures
33
5.
Concrete Mix Design
34 1.7 CLOSEOUT SUBMITTALS [NOT USED]
35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
36 1.9 QUALITY ASSURANCE [NOT USED]
37 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
38 1.11 FIELD [SITE] CONDITIONS [NOT USED]
39 1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 11, 2022
33 49 20 - 3
CURB AND DROP INLETS
Page 3 of 5
1 PART 2 - PRODUCTS
2 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
3 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
4
A. Materials
5
1.
Concrete
6
a. Furnish concrete that conforms to the provisions of Section 03 30 00.
7
2.
Reinforcing Steel
8
a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00.
9
3.
Mortar
10
a. Furnish mortar per Section 03 80 00.
11
4.
Steps
12
a. Provide polypropylene supports and steps conforming to the shape and
13
dimensions shown on the Drawings that meet the requirements of ASTM
14
D4101 and ASTM C478, Section 16, "Steps and Ladders."
15
5.
Curing Materials
16
a. Curing materials shall conform to the provisions of Division 3.
17
6.
Frames, Grates, Rings and Covers
18
a. Provide frames, grates, rings and covers that conform to dimensions and
19
materials shown on Drawings and Section 33 05 13.
20
b. Ensure that covers and grates fit properly into frames and seat uniformly and
21
solidly.
22 2.3 ACCESSORIES [NOT USED]
23 2.4 SOURCE QUALITY CONTROL [NOT USED]
24 PART 3 - EXECUTION
25 3.1 INSTALLERS [NOT USED]
26 3.2 EXAMINATION [NOT USED]
FTi=c km W 3 N Al;K111 [00
28 A. Removal
29 1. Remove all or portions of existing structures in accordance with Section 02 41 13.
30 2. Drill, dowel, and grout in accordance with Section 03 30 00.
31 3.4 INSTALLATION
32 A. Interface with Other Work
33 1. All types of inlets may be built either in 1 stage or in 2 stages, described as Stage I
34 and Stage I1.
35 a. Build inlets designed to match the final roadway surface in stages.
36 2. Construct the Stage I portion of inlets as shown on the Drawings or as specified in
37 this Section.
38 a. Furnish and install a temporary cover as approved by the Engineer.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 11, 2022
33 4920 -4
CURB AND DROP INLETS
Page 4of5
1 3. Construct Stage II after the pavement structure is substantially complete unless
2 otherwise approved by the Engineer.
3 a. For Stage 11, construct the remaining wall height and top of inlet and furnish
4 and install any frames, grates, rings and covers, manhole steps, curb beams or
5 collecting basins required.
6 B. Cast -In -Place Inlets
7 1. Construct cast -in -place inlets in accordance with Section 03 30 00.
8 a. Forms willbe required for all concrete walls.
9 b. Outside wall forms for cast -in -place concrete maybe omitted with the approval
10 of the Engineer if the surrounding material can be trimmed to a smooth vertical
11 fac e.
12 2. Cast polypropylene steps into the concrete walls when the concrete is placed, or
13 drill and grout steps in place after concrete placement.
14 C. Inlets for Precast Concrete Drain Pipes
15 1. Construct inlets for precast concrete drainpipes as soon as is practicable after storm
16 drain lines into or through the inlet locations are completed.
17 a. Neatly cut all pipes at the inside face of the walls of the inlet and point up with
18 mortar.
19 D. Inlets for Monolithic Drain Pipes
20 1. Construct bases for inlets on monolithic drain pipes either monolithically with the
21 storm drain or after the storm drain is constructed.
22 E. Inverts
23 1. Shape and route floor inverts passing out or through the inlet as shown on the
24 Drawings.
25 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing
26 the required additional material with the base.
27 F. Finishing Complete Inlets
28 1. Complete inlets in accordance with the Drawings.
29 2. Backfill to original ground elevation in accordance with Section 33 05 10.
30 G. Finishing Stage I Construction
31 1. Complete Stage I construction by constructing the walls to the elevations shown on
32 the Drawings and backflll ing to required elevations in accordance with Section 33
33 0510.
34 H. Stage II Construction
35 1. Construct subgrade and base course or concrete pavement construction over Stage 1
36 inlet construction, unless otherwise approved by the Engineer.
37 2. Excavate to expose the top of Stage I construction and complete the inlet in
38 accordance with the Drawings and these Specifications, including backfill and
39 cleaning of all debris from the bottom of the manhole or inlet.
40 I. Form Removal
41 1. Forms used in the construction of "Inlets" which support vertical loads will remain
42 in place at least 24 hours after the concrete is placed.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 11, 2022
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
33 49 20 - 5
CURB AND DROP INLETS
Page 5 of 5
2. Other forms shall remain in place for a minimum time 24 hours after concrete is
placed, unless otherwise directed by the Engineer.
J. Curing
1. Cure all exposed concrete as required in Section 03 30 00.
K Finishing
1. Conform to Section 03 30 00.
3.5 REPAIR [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
A. Refer to Section 33 05 14.
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 SUMMARYOF CHANGE
3/11 /2022 M Owen Revised measurement and payment section to include bid item for "Remove and
Replace Inlet Top"
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11, 2022
KEDPLASMA PLASMAPHERESIS CENTER
523010
3471 13 -1
TRAFFIC CONTROL
Page 1 of 6
1 SECTION 34 7113
2 TRAFFIC CONTROL
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1— General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13
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
A. Measurement and Payment
1. Installation of Traffic Control Devices
a. Measurement
1) Measurement for Traffic Control Devices shall be per month for the Project
duration.
a) A month is defined as 30 calendar days.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid for "Traffic Contror
c. The price bid shall include:
1) Traffic Control implementation
2) Installation
3) Maintenance
4) Adjustments
5) Replacements
6) Removal
7) Police assistance during peak hours
2. Portable Message Signs
a. Measurement
1) Measurement for this Item shallbe per week for the duration of use.
b. Payment
1) The work performed and materials furnished in accordance to this Item and
measured as provided under "Measurement' shall be paid for at the unit
price bid per week for "Portable Message Sign" rental.
c. The price bid shall include:
1) Delivery of Portable Message Sign to Site
2) Message updating
3) Sign movement throughout construction
4) Return of the Portable Message Sign post -construction
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 22, 2021
3471 13 -2
TRAFFIC CONTROL
Page 2of6
1 3. Preparation of Traffic Control Plan Details
2 a. Measurement
3 1) Measurement for this Item be per each Traffic Control Detail prepared.
4 b. Payment
5 1) The work performed and materials furnished in accordance with this Item
6 shall be paid for at the unit price bid per each "Traffic Control Detail"
7 prepared.
8 c. The price bid shall include:
9 1) Preparing the Traffic Control Plan Details for closures of 24 hours or
10 longer
11 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices
12 (TMUTCD)
13 3) Obtaining the signature and seal of a licensed Texas Professional Engineer
14 4) Incorporation of City comments
15 1.3 REFERENCES
16 A. Reference Standards
17 1. Reference standards cited in this Specification refer to the current reference
18 standard published at the time of the latest revision date logged at the end of this
19 Specification, unless a date is specifically cited.
20 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
21 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of
22 Transportation, Standard Specifications for Construction and Maintenance of
23 Highways, Streets, and Bridges.
24 1.4 ADMINISTRATIVE REQUIREMENTS
25 A. General
26 1. Contractor shall minimize lane closures and impact to vehicular/pedestrian traffic.
27 B. Coordination
28 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to
29 implementing Traffic Control within 500 feet of a traffic signal.
30 C. Sequencing
31 1. Any deviations to the Traffic Control Plan included in the Drawings must be first
32 approved by the City and design Engineer before implementation.
33 1.5 SUBMITTALS
34 A. Provide the City with a current list of qualified flaggers before beginning flagging
35 activities. Use only flaggers on the qualified list.
36 B. Obtain a Street Use Permit from the TPW Department's Transportation Division. The
37 Traffic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control
38 Plan Detail sheets of the Drawing set. A copy of this Traffic Control Plan shall be
39 submitted with the Street Use Permit.
40 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional
41 Engineer.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 22, 2021
3471 13 -3
TRAFFIC CONTROL
Page 3 of 6
1 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or
2 Specifications. The Contractor willbe responsible for having a licensed Texas
3 Professional Engineer sign and seal the Traffic Control Plan sheets.A traffic control
4 "Typical" published by City of Fort Worth, the Texas Manual Unified Traffic Control
5 Devices (TMUTCD) or Texas Department of Transportation (TxDOT) can be used as
6 an alternative to preparing project/site specific traffic control plan if the typical is
7 applicable to the specific project/site.
8 E. Lane closures 24 hours or longer shall require a site -specific traffic controlplan.
9 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal
10 changes to the Traffic Control Plan(s) developed by the Design Engineer.
11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
12 1.7 CLOSEOUT SUBMITTALS [NOT USED]
13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
14 1.9 QUALITY ASSURANCE [NOT USED]
15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
16 1.11 FIELD [SITE] CONDITIONS [NOT USED]
17 1.12 WARRANTY [NOT USED]
18 PART 2 - PRODUCTS
19 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED]
20 2.2 ASSEMBLIES AND MATERIALS
21 A. Description
22 1. Regulatory Requirements
23 a. Provide Traffic Control Devices that conform to details shown on the
24 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control
25 Device List (CWZTCDL).
26 2. Materials
27 a. Traffic Control Devices must meet all reflectivity requirements included in the
28 TMUTCD and TxDOT Specifications — Item 502 at all times during
29 construction.
30 b. Electronic message boards shall be provided in accordance with the TMUTCD.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 22, 2021
3471 13 -4
TRAFFIC CONTROL
Page 4of6
1 2.3 ACCESSORIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL [NOT USED]
3 PART 3 - EXECUTION
4 3.1 EXAMINATION [NOT USED]
5 3.2 PREPARATION
6
A.
Protection of In -Place Conditions
7
1. Protect existing traffic signal equipment.
8
3.3 INSTALLATION
9
A.
Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on
10
the Drawings and as directed.
11
B.
Install Traffic Control Devices straight and plumb.
12
C.
Do not make changes to the location of any device or implement any other changes to
13
the Traffic Control Plan without the approval of the Engineer.
14
1. Minor adjustments to meet field constructability and visibility are allowed.
15
D.
Maintain Traffic Control Devices by taking corrective action as soon as possible.
16
1. Corrective action includes but is not limited to cleaning, replacing, straightening,
17
covering, or removing Devices.
18
2. Maintain the Devices such that they are properly positioned, spaced, and legible,
19
and that retroreflective characteristics meet requirements during darkness and rain.
20
E.
If the Inspector discovers that the Contractor has failed to comply with applicable federal
21
and state laws (by failing to furnish the necessary flagmen, warning devices, barricades,
22
lights, signs, or other precautionary measures for the protection ofpersons or property), the
23
Inspector may order such additional precautionary measures betaken to protect persons
24
and property.
25
F.
Subject to the approval of the Inspector, portions of this Project, which are not affected by
26
or in conflict with the proposed method of handling traffic or utility adjustments, can be
27
constructed during any phase.
28 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight
29 distance of drivers entering the highway from driveways or side streets.
30 R To facilitate shifting, barricades and signs used in lane closures or traffic staging may
31 be erected and mounted on portable supports.
32 1. The support design is subject to the approval of the Engineer.
33 I. Lane closures shall be in accordance with the approved Traffic Control Plans.
34 J. If at any time the existing traffic signals become inoperable as a result of construction
35 operations, the Contractor shall provide portable stop signs with 2 orange flags, as
36 approved by the Engineer, to be used for Traffic Control.
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 22, 2021
3471 13 -5
TRAFFIC CONTROL
Page 5 of 6
1 K Contractor shall make arrangements for police assistance to direct traffic if traffic signal
2 turn-ons, street light pole installation, or other c onstruction will be done during peak traffic
3 times (AM: 7 am — 9 am, PM: 4 pm - 6 pm).
4 L. Flaggers
5 1. Provide a Contractor representative who has been certified as a flagging instructor
6 through courses offered by the Texas Engineering Extension Service, the American
7 Traffic Safety Services Association, the National Safety Council, or other approved
8 organizations.
9 a. Provide the certificate indicating course completion when requested.
10 b. This representative is responsible for training and assuring that all flaggers are
11 qualified to perform flagging duties.
12 2. A qualified flagger must be independently certified by 1 of the organizations listed
13 above or trained by the Contractor's certified flagging instructor.
14 3. Flaggers must be courteous and able to effectively communicate with the public.
15 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals
16 and follow the flagging procedures set forth in the TMUTCD.
17 5. Provide and maintain flaggers at such points and for such periods of time as may be
18 required to provide for the safety and convenience of public travel and Contractor's
19 personnel, and as shown on the Drawings or as directed by the Engineer.
20 a. These flaggers shall be located at each end of the lane closure.
21 M. Removal
22 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights
23 and other Traffic Control Devices used for work -zone traffic handling as soon as
24 practical in a timely manner, unless otherwise shown on the Drawings.
25 3.4 REPAIR / RESTORATION [NOT USED]
26 3.5 RE -INSTALLATION [NOT USED]
27 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
28 3.7 SYSTEM STARTUP [NOT USED]
29 3.8 ADJUSTING [NOT USED]
30 3.9 CLEANING [NOT USED]
31 3.10 CLOSEOUT ACTIVITIES [NOT USED]
32 3.11 PROTECTION [NOT USED]
33 3.12 MAINTENANCE [NOT USED]
34 3.13 ATTACHMENTS [NOT USED]
35 END OF SECTION
36
37
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 22, 2021
3471 13 -6
TRAFFIC CONTROL
Page 6 of 6
Revision Log
DATE NAME SUMMARY OF CHANGE
11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required
1.4 A. Added language to emphasize minimizing of lane closures and impact to
traffic.
3/22/2021 M Owen
1.5 Clarified submittal requirements
3.3 M. Clarified removal requirements
CITY OF FORT WORTH KEDPLASMA PLASMAPHERESIS CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 523010
Revised March 22, 2021
APPENDIX
vc-T-v-rzrvauk1ty-erzaacra
r_r 4.02 Subs rf ee and Physieal Conditions
GC 4.04 Underground Faeilities-
��4.06 u a E t.,t Condition t Site
-T-�-rrccc'icicr�o'ci�-zac i� cccr-��imicrvxr-crc-orcc
ti 2n �a:
— vz�-z-rN vixzrrsvrP a3�'1"W.39i3
GR-01 60 00 Product Requirements
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
rarfilm 1 .
. . .. . . . . . . . . .
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
1 • •
SULIVIl� • �1�1!��Y� I���������1►jIa-Ii�L�1�J_�\��►9 ►���t!i�1�J__l_�1�J
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
111
. : .: . . • . . -W-ALAM I ILVI . =1 VA .
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Kedplasma Plasmapheresis Center
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104997
Revised July 1, 2011
CITY OF FORT WORTH
FORT WORTH. WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 9-3-24
IApprovall
Spec No.
IClasssification
Manufacturer
Model No.
National Spec
Size
Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)
07/23/97
33 05 13
Urethane Hydrophilic Waterstop
Asahi Kogyo K.K.
Adeka Ultra -Seal P-201
ASTM 132240/13412/13792
04/26/00
33 05 13
Offset Joint for 4' Diam. MH
Hanson Concrete Products
Drawing No. 35-0048-001
04/26/00
33 05 13
Profile Gasket for 4' Diam. MH.
Press -Seal Gasket Corp.
250-4G Gasket
ASTM C-443/C-361
SS MH
1126199
33 05 13
HOPE Manhole Adjustment Rings
Ladtech, Inc
HDPE Adjustment Ring
Traffic and Non -traffic area
5/13105
33 05 13
Manhole External Wrap
Canusa - CPS WrapidSeal Manhole Encapsulation System
Water & Sewer - Manholes & Bases/Fiberelass 33-39-13
(1/8/13)
1/26/99
33 39 13
Fiberglass Manhole
Fluid Containment, Inc.
Flowme
ASTM 3753
Non -traffic area
08/30/06
33 39 13
Fiberglass Manhole
L.F. Manufacturing
Non -traffic area
Water &Sewer - Manholes & Bases/Frames & Covers/Rectammlar 33-05-13 (Rev 2/3/16)
*
33 05 13
IManhole Frames and Covers
I Westem Iron Works, Bass & Hays Foundry
1001
24"x40" WD
Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)
"
3305 13
Manhole Frames and Covers
Westem Iron Works, Bass & Hays Foundry
30024
24" Dia.
*
3305 13
Manhole Frames and Covers
McKinley It. Works Inc.
A 24 AM
24" Dia.
08/24/18
33 05 13
Manhole Frames and Covers
Neenah Foundry
R-1272
ASTM A48 & AASHTO M306
24" Dia.
08/24/18
33 05 13
Manhole Frames and Covers
Neenah Foundry
NF 1274
ASTM A48 & AASHTO M306
30" Dia.
33 05 13
Manhole Frames and Covers
Sigma Corporation
MH-144N
33 05 13
Manhole Frames and Covers
Sigma Corporation
MH-143N
33 05 13
Manhole Frames and Covers
Pont-A-Mousson
GTS-STD
24" dia.
33 05 13
Manhole Frames and Covers
Neenah Casting
24" dia.
10/31/06
33 05 13
Manhole Frames and Covers (Hinged)
Powerseal
Hinged Ductile Iron Manhole
ASTM A536
24" Dia.
7/25/03
3305 13
Manhole Frames and Covers
Saint-Gobain Pipelines (Pamrex/rexus)
RE32-R8FS
30" Dia.
01/31/06
3305 13
30" Dia. MH Ring and Cover
East Jordan Iron Works
V1432-2 and V1483 Designs
AASFITO M306-04
30" Dia.
11/02/10
3305 13
30" Dia. MH Ring and Cover
Sigma Corporation
MH1651FWN & MH16502
30" Dia
07/19/1 t
3305 13
30" Dia. MH Ring and Cover
Star Pipe Products
MR32FTWSS-DC
30" Dia
08/10/11
3305 13
30" Dia. MH Ring and Cover
Accucast
220700 Heavy Duty with Gasket Ring
30" Dia
30" ERGO XL Assembly
10/14/13
3305 13
30" Dia. MH Ring and Cover (Hinged & Lockable)
East Jordan Iron Works
with Cam Lock/MPIC/T-Gasket
ASSHTO MI 05 & ASTM A536
30" Dia
06/01/17
3405 13
30" Dia. MH Ring and Cover (Lockable) CI
SIP Industries
2280 (32")
ASTM A 48
30" Dia.
12/05/23
3405 13
30" Dia. MH Ring and Cover (Hinged & Lockable) CI
SIP Industries
4267WT - Hinged (32")
ASTM A 48
30" Dia.
CAP-ONE-30-FTW, Composite, w/ Lock
.111111
33 OS 13
30" Dia. MH Ring and Cover
Composite Access Products, L.P.
w/o Hing
30" Dia.
10/07/21
3405 13
30" Dia. MH Ring and Cover
Trumbull Manufacturing
32"(30") Frame and Cover
30" Dia.
Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)
*
3305 13
Manhole Frames and Covers
Pont-A-Mousson
Fortnight
24" Dia.
*
3305 13
Manhole Frames and Covers
Neenah Casting
24" Dia.
*
3305 13
Manhole Frames and Covers
Western Iron Works,Bass & Hays Foundry
300-24P
24" Dia.
*
3305 13
Manhole Frames and Covers
McKinley Iron Works Inc.
WPA24AM
24" Dia.
03/08/00
3305 13
Manhole Frames and Covers
Accucast
RC-2100
ASTM A 48
24" Dia.
04/20/01
3305 13
Manhole Frames and Covers
(SIP)Serampore Industries Private Ltd.
300-24-23.75 Ring and Cover
ASTM A 48
24" Dia.
Water & Sewer - Manholes & Bases/Precast Concrete
( tev 1/8/13)
*
33 39 10
Manhole, Precast Concrete
Hydro Condurt Corp
SPL Item 449
ASTM C 478
48"
*
33 39 10
Manhole, Precast Concrete
Wall Concrete Pipe Co. Inc.
ASTM C-443
48"
09/23/96
33 39 10
Manhole, Precast Concrete
Concrete Product Inc.
48" I.D. Manhole w/ 32" Cone
ASTM C 478
48" w/32" cone
12/05/23
33 39 10
Manhole, Precast Concrete
The Turner Company
72" I.D. Manhole w/ 32" Cone
ASTM C 478
72"
05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60"
Manhole, nrng an at top,
09/0324
33 39 10
Manhole, Precast Concrete
Oldcastle Precast Inc.
Transmon es Con
ASTM C 478
48" to 84" LD.
06/09/10
33 39 10
Manhole, Precast (Reinforced Polymer)Concrete
US Composite Pipe
Reinforced Polymer Concrete
ASTM C-76
48" to 72"
1 09/06/19
33 3920
Manhole, Precast Concrete
Forterra Pipe and Precast
60" & 72" I.D. Manhole w/32" Cone
ASTM C-76
60" & 72"
10/07/21
32 39 20
Manhole, Precast Concrete
Forterra Pipe and Precast
48" I.D. Manhole w/32" Cone
ASTM C-77
48"
10/07/21
33 3920
Manhole, Precast Reinforced Polymer) Concrete
Armorock
48" & 60" I.D. Manhole w/32" Cone
48" & 60"
10/07/21
33 3920
Manhole, Precast (Hybrid) Polymer & PVC
Geneva Pie and Precast Predl Systems)
48" & 60" I.D. Manhole w/32" Cone
48" & 60" Non Traffic Areas
ASTM C-478; ASTM C-923;
03/07/23
33 39 20
Manhole, Precast Concrete
AmeriTex Pipe and Products, LLC
48" & 61" LD. Manhole w/32" Con:
ASTM C-443
03/07/23
33 39 20
Manhole, Precast (Reinforced Polymer) Concrete
P3 Polymers, Rockgards:p
48" & 60" I.D. Manhole w/32" Conc
04/28/07
Manhole, Precast (Reinforced Polymer) Concrete
Amite:h USA
Meyer Polycrete Pipe
Sewer -(WAC) Wastewater Access Chamber 33 39 40
12/29/23
33 39 20
I Wastewater Access Chamber I
Onickstream Solutions, Inc.
Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious
*
E1-14
Manhole Rehab Systems
Ouadex
04/23/01
E1-14
Manhole Rehab Systems
Standard Cement Materials, Inc.
E1-14
Manhole Rehab Systems
AP/M Pe —mom
4/20/01
E1-14
Manhole Rehab System
Strong Company
5/12/03
E1-14
Manhole Rehab System (Liner)
Triplex Lining System
08/30/06
General Concrete Repair
FlexKrete Technologies
Type 8 Maintenace Shaft (Poopit)
Relmer MSP
Strong Seal MS2A Rehab System
MH repair product to stop infiltration ASTM D5813
Vinyl Polyester Reparr Product
For use when Sod. MH cannot be
installed due to depth
Misc. Use
* From Original Standard Products List 1
FORT WORTH®
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 9-3-24
(Approval
Spec No.
IClasssification I
Manufacturer
Model No.
National Spec
Size
Water & Sewer
- Manholes & Bases/Rehab Svstems/NonCementitious
05/20/96
E1-14
Manhole Rehab Systems
Spravrog,
Spray Wall Polyurethane Coating
ASTM D639/D790
12/14/01
Coating for Corrosion protecticn(Exterior)
ERTECH
Series 20230 and 2100 (Asphatic Emulsion)
Structures Only
01/31/06
Coatings for Corrosion Protection
Chesterton
Arc 791, S1BB, Sl, S2
Acid Resistance Test
Sewer Applications
8/28/2006
I
Coatings for Corrosion Protection
Warren Environmental
S-301 and M-301
Sewer Applications
33 OS 16, 33 39 10,
RR&C Dampproofing Non-Fibered Spray
For Exterior Coating of Concrete
03/19/18
33 39 20
Coating for Corrosion protection(Exterior)
Sherwin Williams
Grade (Asphatic Emulsion)
Structures Only
Water & Sewer
- Manhole Inserts - Field Onerations Use Onlv (Rev 2/3/16)
*
33 05 13
Manhole Insert
Knutson Enterprises
Made to Order - Plastic
ASTM D 1248
For 24" dia.
*
33 05 13
Manhole Insert
South Western Packaging
Made to Order - Plastic
ASTM D 1248
For 24" dia.
*
33 05 13
Manhole Insert
Nofiow-Inflow
Made to Order - Plastic
ASTM D 1248
For 24" dia.
09/23/96
3305 13
Manhole Insert
Southwestern Packing & Seals, Inc.
Lifesaver - Stainless Steel
For 24" dia.
09/23/96
3305 13
Manhole Insert
Southwestern Packing & Seals, Inc.
TetherLok - Stainless Steel
For 24" dia
Water & Sewer
- Pine Casing Spacers 33-05-24 (07/01/13)
11/04/02
Steel Band Casing Spacers
Advanced Products and Systems, Inc.
Carbon Steel Spacers, Model SI
02/02/93
Stainless Steel Casing Spacer
Advanced Products and Systems, Inc.
Stainless Steel Spacer, Model SSI
04/22/87
Casing Spacers
Cascade Waterworks Manufacturing
Casing Spacers
09/14/10
Stainless Steel Casing Spacer
Pipeline Seal and Insulator
Stainless Steel Casing Spacer
Up to 48"
09/14/10
Coated Steel Casin Spacers
Pipeline Seal and Insulator
Coated Steel Casing Spacers
Up to 48"
05/10/11
Stainless Steel Casing Spacer
Powerseal
4810 Powerchock
Up to 48"
03/19/18
Casing Spacers
BWM
SS-12 Casing Spacer(Stainless Steel)
FB-12 Casing Spacer (Coated Carbon Steel)
0-1-ISCasing
Spacers
BWM
for Non_rressure Pipe and Grouted Casing
03/29/22
33 05 13
Casing Spacers
CCI Pipeline Systems
CSC12, CSS12
Per Manuf
Manufacturers Requirements (Sewer
09/03/24
33 OS 13
Casing Spacers
Raci (Completely HDPE)
, __ ,,. , ,
8" - 12" (Sewer Only)
Water & Sewer - Pines/Ductile Iron 33-11-10(1/8/13)
*
33 11 10 Ductile Iron Pipe
Griffin Pipe Products, Co.
Super Bell-Tite Ductile Iron Pressure Pipe,
AW WA C150, C151
08/24/18
33 11 10 Ductile Iron Pipe
American Ductile Iron Pipe Co.
American Futile Pipe (Bell Spigot)
AW WA C150, C151
08/24/18
33 11 10 Ductile Iron Pipe
American Ductile Iron Pipe Co.
American Flex Ring (Restrained Joint)
AW WA C150, C151
*
33 11 10 Ductile Iron Pipe
U.S. Pipe and Foundry Co.
AW WA C150, C151
*
33 11 10 Ductile Iron Pipe
McWane Cast Iron Pipe Co.
AW WA C150, C151
Water & Sewer - Utility Line Marker (08/24/2018)
Sewer - Coating [s/EDo%v 33-39-60 (01/08/13).
02/25/02
Epoxy Lining System
Sauereisen, Inc
SewerGard 21 ORS
LA County 9210-1.33
12/14/01
Epoxy Lining System
Ertech Technical Coatings
Ertech 2030 and 2100 Series
04/14/05
Interim Ductile Iron Pipe Coating
Induron
Protecto 401
ASTM B-117
01/31/06
Coatings for Corrosion Protection
Chesterton
Arc 791, SIBB, Sl, S2
Acid Resistance Test
8/28/2006
Coatings for Corrosion Protection
Warren Environmental
S-301 and M-301
Sewer - Coatines/Polvurethane
3" thru 24"
4" thin 30"
4" thin 30"
Ductile Iron Pipe Only
Sewer Applications
Sewer Applications
Sewer - Combination Air Valves
05/25/18
33-31-70 Air Release Valve
A.R.I. USA, Inc.
D025LTP02(Composite Body)
2"
Sewer - PiDes/Concrete
*
E1-04 Conc. Pipe, Reinforced
Wall Concrete Pipe Co. Inc.
ASTM C 76
*
E1-04 Conc. Pipe, Reinforced
Hydro Conduit Corporation
Class III T&G, SPL Item #77
ASTM C 76
*
E1-04 Conc. Pipe, Reinforced
Hanson Concrete Products
SPL item #95 P lanhole,-
ASTM C 76
*
EI-04 Conc. Pipe, Reinforced
Concrete Pipe & Products Co. hic.
ASTM C 76
Sewer - Pine Enlarement Svstem (Method)33-31-23 (01/18/13)
PIM System
PIM Corporation
Polyethylene
PIM Corp., Piscam Way, N.J.
Approved Previously
McConnell Systems
McLat Construction
Polyethylene
Houston, Texas
Approved Previously
TRS Systems
Trenchless Replacement System
Polyethylene
Calgary, Canada
Approved Previously
Sewer - PiDe/Fiberelass Reinforced/ 33-31-13(1/8/13)
7/21/97
3331 13 Cent. Cast Fiberglass (FRP)
Hobas Pipe USA, Inc.
Hobas Pipe (Non -Pressure)
ASTM D3262/D3754
03/22/10
3331 13 Fiberglass Pipe (FRP)
Ameron
Bondstrand RPMP Pipe
ASTM D3262/D3754
04/09/21
3331 13 Glass -Fiber Reinforced Polvmer Pipe (FRP)
Thompson Pipe Group
Thompson Pipe (Flowtite)
ASTM D3262/D3754
ASTM D3262, ASTM D3681,
03/07/23
3331 13 Fiberglass Pipe (FRP)
Future Pipe Industries
Fiberstrong FRP
ASTM D4161, AW WA M45
ASTM D3262, ASTM D3517,
09/03/24
3331 13 Fiberglass Pipe (FRP)
Superlit Bum Sanavi A.S.
Superlit FRP
ASTM 3754, AW WA C950
* From Original Standard Products List 2
CITY OF FORT WORTH
FORT WORTH. WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 9-3-24
IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size
Sewer - Piue/Polvnter Pioe
4/14/05
Polymer Modified Concrete Pro,
—'to- USA
Meyer Polycrete Pipe
ASTM C33, A276, F477
8" to I Q", Class V
06/09/10
El-9 Reinforced Polymer Concrete Pipe
US Composite Pioe
Reinforced Polymer Concrete Pose
ASTM C-76
Sewer - Piues/HDPE 33-31-23(1/8/13),
*
High -density polyethylene pipe
Phillips Dnscopipe, Inc.
Ooticore Ductile Polyethylene Pipe
ASTM D 1248
8"
*
H:gh-densny polyethylene pipe
Plesco Inc.
ASTM D 1248
8"
*
High -density polyethylene pipe
Polly Pipe, Inc.
ASTM D 1248
8"
High -density polyethylene pipe
CSR Hydro Condud/Pioelme Systems
McConnell Pipe Enlargement
ASTM D 1248
Sewer - PIDes/PVC (Pressure Sewer) 33-11-12 (4/1/131
12/02/11
33-11-1� DR -Id PVC Pressure Pipe
P,pelife Jctstream
PVC Pressure Pipe
AW WA C900
4" thru 12"
10/22/14
33-11-12 DR-14 PVC Pressure Pipe
Royal Budding Products
Royal Seal PVC Pressure Pipe
AW WA C900
4" thru 12"
Sewer - Piues/PVC* 33-31-20 (7/1/13),
*
33-31-20 PVC Sewer Pioe
1-M Manufacturing Co., Inc. (JM Eagle)
SDR-26 (PSI 15)
ASTM D 3034
4" - 15"
12/23/97*
33-31-20 PVC Sewer Pipe
Diamond Plastics Corporation
SDR-26 (PSI 15)
ASTM D 3034
4" thru 15"
*
33-31-20 PVC Sewer Pipe
Lamson Vylon Pipe
SDR-26 (PSI 15)
ASTM D 3034
4" thru 15"
12/05/23
33-31-20 PVC Sewer Pipe
Vinyltech PVC Pipe
SDR-26 (PSI 15)
ASTM D3034
4" thru 15"
12/05/23
33-31-20 PVC Sewer Pipe
Vinyltech PVC Pipe
Gravity Sewer PS 115
ASTM F 679
18"
*
33-31-20 PVC Sewer P'
1-M Manufacturin\v�Co, Ina (1M Eagle)
PS 115
ASTM F 679
18" - 28"
05/06/05
33-31-20 PVC Solid Wall Pipe
Dtamond Plastics Corporation
PS 115
ASTM F-679
18" to 48"
04/27/06
33-31-20 PVC Sewer Fittings
Harco
SDR-26 (PS 115) Gasket Finings
ASTM D-3034, D-1784, etc
4" - 11"
*
33-31-20 PVC Sewer Fittings
Plastic Trends, Inc.(Westlake)
Gasketed PVC Sewer Main Finings
ASTM D 3034
1 3/19/2018
33 3120 PVC Sewer Pipe
Pioelife Jet Stream
SDR 26 (PS 115)
ASTM F679
18"- 24"
1 3/19/2018
33 3120 PVC Sewer PTe
Pioelife Jet Stream
SDR 26
ASTM D3034
4"- 15"
1 3/29/2019
33 3120 Gasketed Fittings (PVC)
GPK Products, Inc.
SDR 26
ASTM D3034
4"- 15"
1 10/21/2020
33 3120 PVC Sewer Pipe
NAPCO(Westlake)
SDR 26
ASTM D3034
4" - 15"
1 10/22/2020
33 3120 PVC Sewer Pipe
Sanderson Pipe Corp.
SDR 26
ASTM D3034
4"- 15"
1 10/21/2020
1
333120 PVC Sewer Pipe
NAPCO(Westlake)
SDR 26 PS 115
ASTM F-679
18"-36"
* From Original Standard Products List
FORT WORTH®
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 9-3-24
08/28/02
Double Strap Saddle
Smith Blau
4317 Nylon Coated Double Strap Saddle
07/23/12
33-12-10
Double Strap Service Saddle
Mueller Company
DR2S Double (SS) Strap DI Saddle
AWWA C800
1"-2" SVC, up to 24" Pipe
03/07/23
33-12-10
Double Strap Service Saddle
Powerseal
3450AS, Incl. Corp. Stop, Dbl Strap, Stainless
NSF ANSI 372
1"-2' SVC, up to 24" Pipe
10/27/87
Curb Stops -Ball Meter Valves
McDonald
6100M,6100MT & 61 OMT
3/4" and 1"
1.1.7
Curb Stops -Ball Meter Valves
McDonald
4603B, 4604B, 6100M, 610OTM and 6101M
1%" and 2"
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
5/25/201.
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., hic.
L22-77NL
AWWA C800
_
FB600-6-NL, FB1600-6-NL, FV23-666-W-
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., hic.
NL, L22-66NL
AWWA C800
1-1/2"
FB600-4-NL, FB1600-4-NL, B11-444-WR-
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., hic.
NL, B22444-WR-NL, L28-44NL
AWWA C800
I,
B-25000N, B-24277N-3, B-20200N-3, H-
AWWA C800, ANSF 61,
5/25/2.1.
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15000N, , H-1552N, H142276N
ANSI/NSF 372
_
B-25000N, B-20200N-3, B-24277N-3,H-
AWWA C800, ANSE 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15000N, H-14276N, H-15525N
ANSI/NSF 372
1-1/2
B-25000N, B-20200N-3,H-15000N, H-
AWWA C800, ANSF 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15530N
ANSI/NSF 372
1"
01/26/00
Coated Tapping Saddle with Double SS Straps
JCM Industries, Inc.
#406 Double Band SS Saddle
1"-2' Taps on up to 12"
0/5121/12
33-12-25
Tapping Sleeve (Coated Steep
JCM Industries, Inc.
412 Tapping Sleeve ESS
AWWA C-223
Up to 30" w/12" Out
03/29/22
33-12-25
Tapping Sleeve (Coated or Stainless Steep
JCM Industries, hic.
415 Tapping Sleeve
AWWA C-223
Concrete Pipe Only
05/10/11
Tapping Sleeve (Stainless Steep
Powerseal
3490AS (Flange) & 3490MJ
4"-8" and 16"
02/29/12
33-12-25
Tapping Sleeve (Coated Steel)
Romac
FTS 420
AWWA C-223
U p to 42" w/24" Out
02/29/12
33-12-25
Tapping Sleeve (Stainless Steep
Romac
SST Stainless Steel
AWWA C-223
Up to 24" w/12" Out
02/29/12
33-12-25
Tapping Sleeve (Stainless Steep
Romac
SST III Stainless Steel
AWWA C-223
Up to 30" w/12" Out
05/10/11
Joint Repair Clamp
Powerseal
3232 Bell Joint Repair Clamp
4" to 30"
Plastic Meter Box w/Composite Lid
DEW Plastics Inc.
DFW37C-12-IEPAF FTW
Plastic Meter Box w/Composite Lid
DEW Plastics Inc.
DFW39C-12-IEPAF FTW
08/30/06
Plastic Meter Box w/Composite Lid
DEW Plastics Inc.
DFW65C-14-IEPAF FTW
Class "A"
Concrete Meter Box
Bass & Hays
CMB37-B12 1118 LID-9
Concrete Meter Box
Bass & Hays
CMB-18-Dual 1416 LID-9
Concrete Meter Box
Bass & Hays
CMB65-B65 1527 LID-9
Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/13)
None
Water - Combination Air Release 33-31-70 (01/08/13)
*
E I-11
Combination Air Release Valve
GA Industries, Inc.
Empire Air and Vacuum Valve, Model 935
ASTM A 126 Class B, ASTM A
1" & 2"
*
EI-11
Combination Air Release Valve
Multiplex Manufacturing Co.
Crispin Air and Vacuum Valves, Model No.
1/2" 1" & 2"
*
E1-11
Combination Air Release Valve
Valve and Primer Corp.
APCO #143C, #145C and #147C
1", 2' & 3"
Water - Dry Barrel Fire Hvdrants 33-1240 (01/15/14)
10/01/87
E-1-12
Dry Barrel Fire Hydrant
American -Darling Valve
Drawing Nos. 90-18608, 94-18560
AWWA C-502
03/31/88
E-1-12
Dry Barrel Fire Hydrant
American Darling Valve
Shop Drawing No. 94-18791
AWWA C-502
09/30/87
E-1-12
Dry Barrel Fire Hydrant
Clow Corporation
Shop Drawing No. D-19895
AWWA C-502
01/12/93
E-1-12
Dry Barrel Fire Hydrant
American AVK Company
Model 2700
AWWA C-502
08/24/88
E-1-12
Dry Barrel Fire Hydrant
Clow Corporation
Drawings D20435, D20436, B20506
AWWA C-502
E-1-12
Dry Barrel Fire Hydrant
ITT Kennedy Valve
Shop Drawing No. D-80783FW
AWWA C-502
09/24/87
E-1-12
Dry Barrel Fire Hydrant
M&H Valve Company
Shop Drawing No. 13476
AWWA C-502
Shop Drawings No. 6461
1.11.7
E-1-12
DryBarrel Fire Hydrant
Mueller Company
A423 Centurion
AW WA C-502
Shop Drawing FH-12
01/15/88
E1-12
Dry Barrel Fire Hydrant
Mueller Company
A-423 Super Centurion 200
AWWA C-502
10/09/87
E-1-12
Dry Barrel Fire Hydrant
U.S. Pipe & Foundry
Shop Drawing No. 960250
AWWA C-502
09/16/87
E-1-12
Dry Barrel Fire Hydrant
American Flow Control (AFC)
Water- Pacer WB67
AWWA C-502
08/12/16
33-12-40
Dry Barrel Fire Hydrant
EJ (East Jordan Iron Works)
WaterMaster 5CD250
Water - Meters
02/05/93
E101-5
Detector Check Meter
Ames Company
Model 1000 Detector Check Valve
AWWA C550
4" - 10"
08/05/04
Magnetic Drive Vertical Turbine
Hersey
Magnetic Drive Vertical
AWWA C701, Class 1
3/4" - 6"
* From Original Standard Products List 4
CITY OF FORT WORTH
FORT WORTH.
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated:
9-3-24
IApprovall
Spec No.
IClasssification
Manufacturer
Model No.
National Spec
Size
Water - Piues/PVC (Pressure Water) 33-31-70 (01/08/13)
AWWA C900, AWWA C605,
1.113
33-11-12
PVC Pressure Pipe
Vinyltech PVC Pipe
DR14
ASTM D1784
4"-16"
AWWA C900, AWWA C605,
12/05/23
33-I1-12
PVC Pressure Pie
Vin (tech PVC Pie
DR18
ASTM D1784
16"-18"
AWWA C900, AWWA C605,
09/03/24
33-I1-12
PVC Pressure Pie
Northern Pie Products
DR14
ASTM D17M
4"-16"
AW WA C900, AW WA C605,
09/03/24
33-1142
PVC Pressure Pipe
Northern Pipe Products
DR18
ASTM D1784
16"-18"
3/19/2018
33 11 12
PVC Pressure Pipe
Pipelife Jet Stream
DR14
AWWA C900
4"-12"
1 3/19/2018
33 11 12
PVC Pressure Pipe
Pipelife Jet Stream
DR18
AWWA C900
16"-24"
1 5/25/2018
33 11 12
PVC Pressure Pipe
Diamond Plastics Corporation
DR 14
AWWA C900
4"-12"
5/25/2018
33 11 12
PVC Pressure Pipe
Diamond Plastics Corporation
DR 18
AWWA C900
16"-24"
AWWA C900-16
UL 1285
12/6/2018
33 11 12
PVC Pressure Pipe
J-M Manufacturing Co., Inc d/b/a JM Eagle
DR 14
ANSI/NSF 61
4"-28"
FM 1612
AWWA C900-16
UL 1285
12/6/2018
33 11 12
PVC Pressure Pipe
J-M Manufacturing Co., Inc d/b/a JM Eagle
DR 18
ANSI/NSF 61
16"-24"
FM 1612
9/6/2019
33 11 12
PVC Pressure Pipe
Underground Solutions Inc.
DR14 Fusible PVC
AWWA C900
4" - 8"
9/6/2019
33 11 12
PVC Pressure Pipe
NAPCO(Westlake)
DR18
AWWA C900
16"-24"
9/6/2019
33 11 12
PVC Pressure Pipe
NAPCO(Westlake)
DR14
AWWA C900
4"- 12"
9/6/2019
33 11 12
PVC Pressure Pipe
Sanderson Pipe Corp.
DR14
AWWA C900
4"- 12"
Water - PioesNalves & Fittinas/Ductile Iron Fittings 33-11-11 (01/08/13)
07/23/92
EI-07
Ductile Iron Fittings
Star Pipe Products, Inc.
Mechanical Joint Fittings
AW WA C153 & Cl to
*
E1-07
Ductile Iron Fittings
Griffin Pipe Products, Co.
Mechanical Joint Fittings
AWWA C 110
*
E1-07
Ductile Iron Fittings
McWane/Tyler Pipe/ Union Utilities Division
Mechanical Joint Fittings, SSB Class 350
AW WA C 153, C 110, C III
08/11/98
EI-07
Ductile Iron Fittings
Sigma, Co.
Mechanical Joint Fittings, SSB Class 351
AWWA C 153, C 110, C 112
02/26/14
EI-07
MJ Fittings
Accucast
Class 350 C-153 MJ Fittings
AW WA C153
4"-12"
05/14/98
EI-07
Ductile Iron Joint Restraints
Ford Meter Box CoXiii-Flange
Uni-Flange Series 1400
AW WA C111/C153
4" to 36"
05/14/98
E1-24
PVC Joint Restraints
Ford Meter Box Co.fUni-Flange
Uni-Flange Series 1500 Circle -Lock
AW WA C111/C153
4" 124"
11/09/04
E1-07
Ductile Iron Joint Restraints
One Bolt, Inc.
One Bolt Restrained Joint Fitting
AW WA C111/CI16/C153
4" to 12"
02/29/12
33-11-11
Ductile Iron Pipe Mechanical Joint Restraint
EBAA Iron, Inc.
Megalug Series 1100 (for DI Pipe)
AW WA C111/CI16/C153
4" to 42"
02/29/12
33-11-11
PVC Pipe Mechanical Joint Restraint
EBAA Iron, Inc.
Megalug Series 2000 (for PVC Pipe)
AW WA CI I I/C116/C153
4" to 24"
08/05/04
E1-07
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
Sigma One-Lok SLC4 - SLCIo
AW WA C111/C153
4" to 10"
03/06/19
33-11-11
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
Sigma One-Lok SLCS4 - SLCS12
AW WA C111/C153
4" to 12"
08/05/04
E1-07
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
Sigma One-Lok SLUE
AW WA C111/C153
12" to 24"
08/10/98
E1-07
MI Fittings(DIP)
Sigma, Co.
Sigma One-Lok SLDE
AW WA C153
4" - 24"
10/12/10
E1-24
Interior Restrained Joint System
S & B Techncial Products
Bulldog System ( Diamond Lok 21 & JM
ASTM F-1624
4" to 12"
08/16/06
E1-07
Mechanical Joint Fittings
SIP Industries(Serampore)
Mechanical Joint Fittings
AW WA C153
4" to 24"
11/07/16
33-11-11
Mechanical Joint Retainer Glands
Star Pipe Products, Inc.
PVC Stargrip Series 4000
ASTM A536 AW WA CI I I
11/07/16
33-11-11
Mechanical Joint Retainer Glands
Star Pipe Products, Inc.
DIP Stargrip Series 3000
ASTM A536 AW WA CI I I
EZ Grip Joint Restraint (EZD) Black For DIP
03/19/18
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
ASTM A536 AW WA CI I I
3"-48"
EZ Grip Joint Restraint (EZD) Red for C900
.111-18
33-1141
Mechanical Joint Retamor Glands
SIP Industries(Serampore)
DR14 PVC Pipe
ASTM A536 AW WA CI I I
4 -12
EZ Grip Joint Restraint (EZD) Red for C900
.111-18
33-1141
Mechanical Joint -at.- Glands
SIP Industries(Serampore)
DR18 PVC Pipe
ASTM A536 AW WA C111
16"-24"
* From Original Standard Products List 5
FORT WORTH®
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 9-3-24
Approval
Spec No. �Classsification J Valve* 33Manufacturer
Water Pil) & Fittings/Resilient Seated Gate (05/13/15)
Model No.
National Spec
Size
-
alves
Resilient Wedged Gate Valve w/no Gears
-12-20
American Flow Control
Series 2500 Drawing # 94-20247
16"
I 12/13/02
Resilient Wedge Gate Valve
American Flow Control
Series 2530 and Series 2536
AW WA C515
30" and 36" I
I 08/31/99
Resilient Wedge Gate Valve
American Flow Control
Series 2520 & 2524 (SO 94-20255)
AW WA C515
20" and 24" I
I 05/18/99
Resilient Wedge Gate Valve
American Flow Control
Series 2516 (SD 94-20247)
AW WA C515
16" I
I 10/24/00
E1-26
Resilient Wedge Gate Valve
American Flow Control
Series 2500 (Ductile Iron)
AW WA C515
4" to 12" I
I 08/05/04
Resilient Wedge Gate Valve
American Flow Control
42" and 48" AFC 2500
AW WA C515
42" and 48" I
I 05/23/91
E1-26
Resilient Wedge Gate Valve
American AVK Company
American AVK Resilient Settled GV
AW WA C509
4" to 12" I
I01/24/02
E1-26
Resilient Wedge Gate Valve
American AVK Company
20" and smaller I
I *
E1-26
Resilient Seated Gate Valve
Kennedy
4" - 12" I
I
E1-26
Resilient Seated Gate Valve
M&H
4" - 12" I
I *
E1-26
Resilient Seated Gate Valve
Mueller Co.
4" - 12" I
I 11/08/99
Resilient Wedge Gate Valve
Mueller Co.
Series A2361 (SD 6647)
AW WA C515
16"
I 01/23/03
Resilient Wedge Gate Valve
Mueller Co.
Series A2360 for 18"-24" (SD 6709)
AW WA C515
24" and smaller
I 05/13/05
Resilient Wedge Gate Valve
Mueller Co.
Mueller 30" & 36", C-515
AW WA C515
30" and 36"
I 01/31/06
Resilient Wedge Gate Valve
Mueller Co.
Mueller 42" & 48", C-515
AW WA C515
42" and 48"
I 01/28/88
E1-26
Resilient Wedge Gate Valve
Clow Valve Co.
AW WA C509
4" - 12"
I 10/04/94
Resilient Wedge Gate Valve
Clow Valve Co.
16" RS GV (SD D-20995)
AW WA C515
16"
I 11/08/99
EI-26
Resilient Wedge Gate Valve
Clow Valve Co.
Clow RW Valve (SD D-21652)
AW WA C515
24" and smaller
I 11/29/04
Resilient Wedge Gate Valve
Clow Valve Co.
Clow 30" & 36" C-515
AW WA C515
30" and 36" (Note 3)
11/30/12
Resilient WedgF Gate Valve
Clow Valve Co.
Clow Valve Modal 2638
AW WA C515
24" to 48" (Note 3)
05/08/91
E1-26
Resilient Seated Gate Valve
Stockh un Valves & Fittings
AW WA C 509, ANSI 420 - stem,
4" - 12"
I *
E1-26
Resilient Seated Gate Valve
U.S. Pipe and Foundry Co.
Metroseal 250, requirements SPL #74
3" to 16"
10/26/16
33-12-20
Resilient Seated Gate Valve
EJ (East Jordan Iron Works)
EJ FImMaster Gat. Valve & Box.a
08/24/18
Mateo Gate Valve
Mateo-Norea
225 MR
AW WA/ANSI C115/An21.15
4" to 16"
I
Water - PiDes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)
I
I *
EI-30
Rubber Seated Butterfly Valve
Henry Pratt Co.
AW WA C-504
24"
I *
E1-30
Rubber Seated Butterfly Valve
Mueller Co.
AW WA C-504
24"and smaller
I 1/11/99
E1-30
Rubber Seated Butterfly Valve
Dezurik Valves Co.
AW WA C-504
24" and larger
I 06/12/03
E1-30
Valmatm American Butterfly Valve
Valmatic Valve and Manufacturing Com.
Valmatic American Butterfly Valve.
AW WA C-504
Up to 84" diameter
I 04/06/07
E1-30
Rubber Seated Butterfly Valve
M&H Valve
M&H Style 4500 & 1450
AW WA C-504
24" to 48"
03/19/18
33 12 21
Rubber Seated ButterflyValve
G. A. Industries Golden Anderson
AW WA C504 Butter fly Valve
AW WA C-504
30"-54"
09/03/24
33 12 21
Rubber Seated ButterFl Valve
American AVK Com an
AW WA C504 Butterfl Valve Class 250B
AW WA C-504
24" - 48"
Water - Polved vlene Encasement 33-11-10 (01/08/13)
I 05/12/05
E1-13
Polyethylene Encasment
Flexsol Packaging
Fulton Enterprises
AW WA C105
8 mil LLD I
I 05/12/05
E1-13
Polyethylene Encasment
Mountain States Plastics (MSP) and AEP Ind.
Standard Hardware
AW WA C105
8 mil LLD I
I 05/12/05
E1-13
Polyethylene Encasment
AEP Industries
Bullstrong by Cowtown Bolt & Gasket
AW WA C105
8 mil LLD I
I 09/06/19
33-11-11
Polyethylene Encasment
Northtown Products Inc.
PE Encasement for DIP
AW WA C105
8 mil LLD I
I
I
I Water - SamDline Station
I
I
09/02/24 1 331250 Water Sampling Station Mueller Water Products, Inc. Model BSS01-36-MUDG2-CSD-NL, Freeze
Proof. Hasp for Locking Access Hatch
Water - Automatic Flusher
HG6-A-IN-2-BRN-LPRR(Portable)
10/21/20 Automated Flushing System Mueller Hydrostuard HG2-A-IN--2-PVC-018-LPLG(Perinanent)
04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc
04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable)
The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical
Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's
Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether car not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water
Yellow Highlight indicates recent changes
* From Original Standard Products List
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
Class A (Sidewalk,
ADA Ramps, Driveways,
Curb/Guner, Median Pavement)
9/92022
03 30 00
Ma Design
American carte C'sawy
30CAF029
9/92022
03 30 00
M. Design
Argos
DIOOOOO1043S
9/9/2022
03 30 00
M. Design
Argos
DIOOO0001055
6/24/2024
03 30 00
M. Design
MR Town Concrete
302050-1
9/92022
03 30 00
M. Design
Bum.. Texas
30U101AG
4/12024
03 30 00
M. Dcagn
Bumco Texas
30USOOBG
9/92022
033000
M. Des
Carder Concrete
FWCC502001
9/92022
033000
M. Design
Carder Concrete
FWCC502021
9/92022
033000
Ma Design
Charleys Concrete
3759
9/9/2022
033000
Ma Design
Charleys Concrete
4502
9/92022
033000
Ma Design
Chisholm Tral Rcdr Ma
C13020AE
9/92022
033000
Ma Design
City Concrete Company
30HA2011
9/92022
03 30 00
Ma Design
Cow Town Rcdr Ma
253-W
9/92022
033000
Ma Design
Cow To—Rcdr Ma
250
9/92022
033000
Ma Design
Cow To—Rcdr Ma
350
1/29/2024
033000
Ma Design
Espada Ready M.
R3050AEWR
9/92022
03 30 00
Mix Design
GCH Concrete Services
GCH4000
9/92022
033000
Mix Design
Holcn-SOR, We
1261
9/92022
033000
Mix Design
Holcn-SOR, Jac
5177
9/92022
03 30 00
M. Design
Holcim - SOR, Wc.
5409
9/92022
033000
M. Design
Wgmm Concrete&Aggregates
2MWR-147QW5D5
9/9/2022
03 30 00
M. Design
Ing = Concrete & Aggregates
2MWR-70J23504
4/72023
033000
M. Design
Liquid Stone
C301D
9/92022
03 30 00
M. Design
Mart. Manctta
R2136214
9/92022
03 30 00
M. Design
Mart. Manetta
R2136014
4/12023
03 30 00
M. Design
Man. Mnetta
R21361414
6/12023
03 30 00
M. Design
Man. Mancha
R2136R20
6/12023
033000
Ma Design
Mart. Mancha
R21361420
112/2022
033000
Ma Design
Mal. Mancha
R2141K24
8/42023
033000
Ma Design
Marta, Manetta
R2136R14
4/72023
03 30 00
Ma Design
Martin Mancha
R2136K14
9/92022
03 30 00
Ma Design
Mat. Manetta
R2131314
9/92022
03 30 00
Ma Design
Mart. Manetta
R2132214
9/92022
03 30 00
Ma Design
Mart. Manctta
D9490SC
10/4/2023
033000
Ma Design
NBRReady Mue
CLS A-YY
1 OA/2023
033000
Mix Design
NBR Ready Mix
CLS A -NY
033000
Mix Des.g
Osbum
30A50MR
17/10/2023
I/18/2023
03 30 00
Mix Design
Rapid Rcdr Mix
RRM5020A
11/24/2023
03 30 00
M. Design
Rapid Redi M.
RRM5525A
�9/9/2022
03 30 00
M. Design
Redr-Mix
IOLI1504
9/92022
03 30 00
Ma Design
Redr-Min
10J11524
9/9/2022
03 30 00
M. Design
Redr-Min
VOJ11524
9/92022
03 30 00
M. Design
SRM Concrete
30050
9/92022
03 30 00
M. Design
Tarrant Concrete
FW5025A
9/92022
03 30 00
M. Design
Tarrant Concrete
CP5020A
10/102/22 133110
Mw Design
Taman Comets
TCFW5020A
9/9/2022
033000
M. Design
Tarrant Concrete
FW5525A2
9/9/2022
3 30 00
033000
Ma Design
Trin Ready Min
3020AE
9/9/2022
03 3000
Ma Design
Tme Gnt Redr Ma
0250 230
9/9/2022
03 30 00
Ma DeZ
Tme Gnt Redr M.
0250 2301
Class CB (In
Manholes, Junction Boxes,k.ncasement. Blocicht, Collars, Liehtpc
Ie Foundations)
9/92022
0330 00
Mu Design
American Concrete Company
40CNF065
9/9/2022
03 30 00
M. Design
Argos
D70000001061
9/9/2022
03 30 00
M. Design
Argos
D70000001055
9/9/2022
03 30 00
Mu Design
Argos
DI000001615
9/92022
03 30 00
M. Design
ChaWy's Cncretc
4502
9/92022
03 30 00
M. Design
Bumco Texas
40U5OOBG
9/92022
03 30 00
M. Design
Cow Town Rcdr M.
255-2
9/92022
033000
M. Design
Cow Town Rcdr Ma
355
9/92022
03 30 00
Ma Design
Cow Town Redr Ma
255
9/9/2022
03 30 00
Ma Design
Cow Town Redr Ma
2"
9/92022
03 30 00
Ma Design
Cow Town Redr Ma
370
9/9/2022
03 30 00
Ma Design
Cow Town Red, Ma
353
9/92022
03 30 00
Ma Design
Cow Town Red, Ma
257
9/92022
03 30 00
Ma Design
Cow Towv Red, Ma
357
9/92022
033000
Ma Design
Holcn-SOR, Wc.
1701
9/92022
033000
Ma Design
Holcn-SOR, Wc.
1551
9/92022
033000
Mix Design
Holcn-SOR, Wc.
5409
4272023
033000
Mix Design
Lrqurd Stan,
C361DNFA
9/92022
03 30 00
Mix Design
Mann Marc.
R2141230
8/4/2023
03 30 00
M. Design
Mat. Manetta
R2141 R24
11202023 03 30 00
M. Design
Mart. Manetta
R2146R33
11/20/2023 03 30 00
M. Design
Mart. M.—R2146K33
9/9/2022
03 30 00
M. Design
Mart. M.—R2142233
9/9/2022
03 30 00
M. Design
Mart. Matta
R2136224
9/9/2022
03 30 00
M. Design
Mart. Matta
R2141233
9/9/2022
03 30 00
M. Design
Mart. Matta
R2146038
8/42023
03 30 00
M. Design
Mart. Mancha
R2146R35
9/122023
3 30 00
033000
Ma Design
NOR Ready Ma
CLS PI-YY
9/9/2022
03 30 00
Ma Design
NOR Ready M.
TX CYY
9/9/2022
033000
3 30 00
Ma Design
NOR Ready Ma
TX C-NY
1/182023
033000
Ma Design
Rapid Rcdr Ma
RRM5320A
1/18/2023
03 30 00
Ma Design
Rapid Rc& Ma
RRM6020ASS
9/9/2022
033000
Ma Design
Rd AA.
IRJ11524
9/9/2022
03 30 00
Ma Design
Rd AA.
15611524
12/5/2022
03 30 00
M. Design
Redr-M.
IOK115C4
)00 psr Concrete for Sidewalks & ADA Ramps
)00 psr Concrete for Sidewalks, Curbs
)00 psr Coa—Ir for Wleta, Juvclinn Boxes, Manholes, Chanel L.—, Sidewalks, Dnveway,, Curb & Guner
)00 psr Covaele for Curbs and Stdewalks
)00 psr Concrete M. for Flatwork
)OOpsi Coac.. Ma for Sidewalks
)00 psr for Sidewalk,, Dnveways, Ramps, Cmb &Gutter, FWtwork
500 psr concrete for Sidewalk,, Dnveways, Ramps, Cmb &Gutter
)00 psr Concrete Ma for Sidewalks
)00 psr Concrete Ma for Sidewalks
)00 psr Comets for D—ays, Curb & Gutter
)00 psr Comets Ma for Blocking Sidewalks, Fl—.,k, I.&
)00 psi Concrete Ma Sidewalks, ADA Ramps, Dnveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Rc—.g Walls
)00 psr Concrete Ma for Sidewalks, Dnveways, ADA Ramps
)00 psr Concrete Ma for Sidewalks, Dnveways, ADA Ramps
00 Sacks / 3,000 psi Concrete for Salcwalks, Ramps, Wlets, and Manholes
)00 psi Concrete for for Sidewalks, Ramps, Headwalls, laic., and Simm Drain Sao—
)00 psi Coccrete Mix for Sidewalks
)00 psi Coccrete Mix for Sidewalks
)00 On Cmv r Ma f Sidewalks, h I N
)00 On Cm,,(, Ma for Sidewalks, ADA Ramps
)00 On Corset, for Sidewalk, ADA Ramps
000 psi Cc— for Sidewalks, Approaches, and Dnveways.
000 psi C—.w for Sidewalks & Ramps
000 pa C—.w for Sidewalks & Ramps
00 sack / 3,000 psr cenc.. for Sidewalks
000 psr Coac.. for Sidewalks and Ramps
000 psr Coac.. for Sidewalks and Ramps
000 psr Concrete for J.-- Boxes, Sidewalks and Ramps
00 such / 3,500 psr Concrete for Sidewalks and Ramps
000 psr concrete for sidewalks and ramps
000 psr Concrete for Sidewalks & Ramps
000 psr Concrete for Sidewalks & Ramps
000 pa Concrete for Sidewalks & Ramps
00 Sacks / 3,000 psi Concrete for Salcwalks & Ramps, and Curb & Gutter
00 Sacks / 3,000 psi Concrete for Salmalks & Ramps, and Curb & Gutter
SK / 3,000 psi Concrete for Sidewalks
)00 pa Coccrete bar Curb, Gutter, Driveways, Sidewalk, Ramps
500 tanConcrete for Valley Guars, Sidewalks, Approaches, ADA Ramps
00 Swka / 4,000 psr Cormt, Ma for Sidewalks, Curb & Gutter, Sewer Manhole, WIGs, & Ju..boa Bones
)00 psr Co...:: Ma f Dnvewaya, Sidewalks, ADA Ramps
)00 psi Covc.AMa for Curb & Guner
000 psi Cc— for Sidewalks, Ramps, WIe6, Ju..boa Boxes, Thm,t Blocks, Curb and Gulley, Dnveways, Bamer Ramp
)00 psr Concrete Ma for Curb & Gulley, Dra, w ys, Sidewalk, ADA Ramps
)00 psi Concrete M. for Curb and Gutter
)00 psr Covcrele to, Sidewalks
500 psr Covcrele Ma for Sidewalks, Dnve Approaches, ADA Ramp, Curb and Gutter
)00 psr Concrete for Sidewalk
)00 psr Concrete Ma for Flam,,k, Curb &Gutter, Dnveways, Sidewalk,, ADA Ramps
)00 psi Concrete Ma for Curb & Gutter, Dnveways, Sidewalks, ADA Ramps
psr Concrete for Manholes & Utility Snucmres
psr Covcrele for 1r1-, Boxes, Evcasemml, Block.g
tanCovaele for Wleta, Juvclinv Boxes, Manholes, Chanel Liners, Sidewalk, Dnveway,, Curb & Gulley
psr Covaele for Wleta, Boxes, Encasement, Blocking
psr Covcrele Ma for Sidewalks, Bfckmg
psr Conaele Ma for Sturm Dram Stmctores, Dnveway,, Screen Walls, Collate
psr Concrete M�xf Wlel,, Thmst BWck.g Coacrele Encasemnt
psi C=I, Ma for Inlets, Thmst Block.g Comets Evcasemnt
psr Comets Ma for FWtw.&, Wlets, Thm,t Blocking Concrete Encasement
psr Comets Ma for Cast -in -Place Box Culvert,
psi Concrete Ma for Cast -in -Place Box CnIV
psi Concrete Ma for Sidewalks, ADA Ramps, Dnveways, Curb & Gutter, Safety End T.—., Non-TxDOT Reta..g Walls
psi Concrete ma for Valley Gutters, Lrghtpole Foundations
pa Concrete Ma for Valley Go.., Ughtpole Foundations
psr Concrete Ma for Sturm Dm. Stmcmres, Snrmry Sewer Manholes, Junction Box
psi Concrete Ma for Block.g
P.Coccrete Mix for Sidewalks, WIeN
I psi Concrete for Rc..mg wall, dnveway, lunchm box apron, approach
I psi Concrete for Manholes, filets & Headwalls, Valve Pads
Sacks / 4,000 psr Concrete for Junctin Box, Box Culvert, Sidewalk and Ramps.
Sack / 4,OOO psr Coracle Mix fin ClP Sewer Mnholes
Sacks / 4,000 psr Cmmc, Ma for CIP Sewer Mmh.lc,
) psi Cc— for Mnholes, Inlets & Headwalls
DO psi Cncrete for Curb Wleta
DO psr Cm,,w for Storm Stmcmrea, Inlets, Bloclmg & Encasement
DO psr Cmcrete for Wlels, Storm Dra. Stmcton s
1 Sacks / 4,500 psr Comets to, Wlets, Manholes, nd Headwalls
D Such / 4,000 psr Comets to, Collars, Mnholes, Box Culverts
10 psi Concrete Ma for Curb la1'N
s)psi Concrete Ma for Curb Wlets
b psr Comets for Blocking
H) psi Concrete for Strom Dram Stmcttues
IO psr Concrete Ma for Throat Blocks, Valve Pads
IO psr Concrete Ma for Ca,b.-Place Storm D.. Stmcmres
10 On Coamir for Throat Blocks, VW, Pads
3-5" Slump; 3-(1%Ai,
3-5" SWmp; 36%An
3-5" SWmp; 36%An
3-5" SWmp; 36%An
3-5" SWmp; 3-6% An
3-5" SWmp; 36% An
3-5" SWmp; 3-6% An
3-5" SWmp; 36% Ar
3-5" SWmp; 36% Ar
3-5" SWmp; 3-6% Au
3-5" SWmp; 4.5-7.5%Au
3-5" Slump; 3-6% Au
3-5" Slump; 3-6% Au
3-5" Slomp; 3-6% Au
3-5" Slomp; 3-6% Au
3-5" Slomp; 3-6% Au
3-5" Slump; 3-6% Au
3-5" Slump; 3-6% Au
3-5" Slump; 3-6% Av
3-5" SWmp; 36%Au
3-5" SWmp; 36%An
3-5" SWmp; 36%An
3-5" SWmp; 36%An
3-5" SWmp; 36%Air
3-5" SWmp; 36% An
3-5" SWmp; 3-6% An
3-5" SWmp; 3-6% Ar
3-5" SWmp; 36% Ar
3-5" SWmp; 36% Ar
3-5" SWmp; 3-6% Au
3-5" SWmp; 3-6% Au
3-5" Slump; 3-6% Au
3-5" Slump; 3-6% Au
3-5" Slump; 4.5-7.5%Au
3-5" Slump; 3-6% Au
3-5" mp Slu; 36 Au %
3-5" Slump; 3-6% Au
3-5" Slump; 36% Av
3-5" SWmp; 36% An
3-5" SWmp; 36% Aa
3-5" SWmp; 3-6 An
3-5" SWmp; 3-6 An
3-5" SWmp; 3-6 An
3-5" SWmp; 36%An
3-5" SWmp; 36%An
3-5" SWmp; 36 % Au
3-5" SWmp; 36°/" Av
3-5" SWmp; 36°/" Av
3-5" SWmp; 36 % Au
3-5" SWmp; 3-6% Au
3-5" SWmp; 0-3%An
3-5" SWmp; 36%n A
3-5" SWmp; 36% An
3-5" SWmp; 36% An
3-5" SWmp; 3-6% An
3-5" SWmp; 36%An
3-5" SWmp; 36 % An
3-5" SWmp; 36°/" Av
3-5" SWmp; 36°/" Av
3-5" SWmp; 36 % Au
3-5" SWmp; 3-6% Au
3-5" Slump; 3-6% Au
3-5" Slump; 3-6% Au
3-5" Slump; 3-6% Au
3-5" Slump; 3-6% Au
3-5" Slomp; 36 % Au
3-5" Slomp; 36 % Au
3-5" Slump; 36 % Au
3-5" Slump; 36 % Av
3-5" SWmp; 3-6 An
3-5" SWmp; 3-6 An
3-5" SWmp; 36%An
311, SWmp; 4.5-7.5%An
M" SWmp; 36%An
3-5" SWmp; 36%An
3-5" SWmp; 3-6% An
3-5" SWmp; 36°/" Au
3-5" SWmp; 36°/" Av
3-5" SWmp; 3-6% Ar
3-5" SWmp; 3-6% Au
3-5" SWmp; 36%Au
3-5" Slump; 3-6% Au
3-5" Slump; 3-6% Au
3-5" Slump; 36 % Au
3-5" SWmp; 36%An
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
12/52022 1 03 30 00
Mu Des��f
Redi-Mix
156115C4
4000 psi Concrete for CIP Stoma Draw Sm W,,
3-5" SWmp, 36% Ah
4000 Z
1112 2022 03 30 00
Mu Des
Redi-Mu
14 P25P4
45500 psi Concr fr SWm Dmfl Smcmre,
3-5" SWmp, 3fi% 1
SRM Ct
5050
FW5320A
and Collars
9/920224 03 30 00
M. Design
TapanV Con aete
3000 psi Concrete MlxTfortBloakfg
3-5" SWm; 36% 1
10/102022 03 30
Mi.
crate
TCFW6025A2
4000 psi Concrete for Manholes
3-5" SWmp, 3fi%Ah
C�
X,
m
BA y{t` 4walls. Culverts.
Dr Iled Shafh)
Drilled fl.m
-
9/92022 03 30 00
Ma Design
Bumco Texas
36U500BG
3600 psi Concrete Mu for Lighting and Traffic Signal Foundations (Drilled Shafts)
5 5-7 5" SWmp; 3-6 An
6/21/2023 03 30 00
Mm Design
Cow Town Redi Mu
360-DS
3600 psi Concrete for Drilled Shaft/U6tWg and Traffic Signal Foundation (DrM d Shafts)
5 5-7 5" SWmp; 3-6 An
12/5/2022 03 30 00
Mu Design
Ho1Cvn - SOR, fc.
1822
3600 psi Concrete for (DrM d ShaDsl/LiA Mtf and Traffic Signal Foundations
5 5-7 5" SWmp; 0-3 'Ai'
9/9/2022 033000
3 30 00
M. Design
Ho1Cvn - SOR, fc.
1859
4000 psi Concrete for (DdU d ShaDs)/Lightfeand Traffic Signal Foundations
5 5-7 5" SWmp; 36% Ai'
14/7/2023 033000
M. Design
fgmm Concrete & Aggregates
IOLQS50N
3.600 psi Concrete for (Drilled Shafls)/L,6tf and Tmffic Signal Foundations
5 5-7 5" SWmp; 36% Ai'
4/7/2023 03 30 00
M. Design
Liquid Slone
C361DHR
3.600 psi Concrete for (Drilled ShafD/Li6tfg and Tmffic Signal Foundations
5 5-7 5" SWmp; 36%An
6/27/2023 03 30 00
M. Design
Marl. M_
U2146N41
6.44sacks /3.600 psi Conuete for (Drilled Shafts) / Lighting and Tmffi, Sigoal Foundations
5-7" SWmp; 36%Ai,
6/27/2023 03 30 00
M. Design
Marl. Manetta
U2146K45
6.65 sacks / 3.600 psi Concrete for (DrBled Shaba) / Lighting and Trafic Signal Foundations
5-7" SWmp; 36%Ai'
8/42023 03 30 00
M. Design
Marl. Manetta
U2146R41
6.44 sacks / 4.500 psi Concrete for (DrM d Piers)/Li6t Pole bases.
5-7" SWmp; 3-6%-
8/22/2024 03 30 00
M. Design
NBR Ready Mix
135K2524
3500 psi Concrete for (D'MW Shaft) LighM k Foundations
5 5" SWmp; 36% AQ
8/22/2024 03 30 00
Mu Design
NBR Ready Mix
135K0524
3500 psi Concrete for (D'MW Sha(t) Lightpole Foundations
5 5" SWmp; 36% AQ
5/15/2023 03 30 00
M. Design
Redr-Mx
SOL115D5
3600 psi Concrete for (DrM d Shaf) /L 61h and Tmffic Si —I Foundations
5 5-7 5" SW—; 36%Air
bther Applications
9/92022 03 30 00
Mu Design
Argos
DIOOO0001083S
4000 psr Concrete for VW, Pads, Wlets, Sttucmres, Headwalls, Thmsl Blocking
3-5" SWmp; 36% Air
.1022 03 M W
Mu Design
Argos
D10000001083
4000 psr Concrete for Valve Pads, flats, Stmcmres, Headwalls, Thmsl Blockmg
3-5" SWmp; 36% Air
9/9/2022 03 30 00
M. Design
Argos
D70000001681
4000 psr Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters
3-5" SWmp; 3-6 Ai,
9/92022 03 30 00
M. Design
Csder Concrete
FWCC602001
4000 Is r Concrete for Sl— Drain Slmcmre,, Manholes, Headwalls, Remmmg Walls, Valley Goners, Dnve Approaches
3-S" SWmp; 36%Ah
9/92022 03 30 00
Mu Design
Charley, Concrete
4518
4000 psi Concrete for Headwalls, Win —ally
3-5" SWmp, 36% Ah
9/92022 03 30 00
Mu Design
Charley, Concrete
5642
4000 pi Concrete for Storm Dram Stmcm—
3-5" SWmp, 3fi%Ah
9/92022 033000
Mu Design
City Concrete Compnany
40LA2011
4000 psi Concrete Mu for Storm Draw SWCWres
3-5"SWmp, 36%Ah
9/92022 03 30 00
Mu Des r
Cw Tovm Red, Id&
260-2
3600 p,i Concrete Ma for Box Culvert,, Headwall,
3-5" Slump; 36%Ah
9/92022 03 30 00
Mu D.V
Cow Tovm Redi Mu
360-1
3600 pal Concrete Mu for Box Culverts, Headwalls, Wig tls
3-5" Slump; 36%Ah
9/92022 03 30 00
Mu DIV
Cow Tovm Redi Mu
260-1
3600 psi Concrete Mu for Headwalls
3-5" Slump; 3fi % Ah
1/29/2024 03 30 00
Mu DIV
Eshada Ready Ma
R3655AEWR
5.50 Sacks / 3,600 Mi Concrete for Headwalls, Wf all,, and Culverts
3-5" Slump; 3fi % Air
9/9/2022 03 30 00
Mu Deswr
OCH Concrete Services
GCH4000
4000 pal Concrete for for Sidewalks, Ramps, Headwalls, flats, and Sfm Draw Simc
3-5" Slump; 36%Air
9/9/2022 033000
Mu Desr
Holcim -SOR, fc.
1851
4500 pai Concrete£orSform Drew Simclmes, Hand Placed Pavfg
3-5"Slump; 36%Air
4/l/2023 03 30 00
Mu Desrgp
Martf Marietta
310LBP
3,600 psi Concrete for Re mi.g Walls
3-5" Slump; 4-7%Air
8/30/2023 033000
Mi. DZe
Martf Marietta
R2141R30
5.85SK/4,000psi Cneretefr Box Clverts&Headwalls
3-5"SWmp; 36%Air
9/92022 03 30 00
Mix Design
Martf Marietta
R2146035
4,000 psi Concrete for Manholes, flats & Headwalls, Valve Pads
3-5" Slump; 36 % Air
12/5/2022 03 30 00
Mix Desig
Redi-Mix
1OL115CI
3600 psi Concrete for Manhole, flat, ]unction Box, Headwall
3-5" Slump; 3-6% Air
9/92022 03 3000
Mix Desigp
SRM Concrete
40050
4,000 psi Concrete ibr Headwalls, ReWffg Wall, Collars
3-5" Slump; 3-6% An
9/92022 03 3000
Mix Desigp
SRM Concrete
35022
3,600 psi Concrete ibr Junction Box, ReWffg Walls
3-5" Slump; 3-6% An
4/l/2024 033000
M.
4FW6020A2
9/92022 03 30 00
Mu Des��
TR—tt Concha
4000 psi Concrete Mix for Storm Dram SWctures
3-5" SWmp, 36% Ai,
Cl... P(Mac fe pl. ced�Pavfe)
9/92022 32 13 13
Mu Design
Argos
DIOOO0001617
3600 psr Concrete for Mach.e Placed Paving
1-3" SWmp;') °, Ai,
b/24/2024 32 13 13
Ma Design
Brg Town CvcreAe
360060-1
3600 psr CvcreAe for Mach.e Placed Paving
1-3" SWmp; 36% Air
6/24/2024 32 13 13
Ma Design
Brg Town C ,,(,
362060-1
3600 psr C ,,(, for Mmh.ce Placed Paving
1-3" SWmp; 36%Air
9/92022 321313
Mu Design
Csder Covcrete
FWCC552091
3600 psr for Machine Placed Pay.g
1-3"SWmp;36%Av
9/92022 321313
Mrs Design
Carder Covcrete
FWCC602091
4000 psr for Machine Placed Pay.g
1-3"SWmp;3b%An'
9/92022 32 13 13
Ma Design
CharWys Concrete
5167
3600 psr Cvaele Ma for Machine Placed Pay.g
1-3" SWmp; 36%An
9/92022 32 13 13
M. Destgn
Crty Covcrete Cmpmy
36LA2011
3600 psr Cvrxele Mrs f Mach.e Placed Pay.g
1-3" SWmp; 3-6% AQ
9/92022 33 13 13
M. Design
Cow Tow. Redr M.
257-M
3600 psr Concrete Ma f Mach.e Placed Pay.g
1-3" Stamp; 36°/" Av
I1/142022 32 l3 13
Ma Design
Cow Towv Re& M.
317-M
3600 psr Concrete M. for Mach.e Placed Pay.g
1-3" SWmP; 36% Av
9/92022 32 l3 13
M. Design
Cow Towv Re& M.
260-M
4000 per Cvaete M. for Mach.e Placed Pay.g
1-3" SWmp; 36 % t
1/92022 32 l3 13
Ma Design
Cow Town Redr M.
360-M
4000 psr Concrete Ma for Mach.e Placed Pay.g
1-3" SWmp; 36 % t
2/62024 32 L313
M.Desrgo
8s da Ready M.
TD3655AEWR
5.50 Sacks/3,600 psr C.—for Mach.e Placed Pay.g
1-3"SWmp; 3-6 t
9/92022 321313
Ma Desrgo
fgrary Cvcrem&Aggregates
2MWR-056PS5D5
4000 per C.— Mach.e Placed Pay.g
1-3"SWmp; 3-6 t
8/42023 321313
M.Design
Mart. Manetta
Q2141R27
5.69 sacks/4,000 psr Concrete for Mach.e Placed Pay.g
1-3"Slump; 3-6 t
112/2022 32 l3 13
Ma Design
Mart. Manetta
Q2141K30
4,000 psr Covcrete for Mach.e Placed Pay.g
1-3" Slump; 36 % t
l0/4/2023 32 l3 13
M. Design
NBR Ready Mu
TX C SF-YY
5.50 Sacks / 3,600 psr Concrete for Mach.e Placed Pay.g
1-3" Slump; 36 % t
10/4/2023 32 l3 13
Mix Design
NBR Ready Mu
TX C SF -NY
5.50 Sacks / 3,600 psr Concrete for Mach.e Placed Pay.g
1-3" Slump; 36 % t
9/162024 32 l3 13
Mix Design
SRM Concrete
40025
4000 psr Concrete for Mach.e Placed Pay.g
1-3" Slump; 3-6% Av
9/92022 321313
Mix Design
Tarrant Concrete
FW5520AMP
3600 psr Concrete fin Machine Placed Pay.g
1-3"Slump; 3-6 Av
9/92022 32 13 13
M. Design
T. G. Red, M.
0255 2301
3600 psr Concrete M. for Machine Placed Pay.g
1-3" SWmp; 3.56.5 % An
9/92022 32 13 13
Mu De m
Tme Gnt Redi Mu
0260 2302
4000 psr Concrete Mu for Machine Placed Pay.g
1-3" SWmp; 3.Sb.5%Ah'
CWss H (Han Pl_d Pavan¢)
9/91022 32 13 13
Mu Design
American Concrete Company
45CAF076
4500 psr Concrete for Hand Placed Paving
3-5" SWmp; 36% Ai'
.1022 32 13 13
Mu Design
Argos
D70000001273
4500 psr Concrete for Hand Pl—d Paving
3-5" Skimp36% Ai'
9/9/2022 32 13 13
M. D.w
Argos
D10000001737
4500 psr Concrete for Hand Placed Paving
3-5" SWmp; 36% AQ
9/92022 32 13 13
Mu Design
Argos
D70000002107
4500 psr Concrete for Hand Placed Paving
3-S" SWmp; 36%A "
9/92022 32 13 13
M. Design
Argos
D10000001791
4500 psr Concrete for Hand P _d Pay.g
3-5" SWmp; 36%Aa
9/92022 32 13 13
Mu Destgn
Argos
D10000001103
4500 psr Concrete for Hand Placed Pay.g
3-5" SWmp; 36%An
5/22023 32 13 13
M. Destgn
Brg D Concrete
CM14520AE
4500 psr Concrete for Hand Placed Pay.g
3-5" SWmp; 36 % AQ
9/92022 32 13 13
M. Design
Brg Town Concrete
452065-1
4500 psr hand placed pawng
3-5" SWmp; 36 % An
9/92022 32 13 13
Ma Design
Brg Town Concrete
450065-1
4500 psr hand placed pay.g
3-S"SWmp;36./
9/92022 321313
Ma Design
Bumco Texas
4SUSOOBG
4500 per Cvcrete Ma for Hand Placed Pay.g, Srom Srmcv
3-5"SWmp; 3-6 t
9/92022 321313
Ma Design
Carder Concrete
F'WCC602021
4500 psr covcrete for Hand Placed Pay.g
3-S"SWmp; 36%Av
9/92022 32 l3 13
Ma Desrgo
Charkye Covcrete
4609
4500 per Covaere M. for Hand Placed Pay.g, MaMoles
3-5" SWmp; 3fi % t
9/92022 32 l3 13
Ma Desrgo
Charleye Covcrem
6103
4500 per Cvcrere Ma for Hand Placed Pay.g MaMolee
3-5" Imp 3fi % Av
9/912 22 32 l3 13
Ma Design
Crty Co w Compavy
45NA2011
4500 psr Concrete M. for Hand Placed Pay.g
3-5" Slump; 3fi % Av
9/92022 32 l3 13
Ma Design
Cow Towv Redr Ma
265
4500 psr Concrete Ma for Hand Placed Pay.g
3-5" Slump; 36 % Av
9/92022 32 l3 13
Ma Design
Cow Towv Redr M.
365
4500 psr Covcrete M. for Hand Placed Pay.g
3-5" Slump; 36 % Av
l/29/2024 321313
Mix Design
Esnade Ready Mu
R4560AEWPJ
6.00 Sacks/4,500 psr Concrete for Hand Placed Pay.g
3-5"Slum; 4-6 t
9/92022 32 l3 13
Mix Design
GCH Concrete Se
GCH4500
4500 psr Concrete Hand Placed Pay.g
3-5" Slump; 36 % t
9/92022 32 l3 13
Mix Design
Holc.r - SOR, Mc
1851
4500 psr Concrete fin SWm Dm. Snac.re,, Hand Placed Pay.g
3-5" SlumP; 36 % Av
9/92022 321313
Mu Design
fgmm Concrete&Aggregates
2MWR-161PS5EM
4500 psr Cpnmele M.for Hand Placed Pay.g
3-5"SWmp; 3.56.5%Ai'
9/92022 32 13 13
M. De gn
I, Concrete & Aggregates
2MWR-161UV5DM
4500 psr Concrete for Hand PWced Paving
3-5" SWmp; 36% AQ
9/92022 32 13 13
Mu Design
fgmm Concrete &Aggregates
2MWR-IOMQS50N
4500 psr Concrete for Hand Placed Paving
3-5" SWmp; 36 ' A'
I12/2022 32 13 13
Mu Design
Marl. Manetta
R2146N35
6.11 sacks / 4,500 psr concrete for Hand Place Pay.g, flats, Manholes, Headwalls
3-5" SWmp; 36%A "
8/42023 32 13 13
M. Des
Marl. Manetta
R2146R36
6.17 / 4,500 N, Concrete for Hand Placed Pay.g
3-5" Skimp; 36%A ,
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
32 13 13
M.6 esip
Marctta
32 13 13
Mi, 119p
(Martin
Martin Mabctta
32 13 13
Mi. Deslipr
Martin Marietta
32 13 13
Mu Derr
Martin Marietta
32 13 13
Mi. DIV
Martin Marietta
32 13 13
Mi, Des r
Martin Marietta
32 13 13
Mu D.'Vp
Martin Marietta
32 13 13
Mu Desr
Martin Marietta
32 l3 13
Mu D.p
Martin Marietta
321313
Mi. Des�r
Martin Marietta
321313
Mi. DIF
Mari Marietta
32 13 13
Mi, Des�r
rti
Man Marietta
32 l3 13
Mi. DesVr
NBR Ready Mi,
32 l3 13
Mi. Des r
NBR Ready Mis
321313
Mu Desr
Osbum
321313
Mi. Desp
Rapid Redi Mi,
321313
Mix Desran
Red'
32 13 13
Mix Desum
Redi-Mu
321313
Mix Design
Redi-Mi.
32 13 13
Mi, Des0
Redi-Mix
32 13 13
M& Dell'
SRM Concrete
32 13 13
Mi. Deslr
SRM Concrete
32 13 13
Mu Derr
Tarrant Concrete
32 13 13
Mi. Der r
Tarrant Concrete
32 13 13
Mi. Der r
Tarrant Concrete
32 13 13
Mi. Des r
Titan Ready Mu
321313
Mi. Des r
Tme Grit Redi Mu
321313
Mi Des r
T. Grit Redi Mi.
321313
Desna
Tme Grit Redi Mi.
lass HE (
Eery Strength Pavina)
32 13 13
ix Des��
Hia D Covcrete
32 13 13
Mu Des��f
Hamco Texas
32 13 13
Mix Desl�r
harleys C nc t
321313
Mu Derr
Cow Town Redi Mu
321313
Mi, Der
r
Cow Town Redi Mi.
321313
Mu Desr
Cow Tovm Redi Mu
321313
Mi, Des
r
Cow Tovm Redi Mu
32 13 13
Mi. Des
r
Estrada Ready Mi,
321313
Mi, D.WFA
Holcim -SOR, Inc.
32 l3 13
Mu D-
Liquid Stone
32 13 13
Mu D.VV
Martin Marietta
321313
Mix Des
Redi-Min
321313
Mix DeeV
SRMC verete
32 l3 13
Mix Des,
SRM Concrete
321,3 13
M. Des
Tamm Concrete
321313
alas S ridge
ix Des�rj�
abs
Top Slabs of Direct
Tammt Concrete
Trafl c Cohen/ AJ��ra rh Slabs)
32 13 1 f
Mix Dell'
Cow Town R d. ivlix
32 13 13
Mix Des��r
Cow Town Redi Mix
32 13 13
Mix Desl�r
Cow Town Redi Mix
321313
Mu Deer
Estrada Ready Mix
32 13 13
Mu De
p
Martin Marietta
321313
Mu Des',
Martin Marietta
321313
Mu Desp
NBRReady Mu
321313
Mu D-W.
NBR Ready Mi,
32 l3 13
Mix Dea
r
Redi-Min
32 l3 13
M& Des,Wp
SRM Conorale
Concrete Base Trench
R-4,
03 34 16
Mu D,,�p
Humco Texas
03 34 16
Mu D
It,
Hamco Texas
ontrolled Low
Btrener6 Material
0334 13
Mu Del
Hamco Texas
03 34 13
Mix Des��
Carder Concrete
.3313
M& Des',
Garda, Concrete
033413
M&D.,
City Concrete Comrany
03 34 13
Mu Deefr
Cow Town Redi Mu
03 34 13
Mu Desp
Martin Ma6,ma
0334 13
Mi. DIP
NBR Ready Mu
033413
Concrete FB
Mi, Desran
j
Tapsnt Concrete
I31 37 00
tr� Des��f
(Martin Marietta
31 37 00
Mu Design
Marlin Marietta
R2146N36
R2146K36
R2146K37
R2146R44
R2146K44
R2146P36
R2146K36
R2147241
R2146236
R2146036
R2146242
R2146042
CLS P2-YY
CLS P2-NY
45A60MR
RRM6320AHP
10MI 1524
10MI15D4
10M11504
145CD5P4
45023
45000
FW6020AHP
FW60AHP
TCFW6020AHP
TRC4520
0260.2301
0265.2301
270.230
I4500AE
55UI20AG
6589
370-INC
375-NC
370-NC
380-NC
4575AESC
2125
C451DHR-A
R2161K70
10NI 1507
50310
40326
FW6520AMR
FW7520AMR
4,500 pMi Concrete for Hand Placed Paving°¢
ml
6.22s k/C4,SOOtpsioConacretelfor Hanad Placed Pavirl
6.60 Sacks / 4,500 psi Concrete Mu for Hard Placed Paving
6.60 Sacks / 4,500Ijlei Concrete Mi for Hand Placed Paving
4,500 psi Concrete for Hand Plaeed Paving
4,500 psi Concrete for Hand Placed Paving
4,500 psi Comrele for Hand Placed Paving
4,500 psi C—mu, for Hand Placed Paving
4,500 psi Concrete for Hand Placed Pavina, Inlets
4,500 psi Concrete fur Hand Placed Paving
4,500 psi Concrete for Hand Placed Pavirl�r
6.50 Sacks / 4,500 psi Concrete f, Hand Placed Pavina
6.50 Sacks / 4,500 psi Concrte f, Hand Placed Pavina
6 SK / 4,500 psi Concrete for Hand Placed Paving
4500 psi Concrete f, Haad Placed Pa"y
4500 psi Concrete Mix fur Hand Placed Paving
4500 psi Concrete Mi, for Hand Placed Paving, Storm Drain Sma,ft es
4500 psi Concrete Mix fr Hand Placed Pavira
4500 psi Concrete Mi. for Hand Placed Paving, Smmr Drain Structures
4,500 psi Concrete for Hand Placed Paving
4,500 psi Concrete for Hand Placed Paving
4500 psi Concrete Mi. for Hand Placed Paving
4500 psi Concrete Mi. for Hand Placed Paving
4500 psi Concrete Mi. for Hand Placed Paving
4500 psi Concrete for Hand Placed Paving
4500 psi Concrete Mi, for Hand Placed Pavma°
4500 psi Concrete Mi.for Valley Gutters, Hand Placed Paving
5000 psi Concrete for Hand Placed Paving
4500 psi Concrete for H�'� Early ShyenaOr P^�aptv-u'�`Rp
Sma�
4500 psi Concrete Mu for r H?a a,tY Strenalh Paving
4500 psi Concrete for DES Pavmg
5000 psi Concrete for DES Pavina
4500 psi Concrete for HES Paving
4500 fljjsi Concrete for HES Pa
1.50 Sacks / 4,500 epi (3,000 �i (aJ 3day) Concrete fr HES Pavioa
5000 �i C ncrele BE Pavma
4500pr Comrete foHES P.7J6,000pi(3,000pa24nnJaConH
M�HsavHES Paving4500 pi (2600 psi4
5,000 piCorete�SPmg
4,500 (3,000 (3-0ays) psi Concrete f r HES Paving
4500 (3000 psr 3-0ays) psi HES Pavl9
450013000 pei ,3-dms) psi Concrete RES Pavina
31" Slum, 36%Air
31" Shunp, 36%Air
Slump
3-5" Sh,, 36%Air
31" Slump, 3-%Ate
3-5" Slump, 36% A6
3-5" Slump, 36% Av
3-5" Slump, 36%Air
3-5" Slump; 4.5-7.5%Air
3-5" Slump; 3Air
3-5" Slump; 36 6% % Air
3-5" Slump; 36% Air
3-5" Slump; 36 % Air
3-5" Slump; 36 % Air
3-5" Slump; 3-6 Air
Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 36 % Air
3-5" Slump; 36 % Au
3-5" Slump; 3-6% Au
3-5" Shunp, 3-6 Air
3-5" Slump, 36%Air
31" Slum,, 36% Air
3-5" Slump, 36%Ate
311. Slump, 36%Ate
3-5" Slump, 36% Air
3-5" Slump, 36%Ate
3-5" Slump, 36%AI,
3-5" Slump; 3.56.5%Air
3-5" Slump; 3-6% Air
31" Shunp, 3-6 Air
3-5" Shun,, 36%Air
31" Shun,, 36% Air
3-5" Slum,, 36%Ate
31:: Slump, 36% 1
3-5" Slump, 36%Ate
3-5" Slump, 3-6 Air
3-5" Slump; 36%Air
3-5" Slump; 36%Air
3-5" Slump; 3-6% Atr
3-5" Slump; 36% Air
3-5" Slump; 4.56.5%Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6 Air
Air
3-5" Slump; 3-6% Air
260
4000psiCConcrMfoSabsBooxx Cuvrt, Hwwals
e Hri
35 3661
360
000 p
4MuforBriSbBhrtsHdalls
F
SSmp
3-5lmp,36%Ate
365-STX
4000 sii Concrete for Bridge sl s, ro� slabs ofdvect msffrc cal— apq ..h slabs-TXDOT Class S-No Fly Ash
3-5" Shunp, 36%Ate
R4060AEWR
6.00 3 arks / 4,000 �gj i Concrete for Brdge Slabs, Top Slabs, and Approach Slabs
4-6 Slump, 36%Ate
M7842344
4,000 psi Concrete?.,Bridae Deck
3-5"Slum:4.5-7.5%Ate
R2146P33
6.01 sacks / 4,000 Rai concrete for B, Deck
3-5" Slump, 36% A6
TX S-NY
5.50 Sacks / 4000psric.msete Mu for C s S Smb Paving -No Fly Ash
3-5" Slump, 36%Ate
TX S-YY
4.50 Sacks / 400 Conc,ele Mu fo, Class S Slab Paving
3-5" Slump; 36 % Air
156115D4
4000 psi Brida, s
3-5"Sl.mp;36%Air
D100008553CB
4,000gppa�i Concrete fo, Bdridge Approach Slab, Deck Slab
3-5" Slump; 36%Ate
I08Y4 0BA
IS00 psl lozub, M'afo Bes-for Trench RepT
�7WShhum, 36%Ate
OIY61OBF
100}lsiConcrete Mix f, Flowable Fill
Flowable, 8.5-11.5%Ate
FWCC359101
50-150 psi Plowable Fill - CLSM
3-5" ShamQQ, 8-12%Ate
FWFF237501
50-150 psi Flowable Fill - CLSM
Plowable, 8.5-11.5%Ate
I1-350-FF
50-150 si Conc,ete for Flowable Fill-CLSM
Flowable, 8-12%Ate
Mi.#9
70nMi�lowable Fdl-CLSM
7-9"Stump, 8-11%Ate
FL W25A
8-10"SluoJp�,
FTW FLOW FR,L
I50,,sr iconcretefor HowabbleFiWCLSM
8-12%Ate
FWFF150CLSM
50-150Mi Flowable Fill-CLSM
Plowable; 8-l2%Ate
R21160330
I4,000 psi Concrete for R map
3I., Slump, 36%Ate
Asphalt Paw¢
9/9Y1022 321216
Mu Design
Austin Asphalt
FT5BI17965
FT5B117965PG64-22Ty BFme Base
9/9/'2022 321216
Mu Design
Austin Asphalt
FTIB139965
FTIB139965PG64-22Ty BR -Base
9/9/2022 321216
Ma Design
Austin Asphalt
ITIB117.2
FTIBI17.2 PG64-22 TW.B Fme Base
5/1R024 32 1216
Mu Design
Reynolds Asphalt
340-DG-B P
340-DG-B PG64-22 Type B Base Course
9/9/2022 32 12 16
Ma Design
Reynolds Asphalt
I112B
I112B PG64-22 Type B Fme Base
9/9/2022 32 12 16
Ma Design
Reynolds Asphalt
1612B
1612B PG64-22 Type B Fme Base
12/5/2022 33 12 16
Mm Design
Suu nmm Pavmg
3076BV6422
3076BV6422 PG62-22 Type B Fme Base
9/92022 32 1216
Mu Design
Suamoum Pavmg
34 1 -BRAP6422ERG
34 1 -BRAP6422ERG PG64-22 Type B Fme Base
9/92022 32 1216
Ma Design
TXBIT
37-211305-20
37-2l l305-20 PG64-22 Type B Fme Base
9/9/2022 32 1216
Ma Design
TXBIT
44-211305-17
44-211305-17 PG64-22 Type B Fme Base
9/9/'2022 32 1216
Mu, Design
TXBIT
211305 (1757)
211305 (1757) PG64-22 Type B Fme Base
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
9/9/2022
32 12 14 Mu Design
ITXBIT
4/1/2024
32 12 16
etttdble
Mix Des�e
my Sp�nce
aDW$-Pavers
TXHIT
9/9/2022
321320
Pine Hall Brick(Winstou Salem, NC)
9/9/2022
321320
DWS-Pavers
Western Brick C..(Houstom TX)
9/9/2022
321320
�'21321
DWS-Composae
9/9/2022
DWS-Composite
ADA "s(Wthnin -M�
4/72023
321320
DWS-Pavers
S1.1
ADA Somtions(Wt knigtZ MA)
Silicone Joint
Sealant
9/92022
132 D 73
Joint Scala,[
Dow
9/9/2022
32 13 73
Joint S.Im
Tremco
9/92022
32 13 73
Joint Sealant
Pecors
9/9/2022
32 13 73
Join[Scalant
Crsfco
11 Trench Embedmeul Saud
9/92022
33 05 10
Embedment Sand
Silver Creek Materials
9/92022
33 05 10
Embedment Sand
Crouch Matenals
9/92022
33 05 10
Embedment Saud
F and L Dvt Movers
9/9/2022
33 05 10
Embedment Saud
F and L Did Movers
9/92022
3305 10
Embedment Sand
I. Top Mmtm ManeOa
I64 224125-18 PO
I64 224125-18 PO70 2pe 2 TyD Fine Surface
344 MAC-SP-D 70-22XR
344 MAC-SP-D 70-22XR SAC A-R T— D Fme Surface
Tackle Pavers
Delegable Warning Pavers
Armor Tile
IT mg, Brick CB Composite P—,
Delegable Wamine Pavers
890SL
1890SL-Cold Applied, Single Component, Silicone Jowt Sealant
900SL -Cold Applied, Single Component, Silicone Joint Sealant
311
300SL
300SL-Cold AppW Single Component,Silicone Joint Sealant
RoadSaver Silicone
RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant
U01try Embedment Sand
U: ny Embedment Sand
Uldtry Embedment Sand
Uldtry Embedment Sand
Utdny Embedment Sand
Storm SeaverManholea&Basen/Fra—&Covers/Standnrd/fR
und)33-05-13
9282018 33013
Madwle F.— sad Covers
A —Cast (G- Steel Compevy, LTD)
IMHRC 4220605
MHRC #220605 (Si.- "'24" DW
19/28/2018 330513
Manhole Covu
Neenah Foundry
NF-1274-T91
NP-1274-T91(Size -32"Din.)
1928/2018 33
Manhole Framesand Covers
Neenah Foundry
NF-1741-LM(Hmged)
NP-1743-LM(Hinged)(Size-32"Die.)
9/28/2018 330513
Manhole Frame
Neenah Foundry
NF-1930-30
NP-1930-30(Size-32.25"Die.)
9/282018 330513
Manhole Frames and Covers
Neenah Foundry
R-1743-HV
R-1743-HV(Sime-32"Din.)
4/32019 330513
Manhole Frames and Covers
SIP lndasnies++
1279ST
22795T (Size-24"Die.)
4/3/2 330513
Manhole Frames end Covers
SIP Industries++
2280ST
2280ST (Size-32"Dig.)
11118/2020 330513
Manhole Frames and Covers
EJ( Fomtally East Jordan I—NV.&O
E11033 Z2/A
EJ1033 Z2/A(Sim -32.25"Dk,)
330513
Cmbinlet Covers
SIP Industries++
2296T
2296T(Sim -"""24"Dk,)
�3/82024
6/18/2024 330513
Curb Inlet Covers
SIP lndastries++
1I2279STN
2279STN(Size-24"Dk,)
•*Note: Annewdere(opmen and urn innallarian manho/e /ids sxa/l zed the minimum 30-inrb opening requlemenras specled in Ciry
Speril+ra�ian 33 OS l3. Arrysmal/er opening sius wJl onty De allowedfor exisn'ng manxo/es rMr require replaremenrframesgnd rovers.
Storm Sewer - Inlet& Slrugures 33-05-13
10/8/2020 33 49 20
Cmb We.
Fot —
10/8/2020 33 4920
Curb Inlets
Fonema
10/82020 33 49 20
Cmb Inlets
Fonema
10/8/2020 33 49 20
Cmb Inlets
Fonema
10/8/2020 33 39 20
Manhole
Fonema
10/8/2020 33 39 20
Manhole
Fonema
10/8/2020 333920
Manhole
Fonema
10/8/2020 333920
Manhole
I'm
10/8/2020 333920
Manhole
I'm
10/8/2020 333920
Mmhole
Fodema
3/192021 349 20
Curb Inlets
Thompson Pipe Group
3/19/2121 333492 0
Curb Inlets
Thompson Pipe Group
3/19/2021 33 49 20
Curb Inlets
Thompson Pipe Group
3/19/2021 333920
Manhole
Thompson Pipe Gpap
3/19/2021 333920
Manhole
Thompson Pipe Gcap
3/19/2021 333920
Manhole
Thompson Pipe Oroap
3/19/2021 333920
Manhole
Thompson Pipe Gcap
3/19/2021 333920
Manhole
Thompson Pipe Gcap
3/19/2021 333920
Manhole
Thompson Pipe Gcap
3/19/2021 333920
Menhole
Thompson Pipe(Jroup
3/19/2021 333920
Manhole
Thompson Pipe Gonp
3/19/2021 333920
Manhole
Thompson Pipe(1rouP
3/19/2021 333920
Manhole
Thompson Pipe Goup
3/19/2021 333920
Manhole
Thompson Pipe Goup
3/192021 33 39 20
Manhole
Thompson Pipe Goup
3/19/2021 33 39 20
Manhole
Thompson Pipe Goup
3/19/2021 33 39 20
Manhole
Thompson Pipe Goup
3/19/2021 33 39 20
Manhole
Thompson Pipe Goup
13/19/202: 33 49 20
Drop Inlet
Thompson Pipe Goup
13/19/20233 49 20
Drop lnlg
Thompson Pipe Goup
13/19/2021 33 49 20
Drop Inlet
Thompson Pipe Goup
18/28/2023 33 49 10
Manhole
Oldcasde
8/28/2023 33 49 10
Manhole
OldcaetIe
8282023 33 49 10
Manhole
OldcastIe
8/282023 33 49 10
Manhole
Oldcasde
8/28/2023 33 49 10
Manhole
Oldcagle
8/28/2023 33 49 10
Manhole
01& le
8/28/2023 334910
Manhole
Oldcaetle
8/28/2023 334910
Manhole
Rieke, Materials
8/28/2023 333920
Curb Inlet ] 0 k 3' Rises
Thompson Pipe Gcap
8/28/2023 333920
Cnrb Inlet 15 k3' Rises
Thompson Pipe Gonp
8/28/2023 333920
Cutb Inlet 20'x 3' Rises
Thompson Pipe Gonp
1/12/2024 334920
Drop Inlet
AmeriTex Pipe&Products
1/12/2024 334920
Drop Inlet
Ame U. Pipe&Products
1/19/2024 334920
Manhole
AmetiTex Pipe&Products
1/19/2024 334920
Manfiole
AmeriTex Pipe&Products
1/192024 334920
Manhole
AmeriTex Pipe&Prodacts
1/19/2024 33 49 20
Manhole
AmeffT Pipe &Products
1/19/2024 33 49 20
Manhole
AmeriTex Pipe &Products
1/19/2024 334920
Manhole
Amer.T- Pipe &Products
1/19/2024 334920
Manhole
Amer- Pipe&Products
1/19/2024 334920
Medwle
A —Tex Pipe&Products
7/16/2024 33 49 20
Catb Wets
=,Tex Pipe &Prodmre
7/16/2024 33 49 20
Cmb Ides
A —Tex Pipe &Prodmre
•*Note: Pre -cast inkms are appored/rMe
s gelponion /Meu—e fast,/my. SraBe llpomn
x-005-PRECASTSim 10' X 31
x-0PRECAST::-PRECAST'" (Size-0'X 31
x4.5-0PRECAST'-PRECAST''X
51
x4-020'" (Siu-10.
-PRECAST Siu 0'X4
14
4ApegE_ :R-ECA�(Siu-TX� 41
34
]0-PRECAST-TOP (Size - 5' X 51
:54 -PRECAST-BASE (Size - 5' X 51
:6411-PRECAST-TOP (Si. - 6' X 6)
:6411-PRECAST-BASE (Si. - 6' X 6)
IX3-005-PRECAST INLET"" (Size - l0' X 31
IX3-405-PRECAST INLET"^ (Size - l5' X 31
X3-005-PRECAST INLET" (Size - 20' X 7)
C4409-PRECAST TOP (Size - 4' X 41
C4409-PRECAST BASE (S¢e - TX 41
C4-012-PRECAST 4-17 RISER (Si. -4' X 41
C5-0l0-PRECAST TOP (Si. - 5' X 51
C5-0l0-PRECAST BASE (Sim - 5' X 51
C5412-PRECAST 5-17 RISER (Si. - 5' X 51
C64
I 1-PRECAST TOP (Sim - 6' X 61
C64 -PRECAST BASE (Sim-6'X61
C6412-PRECAST 6-17 RISER (Size - 6' X 61
C7411-PRECAST TOP (Si, - TX 71
C7411-PRECAST BASE (Size -7' X 71
C7412-PRECAST 4-17 RISER (S¢e -7' X 71
C841 I -PRECAST TOP (Size -8' X 81
C841l_PRECAST BASE (Size -8' X 81
C8412-PRECAST 5-17 RISER (S¢e -8' X 81
C4408-PRECAST INLET (Si a-4'X 41
C5408-PRECAST INLET (Si a-5'X 51
C6408-PRECAST INLET (Size - 6' X 61
4' x T Snicked Mmhole (Size -T X 4)
5x8Stom Jmton Box (Siz-5X 8)
4'x4' Stomtou xSiz-4'X41 5' x 5' Storm Jmctiou Box (Size- 5' X 51
6' x 6' Storm Juuctiou Box (Size -6' X 61
8' x 8' Storm Juuctiou Box Base (Size - 8' X 81
5' x 8' Storm Junction Box Base (Size - 5' X 81
-4'X 41
Inlet Rieer (Size - 3 F11
hilet Riser (Size - 3 F11
Inlet Risen (Si. - 3 FF)
Drop Inlet (4' X 41
Drop Inlet (5' X 51
Precast 4'x4' Storm Junction Box
Precast 5k5' Stomt Junction Box
T Precast T—nion MIT (T MH on the top of 5' 1B)
Precast 0,6' Storm Junction Box
6' Precast Tanslnon MIT (T MH on the top of 6' 1B)
Pmem 8M' Storm Junction Box
8' Precast Taasinon MIT (4' MIT on the top of 8' 1B)
Tvm C Smmt Drain Manhole on Box (4' MIT on the top of RCB)
100 P.e." (Size 10'.
3)
150 Precast'" (Size 15' x 3)
are requ/red m be rear /n-Plarc No exopd—w 1hh regairemenrsbal/be a/lowed.
FASTM D5893
TM D5893
TM D5893
TM D5893
ASTM C33
ASTM C33
ASTM C33
ASTM C33
ASTM C33
ASTM A48 AASHTO M3N
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A536 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM C913
ASTM C913
AS C913
AS C913
AS C913
AS C913
AS C913
ASTM C913
ASTM C913
ASTM C913
ASTM 615
ASTM 615
AS 615
AS 615
AS M 615
AS 615
AS 615
AS 615
AS 615
AS 615
AS 615
AS 615
AS 615
ASTM 615
ASTM 615
AS 615
AS 615
AS 615
AS 615
ASTM 615
ASTM 615
ASTM C478
ASTM C478
ASTM C478
AS C478
AS C478
AS M C478
AS M C478
AS M C433
AS 1M C913-16
AS C913-16
AS C913-16
AS C913
AS C913
AS C913
ASTM C913
ASTM C913
AS C913
AS C913
AS C913
ASTM C913
AS M C913
AS M C913
ASTM C913
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
Storm Sewer -Pl—
& Boxes 33-05-13
3341 13
Storm Dram Prpee
Ad—ed D..ge Systems, Inc (ADS)
ADS HP Storm Polwmvvleue (PP) Pipe (Sim -12" - 601 ASTM F2881 & A SHTO M330
334110
Sturm Dram Pipes
Rinker Materials
Reinforced Concrete Pipe Top end Goove Joint Pip, (Sim -21"or 1—) ASTM C76, C655
334110
C.1—Box
Rinker Mmerlals
Reinforced Concrete Box Culvert(Sze- Verions) ASTM C789, C850
3341 10
Storm Drain Pipes
Ame ffe Pipe &Pmdacts
Reinforced Concrete Pipe Tongue end Goove Joint Pipe' (Size -15" .1Imer) ASTM C76, C506
344110
C.N. Box
AmeriT-P��'PPe&Pmdacts
Reinforced Concrete Box C.1 er (size -Various)) ASTM C1433,C1577
3541 10
Storm Drain Pipes
The T— Co.
Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size -15" or huger) ASTM C76, C506
3341 10
Culvert Box
The Tumer Co.
Reinforced Concrete Box Culvert (size - Various) ASTM C1433,C1577
3341 10
Storm Dmin Pipes
Thomlt�(��on Pipe Goup
Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size Various) ASTM C76, C506
334110
CM" Box
Oldcastle
Reinforced Concrete Box Culvert ASTM C1433,C1577
33 41 10
Stmm Dmm Ppee
Old —de
Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size Various) ASTM C76, C506