Loading...
HomeMy WebLinkAboutContract 62975-PM1FORT WORTH. CONTRACT FOR THE CONSTRUCTION OF CSC No. 62975-PM1 PRESSURE SUSTAINING VALVE & VAULT TO SERVE NORTH SIDE PRESSURE PLANE 2.5 IPRC Record No. 24-0068 City Project No. 105519 FID No. 30114-0200431-105519-EO7685 Mattie Parker Jesus "Jav" Chapa Mayor City Manager Chris Harder Director, Water Department Lauren Prieur Director, Transportation and Public Works Department i P�� O F TFk Il .............. �ANDREW J. KUBIAK� �...........................: �• 102179 : w� Ss ..E.....ONAL 03.12.2025 Prepared for The City of Fort Worth March 2025 wil ENGINEERING,INC FRN - F-1386 3017 W 711 Street 300 Fort Worth, Tx 76107 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 07/19/2021 0021 13 Instructions to Bidders 11/02/2021 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Prequalifications 08/13/2011 0045 12 Prequalification Statement 09/30/2021 0045 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 Agreement 12/08/2023 0061 13 Performance Bond 12/08/2023 0061 14 Payment Bond 12/08/2023 0061 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2021 00 73 00 Supplementary Conditions 10/06/2023 Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 3120 Project Meetings 07/01/2011 013216 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 7123 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised December 8, 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httn:Hfortworthtexas.2ov/tuw/contractors/ or httDs:HaDDs.fortworthtexas.Lyov/Proi ectResources/ Division 02 - Existing Conditions Last Revised r»�3 Solo ti„e Site r effl )14 03/lei 0241 14 Utility Removal/Abandonment 12/20/2012 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03/11/2022 0334 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 Division 26 - Electrical 260500 Common rvr3 F: 1 � 0 LCl . 26 05 43 T-nde,-g-.,,,n Duets an Raee,, ays f >~leet,.iea Systems n7/01 /2n1 1 av-v�� mrvrrsmz 'l�o t• MultiDuet (`.,,,u 0216 dt //7l11 � EO:i'�'4�1L'41"^ ,,,,,s�9 Division 31- Earthwork 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 312323 Beffe n1/o Q�3 1 n1 /28/-2n14 �8 Em1�.�''lli��tG oz,-z-�,--� 31 25 00 Erosion and Sediment Control 04/29/2021 313600 dons 12 /'1� sv;L2viz 31�0 Ripr-ap 171 /7 z Division 32 - Exterior Improvements 3201 17 �A[1'�t 1�.17. �ii 12/'frz�-svrzviz 3201 18 To,v,,..,,-.ff A s,.ha t Pa-y ng Do,.ai 12/7rc�-20/i014 27� /''..n e fete Pa-y ng D o,.ai 1 71 /7zzrz0/=viz '27�T Liquid Treated 7,1-o,.',te SoilStab l:.,o,. 08/1 � 3 7� ikl�Zalt 7lk-,,e, -iffg 12/20QO12 27� 1koj).-Zalt 1t[.,,... r,-.,..1� co..l.,,.t� 12/1zz�-20QO12 Z7�3 C nef:ete n.,y4ng n6/lei CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised December 8, 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 '27�3 r.,n -ete Paving Se la-PAs 12/7rc�-20Q0 z 2'� e E)if4 B-63k- UrrtPai4ing 12/')zz 20QO12 '27�3 32 1725 Z7�3 3'�6 Paye.v ef4 TR.,..L;ngs n6llvvrry 2022 Curb Ad 1 1 /n�. non Chain Fences . *a Gates 12/�12- W Fences ,-ad Gates 12/�12 3'�9 Z7�3 -e Ax7....d Fences ,,,,.7 !`_.,tes Q/'f�-avrzviz Cast i Ulaee r,,ne-ete DZkN:zK lg ` e4s 86/05,L201$ 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 32 92 13 Sodding 05/13/2021 32 92 14 Non -Native Seeding 05/13/2021 32 92 15 Z7�3 Native Grass and Wildflower Seeding 10/06/2023 Tf:ees and Sl..ubs 1q/'f�zr20,Q012 Division 33 - Utilities 33-0130 Sewer- a -a M 33 0131 Closed Cir-e'-Cm�' 3303 10 %TWO Pt~R-Axi. 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 3305 10 Utility Trench Excavation, Embedment, and Backfill Tine 04/02/2021 33 05 12 33 05 13 W.,tef: Lower -in Frame, Cover and Grade Rings 12/'1�-zvriviz 09/09/2022 ��4 Adjusting 3�0 In.Qt" Valve Be*es a -a Other- Stnuet#-es nz/1v�r�zz 3305 16 Grade Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 03/11/2022 11 /�12 0Auger-Ig 33-0521 33-0522 Z Z�3 Tu -nil 1.in ar- Pla4e Stool Casing -Ripe 1 2 /'rcrc QO 12 12P z 1 /'fizrsvriviz ZZ�4 33 05 26 Hand T-tH+ n of 1+g T,,.,mel Liner- Dla4-e lasta la4ion .,F(`af-ie- Pipe i Casing 2 12/0z 12/20/2012 E)r- er- Utility Markers/Locators 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/09/2022 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022 2'2 11 1., 2 .� , Ee�et� Proo�ro Pilo, Jar � x7r.,,.,. e Stool Cylinder- Type 1 2/'l z 1 1 14 ZZ�0 B -ied Stool Pipe and > iAipg Wa4ef: Ser-yi es 1 ineh t n ine 12/10,L2012 02/10 n�17 33 } 33 1220 r e W to . >\ etefs Resilient Seated Gate Valve 12 /zz 20QO 12 05/06/2015 CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised December 8, 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 33 1225 �0 33 33 1250 33 12 60 12 33 3113 02/06/2013 Connection to Existing Water M�1y/�1Water- r-�,..,.,1. in �7..1.,e do i- k000mWkas for- Potable Systo,.�., 12/20QO120 F;,.0Hydrants n 1 /no�QO4-T Wa4ul : S!Miens1 2 /'1�r20A2012 Sta- dai-7,1 Blow ffValve Assembly 06/1 3 Cur-ed i Ulaee Pipe (rrnn4 11 /�12 �z Fibefg1wo Rok-f;,fee Pipe for- G ..,.,;t9G'i1,,a?y-SewtFs 12/20QO12 High Density Polyethylene (HDP r4 Pipe fe f Sa-m t, y Sewe, nn /�9 Polyvinyl !''l.ler-i Closed Profile Gr-a .;ty Q.,.-.; Sewer- 333121 e (PNIG) afy Pipe 34 412 Sa-aitafy SePar F'hr L;&,iff.g 12/20QO12 3 31 23 333150 C`afi t., y SewerPipo EL'lI.cx—game 12/1rr20A20iz s� San tafy Sewer- So... iee Cefine .ti„rs Serwiee r ; o nn /gin zz�0 and Combi.-Wa r Air- - Valve fay Sanloar Sewe, For-,,o Mains 12/�lz 22� C C P.VC-3w cio Manholes 11 /�12 33 39 20 Precast Concrete Manholes 12/20/2012 333930 F-iborg1mr— lees 11 /�12 n ri..,,..ber- r) 33 3940 333960 33 41 10 Wastewater- eeess (WAG) 12/20A2z Linef ar Fwr-,Qr,, c o.: t cta,, VdFes n4 /o n�, /-202z Reinfefeed r,,. ct,.,..,., Sewer- Pipe/Ct lyet4s n7/no 1�, O14 ✓? 11 11 e fete High Density Polyethylene (HDP r4 Pipe for- 12/20A2z 2Z�= Reifif f:ee l Polyethylene (ERPE) Pipe 11 /1 5 Pipe ' l.. 11 3 T1-�� Pelyp-epylene Pipe for- S of -m Dsmix n6lio n�i 33 4600 33 4601 Stibain e 12/20QO12 Slotted arm DiuiFlf n�/no 1�11 �4H--02 33 49 10 n�/n, /2n1 1 ��rr�l! ��r� o„-,n Cast i Dlaee TR.,fAwles and 1..netion Bo, ies 12/'1r�-20A201-2 2Z�zp 3� 49 40 Curb and PFE)p h lets 03/i�i Storm Dioi1.age Head -walls a -ad W;..,..t,.,lls 07/no 1�o Q011 Division 34 - Transportation 2A�o Tf:af e e;, na4 n3/,o 1�i 34 ^� �z-i 0.011 Attaehmeat A GefA ellef Cabinet 12/,�i5 34 n�02 Att-aehment B Gentf0lhzr brozifieatiefi 02QO12 34 41 1n03 n c fie tie. n,�12 �o� rrttt'tElin3en�—�6�'V6zc�fcvpccnzccccivn 2 A�-4z-i 1 To,v. pe -a -y T,-., ff; e Signals 1 11 1 /'1 3 34 0 Assemblies 12/20QO12 �nh �' �'43C1dt1"" 34 4120.01 -Afta6al SD RaeD Caro o 064542015 34 n 1 2n n2 > -eeway r Erg n,,.,,1,,... r 06 c/2n, c �-�rzvvz �7a'i»'ito'»3S vvrr�rsvz� 34 .� Residefftial LED Roadway izar>.si :ter.-rs 064542015 34 4130 1 1 ��ilU2��'i�.1.1� �gffS /12QO13 �� 34 71 13 Tf ffie Ge t fe 03 /�2-4- CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised December 8, 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 Non -City of Fort Worth Specification 1 15113 1 Pressure Relief/Sustaining/Solenoid Valves Appendix GC-4.04 Underground Facilities GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised December 8, 2023 3/24/25, 9:05 AM Details File #: Type: Title: Mover: Result: Agenda note: Minutes note: Action: Action text: Consent Votes (0:0) 0 records Person Name No records to display. City of Fort Worth - Action Details MC 250036 Version: 1 Award of Contract Consent (CD 10) Authorize Execution of a Community Facilities Agreement with Forestar (USA) Real Estate Group Inc., with City Participation in an Amount Up to $656,237.84 for a Pressure Sustaining Valve and Vault Located in North Fort Worth, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program Seconder: Approved Approved. Appropriation Ordinance No. 27415-01-2025 Vote https://fortworthgov.legistar.com/H istoryDetail.aspx? I D=32388862&GU I D=F FA2CD 13-C26D-4C64-8169-A5A8273C59C2# 1 /1 General Discussion Certifications Attachments Authors & Reviewers Routing Summary (This is a read only summary view of the M&C) City of Fort Worth, Texas Mayor and Council Communication DATE: 01 /14/25 LOG NAME: 60NORTHSIDE PRESSURE PLANE 2.5 VALVE CONSENT: Consent SUBJECT (CD 10) Authorize Execution of a Community Facilities Agreement with Forestar (USA) Real Estate Group Inc., with City Participation in an Amount Up to $656,237.84 for a Pressure Sustaining Valve and Vault Located in North Fort Worth, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: Authorize the execution of a Community Facilities Agreement with Forestar (USA) Real Estate Group Inc., with City participation in an amount up to $656,237.84 for a pressure sustaining valve and vault located in north Fort Worth; and Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water & Sewer Revenue Bonds Series 2024 Fund by increasing estimated receipts and appropriations in the Community Facilities Agreement Bucket programmable project (City Project No.P00001) in the amount of $740,433.00 and decreasing estimated receipts and appropriations in the Commercial Paper project (City Project No. UCMLPR) by the same amount for the purpose of funding the Community Facilities Agreement Northside PressurePlane2.5 project (City Project No. 105519) and to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION Forestar (USA) Real Estate Group Inc., (Developer) is constructing the Rivers Edge development located west of Interstate Highway 35 and south of Business Highway 114. The edge of the Northside II pressure plane has pressure issues due to elevations and high demands. A pressure sustaining valve and vault will transfer a portion of the existing Northside 11 pressure plane to the Northside III pressure plane. The construction costs for the project are estimated to be allocated at 3.34% for the Developer and 96.66% for the City. The Northside Pressure Plane 2.5 project is assigned City Project No. 105519 and Accela System Record Infrastructure Plan Review Center (IPRC) Number IPRC24-0068. The project has been publicly bid. The City's cost participation in the project is estimated to be in an amount up to $656,237.84 as shown in the table below. Payments to the Developer are estimated to be $561,299.79 for construction costs, $11,226.00 for material testing costs, $1,870.37 for Infrastructure Plan Review Center (IPRC) fees, $8,293.08 for public bid advertisement, and $62,147.55 for design services. The City's cost participation also includes $11,401.05 to cover the City's portion of construction inspection service fees, administrative material testing fees, and water lab fees. An additional $84,194.97 in the contingency funds will cover the City's portion of any change orders. The following table shows the cost sharing breakdown for the project between all parties: A. Construction Developer City Cost Total Cost Cost 1. Water $19,395.21 $561,299.79 $580,695.00 Contingency $0.00 $84,194.97 $84,194.97 B. Inspections & Testing (days) 1. Construction Inspection Fee $380.76 $11,019.24 $11,400.00 �2. Admin Material Testing Fee �3. Water Lab Fee 4. Material Testing Cost Contingency $8.18 $236.82 $245.00 $5.01 $144.99 $150.00 $0.00 $11,226.00 $11,226.00 �5. IPRC plan review fees $64.63 $1,870.37 $1,935.00 �6. Design cost $2,147.45 $62,147.55 $64,295.00 �7. Public Bid Advertisement $286.56 $8,293.08 $8,579.64 Total Project Cost $22,287.80 $740,432.81 $762,720.61 *Numbers will be rounded up for accounting purposes. The reimbursement of the City participation, excluding inspection and material testing fees, is not a lump -sum amount and may be less than the stated amount depending upon the actual quantities and unit prices from the Notice of Final Completion package, commonly referred to as the Green Sheet package. It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. 60NORTHSIDE PRESSURE PLANE 2.5 Capital Project Name FY2025 CIP Authority Budget Change Revised Fund Name FY2025 56022 - 105519 - CFA- W&S Rev Northside Bonds PressurePlane2.5 Series 2024 Appropriations $0.00 This M&C (Increase/Decrease) Budget $740,433.00 $740,433.00 Funding is available in the Commercial Paper project within the W&S Rev Bonds Series 2024 Fund for the purpose of funding the CFA- Northside PressurePlane2.5 project. Funding for the Community Facility Agreement (CFA) — Northside PressurePlane2.5 project as depicted in the table below: Fund W&S Rev Bonds Series 2024 - Fund 56022 Project Total Existing Additional Project Total* Appropriations Appropriations $0.00 $740,433.00 $740,433.00 $0.00 $740,433.00 $740,433.00 *Numbers rounded for presentation purposes. BUSINESS EQUITY- A goal is not required under Business Equity Ordinance 25165-102021 when City spending participation on Community Facilities Agreements is less than $1,000,000.00 dollars. An amendment or change order may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. This project is located in COUNCIL DISTRICT 10. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Commercial Paper project within the W&S Rev Bonds Series 2024 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in W&S Rev Bonds Series 2024 Fund for the CFA- Northside PressurePlane2.5 project to support the approval of the above recommendations and execution of the agreement. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. Submitted for Citv Manaaer's Office bit: William Johnson 5806 Oriqinatina Business Unit Head: Chris Harder 5020 Additional Information Contact: Suby Varguhese 8009 Melissa Harris 8428 M&C Code Contract (C) M&C Type Consent Non -Consent M&C Business Unit water Purchasing M&C M&C Logname 60 NORTHSIDE PRESSURE PLANE 2.5 VALVE M&C Subject 8 Source (CD 10) Authorize Execution of a Community Facilities Agreement with Forestar (USA) Real Estate Group Inc., with City ' Participation in an Amount Up to $656,237.84 for a Pressure Sustaining Valve and Vault Located in North Fort Worth, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program 'A Council Date 01/14/25 Approval Deadline: 5:00 pm on 12/26/24 Information Technology Related Includes Any Federal, State, Interlocal or Grant Funding Public Hearing Financial Impact to Another Business Unit Certificate of Interested Parties Contract Requiring Form 1295 Form 1295 NOT Required Special Instructions Discussion 0 Source I Forestar (USA) Real Estate Group Inc., (Developer) is constructing the Rivers Edge development located west of Interstate Highway 35 and south of Business Highway 114. The edge of the Northside II pressure plane has pressure issues due to elevations and high demands. A pressure sustaining valve and vault will transfer a portion of the existing Northside II pressure plane to the Northside III pressure plane. The construction costs for the project are estimated to be allocated at 3.34% for the Developer and 96.66% for the City. The Northside Pressure Plane 2.5 project is assigned City Project No. 105519 and Accela System Record Infrastructure Plan Review Center (IPRC) Number IPRC24-0068. The project has been publicly bid. The City's cost participation in the project is estimated to be in an amount up to $656,237.84 as shown in the table below. Payments to the Developer are estimated to be $561,299.79 for construction costs, $11,226.00 for material testing costs, $1,870.37 for Infrastructure Plan Review Center (IPRC) fees, $8,293.08 for public bid advertisement, and $62,147.55 for design services. The City's cost participation also includes $11,401.05 to cover the City's portion of construction inspection service fees, administrative material testing fees, and water lab fees. An additional $84,194.97 in the contingency funds will cover the City's portion of any change orders. The following table shows the cost sharing breakdown for the project between all parties: A. Construction Developer Cost City Cost Total Cost 1. Water $19,395.21 $561,299.79 $580,695.00 Contingency $0.00 $84,194.97 $84,194.97 Submitted for City Manager's Office by Name Phone Extension William Johnson 5806 Originating Business Unit Head Name Phone Extension Chris Harder 5020 Additional Information Contact Name Phone Extension Suby Varguhese 8009 Melissa Harris 8428 To have the default values on this page updated contact the City Secretary's Office at extension 6081. Attachments Attachment Form 1295 Certificate.pdf View Harris, Melissa _ — 1 Attachment Type Form 1295 For Use By CFW Internal 8 Yes x 4. Valve PP2.pdf View Harris, Melissa Contract/Exhibits Public Document i--r U Yes - x PBS CPN 105519.pdf View Naylor, Norma Other CFW Internal Yes x Project Budget Summary -- '— ORD.APP_60NORTHSIDE PRESSURE PLANE 2.5 VALVE_56022_AO25(r2).docx 60 NORTHSIDE PRESSURE PLAINE 2.5 VALVE FID Table (WCF 11.21.24).xlsx View Dossey, Ordinance Amanda Celestine, FID Table ViewCelestine, R 60NORTHSIDE PRESSURE PLANE 2.5 Jones -Newlin, VALVE funds availability. pdf ViewStephanie J Add Row for New Attachment Original Creator of M&C Employee Name Harris, Melissa Email Business Unit O6 - Development Services Employees with Author Authority on this M&C Authors Primary Author I Harris, Melissa Approval Notifications Notify the following when any approval is completed for this M&C: Generate PDF Copy of M&C M&C 60NORTHSIDE PRESSURE PLANE 2.5 VALVE.pdf M&C 60NORTHSIDE PRESSURE PLANE 2.5 VALVE.pdf M&C 60NORTHSIDE PRESSURE PLANE 2.5 VALVE.pdf M&C 60NORTHSIDE PRESSURE PLANE 2.5 VALVE.pdf M&C 60NORTHSIDE PRESSURE PLANE 2.5 VALVE.pdf M&C 60NORTHSIDE PRESSURE PLANE 2.5 VALVE.pdf M&C 60NORTHSIDE PRESSURE PLANE 2.5 VALVE.pdf M&C 60NORTHSIDE PRESSURE PLANE 2.5 VALVE.pdf M&C 60NORTHSIDE PRESSURE PLANE 2.5 VALVE.pdf M&C 60NORTHSIDE PRESSURE PLANE 2.5 VALVE.pdf M&C 60NORTHSIDE PRESSURE PLANE 2.5 VALVE.pdf M&C 60NORTHSIDE PRESSURE PLANE 2.5 VALVE.pdf M&C 60NORTHSIDE PRESSURE PLANE 2.5 VALVE.pdf M&C 60NORTHSIDE PRESSURE PLANE 2.5 VALVE.pdf M&C 60NORTHSIDE PRESSURE PLANE 2.5 VALVE.pdf Public Document 4 43 Yes x CFW Internal L-r NO p x (Funds Availability CFW Internal Q Yes x Development Projec (817) 392-8428 Development Water Section View Download Remove 11/19/2024 2:42 PM Harris, Melissa View Download Remove 11/19/2024 9:13 PM McCracken, Richard A View Download Remove 11/20/2024 3:28 PM Naylor, Norma View Download Remove 11/21/202410:28AM Dossey,Amanda View Download Remove 11/21/202411:10AM Celestine, Alicia R View Download Remove 11/21/2024 3:50 PM Jones -Newlin, Stephanie J View Download Remove 11/21/2024 8:38 PM Harris, Melissa View Download Remove 11/22/2024 8:07 AM Harder, Christopher View Download Remove 11/22/2024 8:41 AM Sanchez, Nohemi View Download Remove 11/22/2024 9:13 AM Dossey, Amanda View Download Remove 11/22/2024 9:30 AM Ma, May View Download Remove 11/26/2024 1:11 PM Perry, Catherine View Download Remove 12/4/2024 3:29 PM Harder, Christopher View Download Remove 12/5/2024 2:20 PM Johnson, William M View Download Remove 12/7/2024 11:24 AM McCracken, Richard A Participants Completed Status Result Comments Initiator Melissa 111/19/2024 2:42 Completed LHarris, Author Collaboration 11/19/2024 2:42 PM 11/21/2024 8:38 4 Collaboration Complete - Harris, Melissa PM Completed Route for Approval Review 11/19/2024 2:42 PM McCracken, 11/19/2024 9:13 Completed Sri Submit Review Richard A PM Naylor, Norma 111/20/2024 3:28 Completed JS Submit Review PM 11/21/2024 Dossey, Amanda Completed JS Submit Review 10:28 AM 11/21/2024 Celestine, Alicia R Completed 'j6 Submit Review _ 11:10 AM Jones -Newlin, 11/21/2024 3:50 Completed Submit Review Stephanie J PM 11/21/2024 8:38 Terry, Terri Cancelled [Cancelled Due to Condition : Collaboration Complete] Clement, Ashley N. 11/21/2024 8:38 PM Cancelled [Cancelled Due to Condition : Collaboration Complete] Kirk, Steven B flI1�/21/2024 8:38 Cancelled [Cancelled Due to Condition : Collaboration Complete] Laufer, Alex 111M/21/2024 8:38 Cancelled [Cancelled Due to Condition : Collaboration Complete] Send Review Completion Email 11/20/2024 11:09 AM McCracken, 11/20/2024 Notified Richard A 11:09 AM Send Review Completion Email 11/20/2024 5:48 PM Naylor, Norma 111M/20/2024 5:48 Notified Send Review Completion Email 11/21/2024 11:00 AM Dossey, Amanda 11/21/2024 Notified 11:00 AM Send Review Completion Email 11/21/2024 11:11 AM Celestine, Alicia R 11/21/2024 Notified 11:11 AM Send Review Completion Email 11/21/2024 8:37 PM Jones -Newlin, 11/21/2024 8:37 Notified Stephanie J PM Initial Director Approval 11/21/2024 8:38 PM Harder, 11/22/2024 8:07 Completed �/ Approve Christopher AM Approvals Not Completed on Time 11/22/2024 5:13 AM 5:13 Notified Harris, Melissa AM22/2024 MWBE Approval 11/22/2024 8:07 AM 8:41 1 Completed V Approve Sanchez, Nohemi AM22/2024 Budget Approval 11/22/2024 8:41 AM Dorsey, Amanda 11/22/2024 9:13 Completed �/ Approve AM L 9:30 Ma, May Completed �! Final Budget Approval AM22/2024 CFO Fiscal Certification 11/22/2024 9:30 AM Perry, Catherine 11 1:11 1 Completed Approve 1/26/2024 Final Director Approval 11/26/2024 1:11 PM Harder, 12/4/2024 3:29 Completed �/ Approve Christopher PM ACM Approval 12/4/2024 3:29 PM Participants I Completed I Status I Result I Comments Johnson, William 12/5/2024 2:20 Completed �/ Approve M PM Legal Approval 12/5/2024 2:20 PM McCracken, 12/7/2024 11:24 Changed all references to "an amount not to exceed: to "an amount up to" and added a Richard A AM Completed Approve reference to section 2-9 of the City Code for change orders and amendments. Agenda Ready 12/7/2024 11:24 AM Chevez, Jacquelyn Active Garcia, Patricia Active Hector, Michelle V I Active Send this M&C to the deletion pending state Current Routing Step: Agenda Ready ADDENDUM NO. 1 To the Plans, Specifications & General Contract Documents Pressure Sustaining Valve & Vault Improvements To Serve North Side Pressure Plane 2.5 CITY PROJECT NO.: 105519 Bid Date: October 31, 2024 at 2:00 PM Addendum No. 1: Issued October 29, 2024 The Contract Documents, Specifications, and Plans for the subject project are hereby amended as follows: QUESTIONS FROM THE PRE -BID MEETING: Question 1: How is the sump pump being handled? Answer: Contractor to install the sump pump. Connections will be handled by the City of Fort Worth. Any changes to the sump pump installation will be addressed via change order. Question 2: What is the anticipated start date? Answer: Project anticipated to start after the 12/10/2024 M&C approval. Question 3: Is there a MWBE goal? Answer: No, there is not a MWBE goal. PAGE 1 This Addendum, forms part of the Contract Documents referenced above and modifies the original Contract Documents and Plans. Bidder shall acknowledge receipt of this addendum in the space provided below, on the last page of the Bid Form and acknowledge receipt on the outer envelope of vour bid. A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. RECEIPT ACKNOWLEDGEMENT: ISSUED BY: LJA Engineering, Inc. By: By: al-, / Andrew Kubiak, P.E. Senior Project Engineer Company: Address: City: State: ACCEPTED BY CITY: Izeldeen Ahmed, P.E. Senior Professional Engineer PAGE 2 0011 13 INVITATION TO BIDDERS Paget of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of North Side Pressure Plane 2.5 ("Project") will be received for the City of Fort Worth via the Procurement Portal htt)s://fortworthtexas.bonfirehub.com/portal/?tab=oDen0pportunities, under the respective Project until 2:00 P.M. CST, Thursday, OCTOBER 31, 2024. The bid opening will take place at the Mezzanine (CH _MZ10_12), situated at 100 Fort Worth Trail, Fort Worth, TX 76102 (Mezzanine Floor) as further described below: Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=open0j2portunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: CITY OF FORT WORTH NORTHSIDE PRESSURE PLANE 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 105519 Revised 1/17/24 0011 13 INVITATION TO BIDDERS Page 2 of 3 Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers. The major work will consist of the (approximate) following: Installation of 16" pressure sustaining valve housed in 19' x 12' concrete vault along with installation of approximately 39 Linear Feet of 16" Water Line by open cut and all associated appurtenances. PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=oi)en0pportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal httDs://fortworthtexas.bonfirehub.com/portal/?tab=oDenODDortunities, under the respective Project. PREBID CONFERENCE — In -person and Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time, as well as simultaneously via a web conferencing application: DATE: 10125124 U (/Allly.,Mal Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. CITY OF FORT WORTH NORTHSIDE PRESSURE PLANE 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 105519 Revised 1/17/24 0011 13 INVITATION TO BIDDERS ADVERTISEMENT DATES I" - October 16, 2024 2"d - October 23, 2024 END OF SECTION Page 3 of 3 CITY OF FORT WORTH NORTHSIDE PRESSURE PLANE 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 105519 Revised 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 10 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https://ai)12s.fortworthtexas.2ov/ProiectResources/ 3.1.1. Paving — Requirements document located at: CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 105519 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 httl)s:Ha-ol)s.fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2OPavin2 %20Contractor%2OPreaualification%2OPro2ram/PREOUALIFICATION%20REO UIREMENTS%20FOR%20PAVING%2000NTRACTORS.Ddf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: httl)s://ai)l)s.fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2ORoadwa v%20and%2OPedestrian%2OLi2htin2%2OPre(ivalification%2OPro2ram/STREET% 20LIGHT%20PREOUAL%20REOMNTS.i)df 3.1.3. Water and Sanitary Sewer — Requirements document located at: httl)s://aDDs.fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/Water%2Oand%2 OSanitarv%20Sewer%2OContractor%2OPreaualification%2OPro2ram/W S S%2Nre aual%20reauirements.bdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 105519 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4.[REMOVED] 4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 105519 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 105519 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 105519 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Izeldeen Ahmed, IPRC, Infrastructure Plan Review Center Email: izeldeen.Ahmed@fortworthtexas.gov Phone: 817-392-7830 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via the City's electronic document management and collaboration system at https: //fortworthtexas. bonfirehub. com/portal/?tab=openOpportunities, . 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 105519 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. All entries shall be legible. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 105519 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office may be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing and delivered to the Purchasing Office to receive a time stamp prior to the opening of Bids. A timely withdrawn bid will be returned to the Bidder or, if the request is within one hour of bid opening, will not be read aloud and will thereafter be returned unopened. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 105519 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 14.2. In the event any Bid for which a withdrawal request has been timely filed has been inadvertently opened, said Bid and any record thereof will subsequently be marked "Withdrawn" and will be given no further consideration for the award of contract. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 105519 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httiDs://www.ethics.state.tx.us/data/forms/1295/1295.udf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 105519 Revised/Updated November 2, 2021 00 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Nanagers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) htti)s://www.ethics.state.tx.us/data/forms/conflict/CIS.Ddf 0 CIQ Form does not apply CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary 0 CIS Form does not apply El CIS Form is on File with City Secretary 0 CIS Form is being provided to the City Secretary BIDDER: Burnsco Construction, Inc. 6331 Southwest Blvd. Benbrook, TX 76132 END OF SECTION By: Signature: Y Title: Vice President CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 3-00 41 00 Bid Proposal Workbook 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Pressure Sustaining Vavle & Vault to serve Northside Pressure Plane 2.5 City Project No.: 105519 Units/Sections: 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding ®ocuments to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 3-00 41 00 Bid Proposal Workbook 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water mians (all sizes) for New Development, Rehabilitation and Redevelopment 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 40 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 3-00 41 00 Bid Proposal Workbook 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Base Bid <use this if applicable, otherwise delete Total Bid 7. Bid Submittal This Bid is submitted on October 31, 2024 Respectfully s ml ed, By: !� (Signature) Albert Grantqes (Printed Name) Title: Vice President Company: Burnsco Construction, Inc. Address: 6331 Southwest Blvd. Benbrook, 7X 76132 State of Incorporation: Texas Email: grantges@burnsco.net Phone: 817-738-3200 END OF SECTION $580,695.00 $0.00 $0.00 $0.00 $580,695.00 by the entity named below. Receipt is acknowledged of the Initial following Addenda: 44 Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 3-00 41 00 Bid Proposal Workbook 00 42 43 BID PROPOSAL Page 1 of l SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal UNIT I: WATER IMPROVEMENTS Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity 1 3311.0551 16" DIP Water 33 11 10 LF 56 $650.00 $36,400.00 2 3312.3006 16" Gate Valve w/ Vault 33 1220 EA 1 $44,000.00 $44,000.00 3 3312.0106 Connection to Existing 16" Water Main 33 1225 EA 2 $18,000.00 $36,000.00 4 3305.0109 Trench Safety 3305 10 LF 56 $15.00 $840.00 5 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 1 $20,000.00 $20,000.00 9999.0001 16" CLA-V AL Pressure Sustaining Valve in 15113 6 Vault, all fittings, piping, valves and other 33 11 10 EA 1 appurtenances, complete in place 33 1220 $297,560.00 $297,560.00 03 3000 7 9999.0002 Pressure Sustaining Valve Vault EA 1 33 39 20 $145,580.00 $145,580.00 8 19999.0003 Silt Fence 00 00 00 LF 105 $3.00 $315.00 9 I I to I 11 I I I 12 I I 13 I I 14 I I I I 15 I I I I 16 I I I 17 I I I 18 I I I 19 I I I I 20 I I I I TOTAL UNIT I: WATER IMPROVEMENTS: Bid Summary UNIT I: WATER IMPROVEMENTS: Total Construction Bid This Bid is submitted by the entity named below: $580,695.00 I $580,695.001 1 1 $580,695.001 BIDDER: BY: Burnsco Construction, Inc. 6331 Southwest Blvd. Benbrook, TX 76132 TITLE: Vice PAsident� DATE: 31-Oct-24 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 40 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 DOCUNENTS Revised 9/30/2021 3-00 4100 Bid Proposal Workbook OTM AIA Document A31 -2010 CONTRACTOR: (Alaine, legal status and address) BURNSCO CONSTRUCTION, INC. 6331 Southwest Boulevard Benbrook, TX 76132 OWNER: (Maine, legal status and address) CITY OF FORT WORTH 1000 Throckmorton Street, Fort Worth, TX 76102 BOND AMOUNT: Five Percent of Amount bid (5% of Amount Bid) PROJECT: Naine, location or address, North Side Pressure Plane 2.5 Fort Worth, TX SURETY: (A"ante, legal status and principal place of business) LIBERTY MUTUAL FIRE INSURANCE COMPANY 175 Berkeley Street Boston, MA 02116 and Project number, if any) This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable, Project Number, if any: The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as providedherein.The conditions of this Bond are such that if the Owner accepts the bid of [lie -Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (I) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents. with a Surety adriuttcd in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment, of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, bet-vveen the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner inay accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified iiii the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in. connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall. be deemed to be Subcontractor and the term Owner shall. be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirctuent. in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions confortning to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a coint-non law bond. Signed and sealed this 228thn day of 00- Jc/� (Witness) October, 2024 BURNSCO COISTRWCTION, INC (Princip ' d ------(-I;ea1)(77de" ..ax �� LIBERTY kAuruAL FIRE INSURANCE COMPANY {:Surely}(Se a 1) (Title) SopNhinHunterAttorney in Fact AIA Document A310114 — 2010. Copyright 6 1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Libertx LibertyMutual Fire Insurance Company Mutual. Wausau, Wisconsin Certificate No: 8205468-022020 SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: Liberty Mutual Fire Insurance Company, being a Wisconsin Corporation having its principal office in the City of Wausau, State of Wisconsin does hereby make, constitute and appoint Don E. Cornell, Joshua Saunders; Kelly A. Westbrook; Mikaela Peppers; Ricardo J. Reyna; Robbi Morales; Sophime Hunter; Tina McEwan; Tonle Petranek all of the city of Dallas state of TX each individually if there be more than one named, its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in theirAts name, place and stead, to sign, execute, acknowledge and deliver in their/its behalf, and as theirfits act and deed, without power of redelegation, as follows: Bonds, undertakings, recognizances, contracts of indemnity, and all other surety obligations, as required, unlimited as to Dollar amount and to bind the Company(ies) making this appointment thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Company(ies), and all the acts of said attorney(s), pursuant to the authority herein given, are hereby ratified and confirmed. AUTHORITY FOR MAKING APPOINTMENT OF ATTORNEYS -IN -FACT Appointment of Attorneys -in -Fact by Liberty Mutual Fire Insurance Company are made pursuant to Article V, Section 10 of Liberty Mutual Fire Insurance Company's By -Laws, as amended and by Unanimous Consent of the Board of Directors dated May 21st, 2013. Further, the President of Liberty Mutual Fire Insurance Company, executed a Delegation of Authority and authorized the assistant secretary signing below to appoint attorneys -in -fact as may be necessary to act on behalf of Liberty Mutual Fire Insurance Company to make y vi m execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances, and other surety obligations. a> 0 a). @ IN WITNESS WHEREOF, Liberty Mutual Fire Insurance Company has caused these presents to be signed by its authorized representatives, and its Corporate Seal to be hereto affixed, s this 23rd day of April 2021 E rn Liberty Mutual Fire Insurance Company > �`�o >� g 19 0 8 C 0° rd h'ScoNs�� a� B y' O rn C ' �'eDavid M. Carey, Assistant Secretary a O o * *�a L O CU C C Q Q a) Attest: \l Q o N CY)CD Heather B. Magee o 0 0 a) State of PENNSYLVANIA ss 04 3 °O o .9 County of MONTGOMERY a_o 04 o The foregoing instrument was acknowledged before me this 23rd day of April 2021 by David M. Carey, an authorized representative of Liberty Mutual Fire Insurance o L Insurance Company. _0 (.0 U .0 A M > 7U «;,p p',a-.� ss., p Commonwealth of Pennsylvania - Notary Seal Teresa Pastella, U ZCU Notary Public Montgomery County My March 28, " ' �t��� �0 6.0 commission expires 2025 By•it�C v-pc.r LL a IY� Commission number 1126044 Member, Pennsylvania Association of Notaries Teresa Pastella, Notary Public CERTIFICATE I, the undersigned, an Assistant Secretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys -in -fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated May 21, 2013. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any Certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon; the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, affixed, this 28th day of October , 2024 F%TLE INS& 00RSir`R9C, By: 1908� n o Renee C. Llewellyn, Assistant Secretary rd �vsCoN`'v� L3 d8j7 LMS-22023 03/21 w- i ­ SURETYiLiberty TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll -free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (I I I -1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: htta://www.tdi.texas.aov E-mail: Con sumerProtectionVtdi.texas.aov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (I I I-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: httn://www.tdi.texas.Qov E-mail: Con sumerProtection Vtdi.texas.aov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. NP 70 68 09 01 LMS-15292 10/15 ADDENDUM NO. 1 To the Plans, Specifications & General Contract Documents Pressure Sustaining Valve & Vault Improvements To Serve North Side Pressure Plane 2.5 CITY PROJECT NO.: 105519 Bid Date: October 31, 2024 at 2:00 PM Addendum No. 1: Issued October 29, 2024 The Contract Documents, Specifications, and Plans for the subject project are hereby amended as follows: QUESTIONS FROM THE PRE -BID MEETING: Question 1: How is the sump pump being handled? Answer: Contractor to install the sump pump. Connections will be handled by the City of Fort Worth. Any changes to the sump pump installation will be addressed via change order. Question 2: What is the anticipated start date? Answer: Project anticipated to start after the 12/10/2024 M&C approval. Question 3: Is there a MWBE goal? Answer: No, there is not a MWBE goal. PAGE 1 This Addendum, forms part of the Contract Documents referenced above and modifies the original Contract Documents and Plans. Bidder shall acknowledge receipt of this addendum in the space provided below, on the last Daae of the Bid Form and acknowledge receipt on the outer envelope of vour bid. A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. RECEIPT ACKNOWLEDGEMENT: Company:14wn ( ors_ �ro�., 6Kt Address: ikum-s4 $lug - City: r.v- State: —U c ISSUED BY: LJA Engineering, Inc. By. 4�U Andrew Kubiak, P.E. Senior Project Engineer ACCEPTED BY CITY: Izeldeen Ahmed, P.E. Senior Professional Engineer PAGE 2 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR C®MPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of are not required to underbid resident bidders. , our principal place of business, B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. F BIDDER: Burnsco Construction, Inc. 6331 Southwest Blvd. Benbrook, TX 76132 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 By: -- Sifgnatuj g) Title: Vice President Date: 31-Oct-24 3-00 41 00 Bid Proposal Workbook 0045 11 -1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalifled or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalifled for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalifled at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31 st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxDermit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised August 13, 2021 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised August 13, 2021 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised August 13, 2021 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water mains (all sizes) f®r New Development, Rehabilitation Burnsco Construction, Inc. 6/30/2025 and Redevelopment The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Burnsco Construction, Inc. By Alb rt Grantges 6331 Southwest Blvd. Benbrook, TX 76132 (Signature) 0 Title: Vice President Date: 4D i Qj0 O ;Lq END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 3-00 41 00 Bid Proposal Workbook FORT WORTH. SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) ( 1 Telephone Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company City State Zip Code City State Zip Code ( 1 Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category — Water Dept - Water/sewer Work Category — TPW Paving Work Category — TPW Ped/Rdwy Lighting john.kasavich@FortWorthTexas.gov TPW_ Prequalification@fortworthtexas.gov clint.hoover@fortworthtexas.gov Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services Division 200 Texas St. Fort Works Dept. 3741 SW Loop 820, Fort Worth, Management Attn: Clint Hoover, P.E. 5001 Worth, TX 76102 TX 76133 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less _ Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller _ Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller _ Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller _ Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller _ Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes _ Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger _ CCTV, 8-inches and smaller _ CCTV, 12-inches and smaller _ CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised August 13, 2021 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED _! CCTV, 42-inches and smaller _ CCTV, 48-inches and smaller _ Sewer CIPP, 12-inches and smaller _ Sewer CIPP, 24-inches and smaller _ Sewer CIPP, 42-inches and smaller _ Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only on concrete street / ROW paving CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised August 13, 2021 0045 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in had: (a) As a General Contractor: construction work has your organization (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION CONTRACT OF DATE CITY -COUNTY - AMOUNT WORK COMPLETED STATE *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so, where and why? NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised August 13, 2021 0045 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. I NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised August 13, 2021 CORPORATION BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) 0045 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 PARTNERSHIP BLOCK If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised August 13, 2021 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as 'various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM QUANTITY 1 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 ITEM DESCRIPTION Various - CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 BALANCE SHEET VALUE TOTAL Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 CPN: 105519 0045 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised August 13, 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 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. 105519. 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: Burnsco Construction, Inc. Company 6331 Southwest Blvd. Address Benbrook, TX 76132 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Albert Grantges ( lease rint) Signature: 9- 1 r— Title: Vice President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Albert Grantges . 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 Bumsco construction, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 20day of ` b , �`� o`"va'' KASSANDRA CANALES :Notary Public, State of Texas Nary Public in and for the State of Texas .-,z Comm. Expires 01-23-2027 Notary ID 134158873 END OF SECTION CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 CPN: 105519 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised July 1, 201 1 00 45 40 - 1 Business Equity Goal Page 1 of 2 1 SECTION 00 45 40 2 Business Equity Goal 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 6 (M/WBEs). 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 11 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 12 2020 (codified at: https://codelibrga.amleaal.com/codes/ftworth/latest/ftworth tx/0-0-0-225931 apply to 13 this bid. 14 15 BUSINESS EOUITY PROJECT GOAL 16 The City's Business Equity goal on this project is Not Rea_ uired of the total bid value of the contract (Base 17 bid applies to Parks and Community Services). 18 19 METHODS TO COMPLY WITH THE GOAL 20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 22 ordinance through one of the following methods: 1. Commercially useful services performed by a 23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 25 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. 26 Prime contractor Waiver documentation. 27 28 SUBMITTAL OF REOUIRED DOCUMENTATION 29 Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall 30 EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or 31 Department Designee. Documents are to be received no later than 2:00 p.m., on the third City 32 business day after the bid opening date, exclusive of the bid opening date. 33 34 The Offeror must submit one or more of the following documents: 35 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 36 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 37 participation is less than stated goal, or no Business Equity participation is accomplished; 38 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 39 all subcontracting/supplier opportunities; or 40 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 41 Prot6g6 participation. 42 43 These forms can be found at: 44 Business Equity Utilization Form and Letter of Intent 45 https://anus.fortworthtexas.eov/Pro_iectResources/ResourcesP/60 - MW E/Business Equity Utilization 46 Form_DVIN 2022 220324.12df 47 48 Letter of Intent CITY OF FORT WORTH Pressure Sustaining Valve & Vault to Serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised October 27, 2021 004540-2 Business Equity Goal Page 2 of 2 1 httDs://anus.fortworthtexas.e_ov/Pro_iectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN 2 2021.Ddf 4 Business Equity Good Faith Effort Form 5 httns://anus.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/Good Faith Effort 6 Form DVIN2022.Ddf 7 8 Business Equity Prime Contractor Waiver Form 9 httns://anus.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 10 Waiver-220313.Ddf 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Business Equity Joint Venture Form httr)s://anus.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/MWBE Joint Venture 220225.Ddf FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID REJECTED. FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUTY DOCUMENTATION OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact The Business Equity Division of the Department of Diversity and Inclusion at (817) 392-2674. END OF SECTION CITY OF FORT WORTH Pressure Sustaining Valve & Vault to Serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised October 27, 2021 2 SECTION 00 52 43 AGREEMENT 00 52 43 - 1 Developer Awarded Project Agreement Pagel of4 3 4 THIS AGREEMENT, authorized on 3/4I2" r is made by and between the Developer, 5 Forestar (USA) Real Estate Group, Inc., authorized to do business in Texas ("Developer") , and 6 13urnsco Construction. Inc., authorized to do business in Texas, acting by and through its duly 7 authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 North Side Pressure Plane 2.5 17 City Proiect .No- 105519; IPRC24-0068 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 40 working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Five Hundred Dollars ($500.00) for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF FORT WORTH North Side Pressure Plane 2 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105519 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 o f 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of Five Hundred Eishty Thousand Six Hundred Ninety- 41 Five Dollars and Zero Cents (S580.695.00). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (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 North Side Pressure Plane 2 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105519 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of4 77 Article 6. INDEMNIFICATION 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 79 expense, the city, its officers, servants and employees, from and against any and all 80 claims arising out of, or alleged to arise out of, the work and services to be performed 81 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 82 under this contract. This indemnification provision is specifically intended to operate 83 and be effective even if it is alleged or proven that all or some of the damages being 84 sought were caused, in whole or in part, by anv act, omission or negligence of the city. 85 This indemnity provision is intended to include, without limitation, indemnity for 86 costs, expenses and legal fees incurred by the city in defending against such claims and 87 causes of actions. 88 89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 90 the city, its officers, servants and employees, from and against any and all loss, damage 91 or destruction of property of the city, arising out of, or alleged to arise out of, the work 92 and services to be performed by the contractor, its officers, agents, employees, 93 subcontractors, licensees or invitees under this contract. This indemnification 94 provision is specificaliv intended to operate and be effective even if it is alleged or 95 proven that all or some of the damages being sought were caused, in whole or in part, 96 by anv act, omission or negligence of the city. 97 98 Article 7. MISCELLANEOUS 99 7.1 Terms. 100 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 101 the Constnlction Contract for Developer Awarded Projects. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the Developer. 105 7.3 Successors and Assigns. 106 Developer and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or III unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon DEVELOPER and 113 CONTRACTOR. 114 7.5 Governing Law and Venue. 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH North Side Pressure Plane 2 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105519 Revised June 16, 201 6 005243-4 Developer Awarded Project Agreement Page 4 of 118 119 7.6 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WITNESS \NFIEREOF, Developer and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 127 Contractor: Burnsco Constl-ziction, Inc. Bv: (Signature) Albert Grantges (Printed Name) Developer: Forestar (USA) Real Estate Group, Inc. By: (Signature) Stephen Brim (Printed Name) Title: Vice President Title: Vice President Company Name: Burnsco Construction, Company name: Forestar (USA) Real Estate Inc. Group, Inc. Address: Address: 6331 Southwest Blvd. 2221 Lamar Blvd Suite 790 City/ State/ Zip: Benbrook, TX 76132 3,/& Jz 24 City/State/Zip: Arlington, Texas 76006 Date Date 128 -3/4 I" Z.� CITY OF FORT WORTH Norco Side Pressure Plane 2 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105519 Revised June 16, 2016 Bond #022241987 0062 13- 1 PERFORMANCE BOND Page 1 of 2 1 SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Burnsco Construction, Inc.. known as "Principal" herein and 9 Liberty Mutual Fire Insurance Company , a corporate surety (sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 11 or more), are held and firmly bound unto the Developer, Forestar (USA) Real Estate Group, Inc., 12 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 13 corporation ("City"), in the penal sum of, Five Hundred Eiahty Thousand Six Hundred Ninety- 14 Five Dollars and Zero Cents ($580,695.00), lawful money of the United States, to be paid in Fort 15 Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly 16 unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, 17 administrators, successors and assigns, jointly and severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number CFA24-0177; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the 6th day of March , 20 25, which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as North Side Pressure Plane 2.5. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH North Side Pressure Plane 2.5 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105519 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 6th day of 9 March 2025 . 10 PRINCIPAL: 11 Burnsco Construction, Inc. 12 - 13 r . 14 BY: -- -- 15 Signature 16 AEST: 17 / 18 ��, ✓ Albert Grantees, Vice President 19 (Princ' ) Secretary Name and Title 20 21 Address: 6331 Southwest Blvd. 22 Benbrook. TX 76132 23 24 25 Witness as to Principal 26 SURETY: 27 Liberty Mutual Fire Insurance Company 28 29` 30 BY: 31 Sigr�ature 32 33 Sophinie Hunter, Attorney -In -Fact 34 Name and Title 35 36 Address: 2200 Renaissance Blvd., Suite 400 37 King of Prussia, PA 19406 38 39 40 Witness as to Surety Telephone Number: 214-989-0000 41 42 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 43 from the by-laws showing that this person has authority to sign such obligation. If Surety's 44 physical address is different from its mailing address, both must be provided. 45 46 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH North Side Pressure Plane 2.5 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105519 Revised January 31, 2012 Bond #022241987 0062 14- 1 PAYMENT BOND Page 1 of 2 I SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Burnsco Construction, Inc., known as "Principal" herein, and 8 Liberty Mutual Fire Insurance Company , a corporate surety ( or 9 sureties if more than one), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Forestar 11 (USA) Real Estate Group, Inc., authorized to do business in Texas "(Developer"), and the City of 12 Fort Worth, a Texas municipal corporation ("City"), in the penal sum of Five Hundred Eip-hty 13 Thousand Six Hundred Ninetv-Five Dollars and Zero Cents ($580,695.00), lawful money of the 14 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum 15 well and truly be made jointly unto the Developer and the City as dual obligees, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA dumber CFA24-0177; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 6th day of March , 20 25 , which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as North Side Pressure Plane 2.5. 26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 27 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 28 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 30 force and effect. CITY OF FORT WORTH North Side Pressure Plane 2.5 STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No. 105519 Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Govemment Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the 6th day of 6 March 12025 . N ) Secretary 6aiv Jen . &And_ . Witness as to Principal ATTEST: (Surety) Secretary Witness as to Surety PRINCIPAL: Burnsco Construction, Inc. ,. BY: ; Signatu e � 1 ll Albert Grantees, Vice President Name and Title Address: 6331 Southwest Blvd.- Benbrook, TX 76132 SURETY: Liberty Mutual Fire Insurance Company_ BY: Signatu e Sophinie Hunter, Attorney-In-rr-?c+. Name and Title Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406__ Telephone Number: 214-989-0000 7 8 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 9 bylaws showing that this person has authority to sign such obligation. If Surety's physical 10 address is different from its mailing address, both must be provided. 11 12 THE DATE OF THE BOND SHALL NOT BE PRIOR TO THE DATE THE CONTRACT 13 IS AWARDED. 14 END OF SECTION CITY OF FORT WORTH North Side Pressure Plane 2.5 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105519 Revised January 31, 2012 Bond #022241987 0062 19- 1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARR:ANT § 7 8 That we Bumsco Construction, Inc., known as "Principal" herein and 9 Liberty Mutual Fire Insurance Company , a corporate surety (sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 11 or more), are held and firmly bound unto the Developer, Forestar (USA) Real Estate Group, Inc., 12 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 13 corporation ("City"), in the sum of, _ Five Hundred Eighty Thousand Six Hundred Ninetv-Five 14 Dollars and Zero Cents ($580,695.00), lawful money of the United States, to be paid in Fort 15 Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the 16 Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, 17 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number CFA24-0177; and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 6th day of March , 20 25 , which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 27 the "Work") as provided for in said Contract and designated as North Side Pressure Plane 2.5; 28 and 29 30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans, specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of two (2) years 33 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 34 CITY OF FORT WORTH North Side Pressure Plane 2.5 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105519 Revised January 31, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 006219-2 MAINTENANCE BOND Page 2 of 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation 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 Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, "1'exas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTIiER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 North .Side Pressure Plane 2.5 City Prqject No. 105519 006219-3 MAINTENANCE BOND Page 3 of 3 I 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 6th day of 3 March 20 25 . 4 5 6 7 8 9 10 I A EST: 12 13 14 (Princ' 1) Secretary 15 16 17 18 r 19r- 20 Witness as to Principal 21 22 23 24 25 26 27 28 29 ATTEST: 30 ,} _ � 31 r I,L 32 \,,(�Surety) ecre �eSr 33 34 35 Witness as to Surety 36 PRINCIPAL: Burnsco Construction, Inc. BY: ASignure Albert Grantees, Vice President Name and Title Address: 6331 Southwest Blvd. Benbrook, TX 76132 SURETY: Liberty Mutual Fire Insurance Company BY:% _ Sigliature Sophinie Hunter, Attorney-hl -Fact Name and Title Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 Telephone Number: 214-989-0000 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 41 The date of the bond shall not be prior to the date the Contract is awarded. 42 CITY OF FORT WORTH North Side Pressure Plane 2.5 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105519 Revised January 31, 2012 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Fire Insurance Company Certificate fcateNo 8205468-022020 Wausau, Wisconsin SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: Liberty Mutual Fire Insurance Company, being a Wisconsin Corporation having its principal office in the City of Wausau, State of Wisconsin does hereby make, constitute and appoint Don E. Cornell; Joshua Saunders; Kelly A. Westbrook; Mikaela Peppers; Ricardo J. Reyna; Robbi Morales; Sophinie Hunter; Tina McEwan; Tonie Petranek all of the city of Dallas state of TX each individually if there be more than one named, its true and lawful adomey(s)-in-fact, with full power and authority hereby conferred in their/its name, place and stead, to sign, execute, acknowledge and deliver in their/its behalf, and as theirfits act and deed, without power of redelegation, as follows: Bonds, undertakings, recognizances, contracts of indemnity, and all other surety obligations, as required, unlimited as to Dollar amount and to bind the Company(ies) making this appointment thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Company(ies), and all the acts of said attorney(s), pursuant to the authority herein given, are hereby ratified and confirmed. — AUTHORITY FOR MAKING APPOINTMENT OF ATTORNEYS -IN -FACT Appointment of Attorneys -in -Fact by Liberty Mutual Fire Insurance Company are made pursuant to Article V, Section 10 of Liberty Mutual Fire Insurance Company's By -Laws, as amended and by Unanimous Consent of the Board of Directors dated May 21st, 2013. Further, the President of Liberty Mutual Fire Insurance Company, executed a Delegation of Authority and authorized the assistant secretary signing below to appoint attorneys -in -fact as may be necessary to act on behalf of Liberty Mutual Fire Insurance Company to make m o (D execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances, and other surety obligations. E q m IN WITNESS WHEREOF, Liberty Mutual Fire Insurance Company has caused these presents to be signed by its authorized representatives, and its Corporate Seal to be hereto affixed, 0 this 23rd day of April 2021 o E ;y rn Liberty Mutual Fire Insurance Company CU a� C.) N �1pE fNs& E 3 Py �µPO/rq Ry cc /J (D 1908 Ya�`y'scog5"'da By: / OCO *� David M. Carey, Assistant Secretary 0-0 o >.— (D'is do c`oE c"a Attest: *0 UL--6. qy) - v Q o ai ; Heather B. Magee o � cm N � 04 Co `r State of PENNSYLVANIA °D a 3 r .� County of MONTGOMERY ss ao Cl o The foregoing instrument was acknowledged before me this 23rd day of April 2021 by David M. Carey, an authorized representative of Liberty Mutual Fire Insurance 2ca _o y— ca Insurance Company. CD mto f9C p PASS, U > N ,,a`r� Commonwealth of Pennsylvania - Notary seal O N A ` Teresa Pastella, Notary Public - N UZ Montgomery County !/ " , " 1 Cot>@" My commission expires March 26, 2ii" By �iLl.�-O� � LL d Commission number 1126044 y Member, Penns Ivania Association of Notaries Teresa Pastella, Notary Public 1r CERTIFICATE I, the undersigned, an Assistant Secretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attomey was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys -in -fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated May 21, 2013. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, affixed, this 6th day of March , 2025 FARE INS& �JPr�ORPoR9 By: 1908� o Renee C. Llewellyn, Assistant Secretary rd Cot, L� * �xa LMS-22023 03/21 TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll -free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (l l 1-IA) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: httn://www.tdi.texas.aov E-mail: ConsumerProtectionVtdi.texas.aov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (1 11-1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: httn://www.tdi.texas.aov E-mail: ConsumerProtectionVtdi.texas.eov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. NP 70 68 09 01 LMS-15292 10/15 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Article 1 — Definitions and Terminology.......... 1.01 Defined Terms ............................... 1.02 Terminology .................................. Article 2 — Preliminary Matters ....................... 2.01 Before Starting Construction...... 2.02 Preconstruction Conference........ 2.03 Public Meeting ............................ Page .............................................1 .............................................1 ............................................. 5 ....................................................... 6 ....................................................... 6 ....................................................... 6 ....................................................... 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 Article 4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas.......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit: ............................................. 5.21 Nondiscrimination ........................................ Article 6 - Other Work at the Site....... 6.01 Related Work at Site ....... Article 7 - City's Responsibilities ............................................ 7.01 Inspections, Tests, and Approvals ....................... 7.02 Limitations on City's Responsibilities ................ 7.03 Compliance with Safety Program ........................ Article 8 - City's Observation Status During Construction....... 8.01 City's Project Representative ................................. 8.02 Authorized Variations in Work .............................. 8.03 Rejecting Defective Work ...................................... 8.04 Determinations for Work Performed ...................... Article 9 - Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays......................................................................... Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............ 11.01 Notice of Defects.............................................................................................................. 11.02 Access to Work................................................................................................................. 11.03 Tests and Inspections........................................................................................................ 11.04 Uncovering Work............................................................................................................. 11.05 City May Stop the Work................................................................................................... 11.06 Correction or Removal of Defective Work...................................................................... 11.07 Correction Period.............................................................................................................. 11.08 City May Correct Defective Work................................................................................... Article 12 - Completion .......................................... 12.01 Contractor's Warranty of Title ........... 12.02 Partial Utilization ................................ 12.03 Final Inspection ................................... 12.04 Final Acceptance ................................. Article 13 - Suspension of Work ..................................... 13.01 City May Suspend Work ............................. Article 14 - Miscellaneous ......................................... 14.01 Giving Notice ......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 24 24 25 25 26 26 26 26 26 27 a a ... 29 ... 29 ... 29 ... 29 ... 30 ... 30 ... 30 ... 30 ... 31 ................................. 32 ................................. 32 ................................. 32 ................................. 32 ................................. 33 ............................................................. 33 ............................................................. 33 34 34 14.02 Computation of Times................................................................................................................ 34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations............................................................................................................... 35 14.05 Headings......................................................................................................................................35 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 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of apart of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 I 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 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 b. Each Occurrence:: NONE 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑x Required for this Contract. (Check this box if there is any City Participation) ❑ Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ® Required for this Contract. ❑ Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 011100-1 SUMMARY OF WORK SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Recommended Not recommended Received late By Date Remarks Date Rej ected CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised August 17, 2012 SECTION 01 31 20 PROJECT MEETINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013120-1 PROJECT MEETINGS Page 1 of 3 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IfflMgHrf W.1e17 7%'/u 101e18 9 ZIZy 011117 &1 A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised July 1, 2011 013120-2 PROJECT MEETINGS Page 2 of 3 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised July 1, 2011 0132 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Pagel of 5 1 SECTION 0132 16.1 2 CONSTRUCTION SCHEDULE - BASELINE EXAMPLE 3 PART1- GENERAL 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 The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a "baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification 0132 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised August 13, 2021 �c 0 0 CFW - Integrated Program �+ vttviry iu I Httiviry Iva me No FTW - Project Manager CD Cn Cn C CD (n N N 7 D G N G O Q° G CU C O cn CD (D Z 0 CO m m m rn U CID z� o� cn m 1� N CD Cn uu I nu � orarc I rinisn 434 1 434 02-Ap,18 17-D-19 Pre -Construction 38 8200 Award Construction Contract 0 8210 SW Pollution Prevention Plan (Contractor Prepare and Submit) 10 8220 Site WalkThrough 1 82 PrwCon Sruction 38 8230 Notice To ProceedLPreCondrudron Meeting 1 8240 Pre -Con ruction -Public Meeting 1 8250 Mobilization 20 Construction Contract Execution 230 83 Conshu lion 230 Sheet 1 90 Water & Storm _L40 3010 Temp Water ' 10 3000 Construction Start 0 3020 Lay 8'' water and services 25 3030 Temp Paving Repair 5 Paving 45 3040 Exravadm 5 3050 +Stahl¢are, 5 3060 Paving 30 3070 Flat Work 20 3080 Clean up 10 3090 Street 1 Complete 0 Sheet 2 113 Water & Slam 63 atuu i.mpvvarer -iu 3110 Lay 8'' water and services 15 3120 Temp Paving Repair 5 8 3130 Lay 8'' Sewer and Seances 3140 Temp Paving Repair 5 20 Paving oror 45 3160 Exnvation 5 3170 Stablization 5 Actual Work • • Milestone Remaining Work • • Critical Milestone Critical Remaining Work • • Completed Milestone 38 0 10 1 38 1 1 20 230 230 90 40 10 0 25 5 45 5 5 30 20 10 0 113 63 10 15 5 8 5 20 45 5 5 02-Apr-18 23-May-18 02-Apr-18 02-Apr-18 13Apr-18 02-Apr-18 02-Apr-18 02-Ap,18 23May-18 17-Apr18 17-Apr18 25-Apr-18 25-Apr-18 26-Apr-18 23May-18 03May-18 01-Apr-19 03May-18 01-Apr-19 03May-18 10-Sep-18 03May-18 28-J-18 03May-18 16May-18 03 May, 18 17-May-18 21-JJn-18 22-Junr18 28-JJrr18 09 ,LF18 1 O-Sep-18 09-11F18 13-Ju118 16JLki8 20-Ju118 23,LF18 ?I-Aug18 06-Aug-18 ?1-Aug-18 27-Aug18 10.Sep-18 14Sep-18 29-Junr18 14Dec 18 29-Jun-18 27- Sep -18 29-Jun-18 13Ju218 16_,LF18 03Aug18 06-Aug18 1QAug18 13Aug-18 22-Aug13 23Aug-18 23Aug18 30-Aug-18 27Sep -18 05-0ct-18 10-De&18 05Oct18 I 11-01-18 12-0ct-18 18- d 18 Project Schedule Data Date: 30-Mar-18 Y....... JLW"", ",I tut, LVlB 2,2 Float M AIMIJIJulIAISIOINID JIFIMIAIMIJIJnllAISIOINID JI 396 8210, 8220 0 / --- 8200 424 8200 8230 0 - __ ---- ----- __ ----------- ------ - - ___'__________ --- 8220 8240 0 8230 3000, 8250 0 8240 3310 81 g I I I 0 ' ----- -----' 140 g 3000 3020 0 8240 3010, 3500 0 3010 3030 0 3020 3040, 3100 0 140 3030 12050 110 3040 110 I I __ - - - •__ y---------- __ - __________'_______ 3050 30770, 3180 110 -- - - -- - -- - - -- - - 3060 3080 140 3070 3090 140 -- - - --- ----- -'----- ----- '._______-__ 3080 8510 140 ----- ___--___, _--__ -- - 57 ---- ------ -------- -_-----'-------- ----- 3030 3110 0Fill t 3100 3120 0 3110 3130 0 3120 3140 0 3130 3150,3220 0 3140 13160 67 __----- ------ -- ------- -_--- __---_ 3160 2170,326(7 fl7 3160 12180 71 Remainin... Actual Lev... CIP-01B - Neighborhood Street Project Ba... Construction Baseline Schedule Example FORT WORTH 00 CD Cn C CD Cn N N 7� 7� fU G (D G CU C O rn CD Z O U) Q m m cn rn U CD z� oCD cn m 1� N CD Chi CFW - Integrated Program >a iry iu Astiviry Name Project Schedule uU Ku I OTalt Finish I medecesscl JUc_es- 3180 Paving 1 20 3190 Flat Work 20 _ 3100 Clean up 10 3210 Street 2 Complete 0 Street 80 Water & Sloan 13 3220 Temp Water 4 3230 Lay 8'' water and services 8 3240 Temp Paving Repair 1 Paving 50 3250 Excavation 5 3260 Stablization' 5 3276 Pacing 20 3280 Flat Work 20 3290 Clean up 10 3300 Street 3 Complete 0 Street 4 134 3310 Temp Water 6 3320 Lay 8'' water and services 20 3330 Temp Paving Repair 3 3340 Lay 8'' Sewer Lines L-3203 & L-8346 and Services 20 3350 Lay 8'' Sewer Lines L 3212 & L 8355 and Services 15 3360 Temp Paving Repair 5 Paving 60 3370 Excavation 10 3380 Stablization 10 3390 Pavng 20 3400 Flat Work 20 3410 Clean up 10 3420 Street 4 Complete/Substantial Complete 0 Inspections 276 85 nspecho0 275 8500Inspection 225 8510 Final Inspection 10 1 8520 1 Complete Punch ListTasks 30 � Actual Work • � Remaining Work • � Critical Remaining Work • 20 1 19-0ct-18 15Nov-18 3170, 3D 1 3190 20 02 Nov-18 03Dec 18 3180 3200 10 27-No+r18 10.Deo-18 3190 3210 0 1C-Dec18 3200 8510 80 30-Aug-13 24-Dec-18 13 30-Arl 1&Sep-18 4 30-Arl 05Sep-18 13140 3230 8 06-Sep-18 17-Sep-18 13220 3240 1 18-Sep, 18 1 &Sep-18 3230 3250 3310 Data Date: 30-Mar-18 Zulu 2ura 'tutu M AI MIJIJw(AIS 0IN1D JIFIMIAIMIJJJuIIA1SIOINID J11 i 50 12-0ct 18 24Dea-18 _371 5 12-0ct-18 18-Och18 3240, 31t 3260 67 5 19-oct-18 25-Och18 3250 3270 67 __ - - ____ __ ________________---- ___________ 20 26-Oct-18 25-Nov-18 3260 3280 67 20 15-Nov-18 17-Dec 18 3270 3290 57 10 11-0eo-18 24-De&18 3280 3300 57 _— _______I ______ _l __________ ___________----- ______ 0 24-D-1 8 3290 i5l 0 67 134 19,Sep-18 01-Apr-19 69 13Sep-18 27-Dec-18 E1 6 19-Sep-18 26-Sep-18 3240, 82` 3320 0 20 27-Sep-18 24-Oct-18 3310 3330 0 3 25 Oct 18 2&0ct-18 3320 3340 0 20 30-0ct-18 2&Nov-18 3330 3350 0 15 29-Nov-18 19-De&18 3340 3360 0 5 20Dee 18 27-Dec 18 3350 3370 0 60 07-Jan-19 01-Apr-19 I D 10 07-Jan-19 18-dDn-19 3360 3380 0 10 22-Jan-19 04-Feb-19 3370 3390 0',',', 20 05-Feb-19 01 3380 3400 ____----- - ------ ----- 0-- 20 25-Feb-19 25Mar-19 3390 3410 0 10 19-Mar-19 01-Apr-19 3400 3420 0 0 01-Apr-19 3410 8510 0 276 03May-18 05-JJrr19 0 276 03-May-18 05-Jan-19 0 225 03May-18 SMar-19 SR0 8520 5 10 02-Apr-19 15-Apr-19 3420, 33r 8520 0 30 1 16-Apr-19 2&May-19 8510 8530 -0 O Milestone ® Remainin... FORT WORTH. -0 O Critical Milestone Actual Lev... CIP-01B - Neighborhood Street • Completed Milestone Project Ba... Construction Baseline Schedule Example 0 uA CD Cn rn C tD Cn C N N 7 7 CO G fU G O G CU C O cn CD (D Z O Cn Q m m m rn U CD z� oCD cn m 1� N CD U1 CFW - Integrated Program >cmlty I u Project Schedule A=al Iva me I uu I Hu I 'a,a I rims, I rredecesscl su 8530 1 Final WalkThrough for Completed Punch List Tasle. 1 1 1 1 1 05-Jun-19 ' 05-J-19 8520 18540 8540 Constiu don Final Completion 0 0 05-Jrr19 8530 9100,9110 Closeout 135 135 06-Jun-19 17-DecI9 90 Closeout 135 135 06-Jun-19 17-Dec 19 Construction Contract Close-out 135 135 06-Jun-19 17-DecI9 As-BakSurvey 5 5 06-Jun-19 12-,Ln-19 9100 AsBmtt Survey (Submitted by Contractor) I 5 5 05-Jun-19 12-J-19 8540 9110 contract Closeout 135 135 05-Jun-19 17-Deod9 0 9110 Contract Reconciliation 30 30 05-Jun-19 18-Jul19 9100,85= 9120 9120 Submittals (Project Closeout Documentation) 38 38 19-JW9 11Sep-19 9110 9130 9130 0 0 23Oct-19 9120 9140 9140 Final Constmchon Contract Invoice Paid 1 1 14-NM9 14-Nov-19 9130 9150 9150 Constru tLon Contract Closed 0 0 14-Nov-19 9140 916o 1 9160 Lessons Learned 1 1 17-Dec -19 17-DGc 19 19150 � Actual Work O � Remaining Work O � Critical Remaining Work • Data Date: 30-Mar-18 tutu 2uta zu2u MiAIMIJ�JuIIAIS 01NIo JIFIMIAIM JJJuIIAISIOINID JIF - ----- --I111111 I I I I ---- ----- - ------ -- O Milestone o Remainin... FORT WORTH. 00 O Critical Milestone - Actual Lev... CIP-01B - Neighborhood Street • Completed Milestone Project Ba... Construction Baseline Schedule Example dA 0132 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised August 13, 2021 0132 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Pagel of 5 1 SECTION 0132 16.2 2 CONSTRUCTION SCHEDULE — PROGRESS EXAMPLE 3 PART1- GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the 6 schedule is referred to as a "progress" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 CFW Specification 0132 16 Construction Schedule for details and requirements regarding 9 the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised August 13, 2021 ~c 0 CFW - Integrated Program �+ vttvity w � ettiviry Iva me O No FTW - Project Manager O cn Ct1 (D Z 0 CO m m m In U CD z� oCD cn m 1� N CD CJ7 Pre -Construction 8200 Award Construction Contrail 8220 Site 8210 SW 8230 Notice 8240 Pre C 82 Pre C 8250 Moblll Project Schedule VU I KU � Lnys-l%o JCLrroiea Jtart1CLLctiea Finian a nnplete 432 411 02Apr-18 17 Dec 19 WalkThrough 1 Polluton Prevention Plan (Contractor Prepare and Submit} 10 To ProceedrPreConstruQlOn Meeting 1 on Sruclion - Pu IJ�C Meeting 1 onstruclion 38 ation 20 Construction Contract Execution IF 230 83 Cori dion 230 Sheet 1 90 Water & Storm _L40 3000 Constim Arlon Start ' 0 3010 Temp Water 10 3020 Lay 8'' water and services 25 3030 Temp Paving Repair 5 Paving 45 3040 Excavation 5 3050 +Stabl¢ation 5 3060 Paving 30 3070 Flat Work 20 3080 Clean up 10 3090 Street 1 Complete 0 Sheet 2 113 Water & Slam 63 3100 Temp Water 10 3110 Lay 8'' water and services 15 3120 Temp Pawing Repair 5 8 3130 Lay 8'' Sewer and Seances 3140 Temp Paving Repair 5 Paving oror 45 3160 Excavation 5 3170 Stablization 5 � Actual Work • • Milestone � Remaining Work • • Critical Milestone � Critical Remaining Work • • Completed Milestone JTat I Finim 02Apol8A r 13Dec-19 11 01 23May-18 02-Apr-18A 15May-18 0 100% � 02Apr-18 02- Apr -18A 0 100% 02- Apr -18 02- Apr -18 02- Apr -18A 02-Apr-18A 0 100% �02Apr-18 13Apr-18 02Apr-18A 13-Apr-18A 0 100% 17-Apr-18 17-Apr -18 17-Apr-18A 17-Apr-18A 0 100% 25-18 25-Apr-18 1&Apr-18A 19-Apr-18A 11 0% 02-Apr-18 23-May-18 02-Apr-18A 15-May-18 11 50% 26-Apr-18 23-May-18 18-Apr-18A 15-May-18 230 03May-18 01-Apr-19 01-May-18 28-Mar-19 230 0% 03May-18 01-Apr-19 01-May-18 28-Mar19 90 03May-18 10-Sep-18 �I 01avlay-18 05-Sep-18 40 03May-18 28-,LrF18 01avlay-18 26-J-18 0 0% 03May-18 01avlay-18 10 090 03May-18 16-May-18 01-May-18 14-MEW 18 25 046 17-May-18 21-Jin-18 15-May-18 19-.11n-18 5 096 �22-Jun-18 28-,L rr18 20 Jurr18 26-ll rr18 45 E 09Jri 10-Sep 18 05-JuF18 06Sep-18 5 G% 09-iri 13-J1118 05Juk18 11-Jul-18 5 0% 1&Juk18 20-,LN8 12Juk18 18-Jul-18 30 Oq6 23Juk18 11-Aug-18 1&Juk18 20-Ari 20 0% 06Aug18 31-Aug18 12-Aug13 29-Aug18 10 646 27-Aug-18 10-Sep-18 23Aug18 0FSep-18 0 0% 10-Sep-18� 06-Sep-18 113 29-Jun-18 10Dqo-18 27.Jurr18 05-Dec-18 63 2&Jun-18 27-Sep18 27-Jun-18 25 Sep 10 0% 29 Jun-18 13JJk18 27.Jurr18 11-Jul-18 15 0% 16-Jul-18 03Aug18 12-JU-18 01-Ari 5 0% 06-Aug-18 10-Aug-18 02Aug18 0&Ari 8 0% 13Aug-18 22-Aug18 09-Aug18 21-Ari 28-Ari 20-Aug18 27-Ari 25-Sep 18 5 0% 23Aug-18 29-Aug18 20 0% 30-Aug18 27-Sep18 45 05Oct 18 10-Dwo-18 03-Od 18 01-18 5 0% 05Oct 18 i 11-Och18 03-od 18 09-0ct-18 5 0% 112Oct 18 118Oc618 1D-0c618 � 16 Od r8 Data Date: 30-Apr-18 Iaal narianCB-h6L u I 2C LuIN Float Finish [Date MIJlJ�JIY IW IJ�JIAI� I'Y 0 2 400 6 - - `- p � ' 0 j I I I I I 85 6 85 6— _____ _•'I I . 0 2 0 2 140 2 0 2 0 2 _ ------ 01 2 01 01� 2 140 `. L 0 2 110 2 110 2 - -- -- -- 140 2 140 2 .--'- - - 140 Z 7 Z 67 2 0 2 0 2 0 2 0 2 67 2 77 2 67 77 Remainin... Actual Lev... CIP-01P - Neighborhood Street Project Ba... Construction Progress Schedule Example FORT WORTH® 00 Co Cn C CD N N 7� G N G (D G CU C CFW - Integrated Program Project Schedule Data Date: 30-Apr-18 CA mplete Float Finish Date JJA J JJA .J 3180 ' Paving ' 20 20 0; 19-Oct 18 1`Nov 18 17-0d 18 13Nov 18 7 2 3190 Flat Work 20 20 0% 0 Nw-18 03uec 18 31 Cot-18 29-Nw-18 77 2 3200 Clear up 10 10 0% 27-Nw-18 21-Non 18 %-Dec-18 77 2 1 3210 Street 2 Complete 0 0 0%1& ec 18 06-Dec-18 7 - 2 _ Street 3 80 80 K-Aug-18 24-Deo-18 23-Aug18 20-Dec-18 67 2 t I I I Water &Storm 13 13 30-Aug-18 18-Sep-18 2&Arl 14-Sep-18 0 2 3220 1—pVVater 4 4 UN6 R(IAu9-18 05-Sep-18 28-Arl 31-Ari8 0 - 2 rK 3230 Lay 8'' water and sefvices 8 8 0% 06-Sep-18 17-Sep -18 04Sep-18 13Sep-18 0 2 3240 Temp Paving Repair 1 1 0% 1&Sep-18 18-18 14Sep-18 14Sep-18 0 2 Paving 50 50 12Oct-18 24Leo-18 10-Oct 18 20-Dec-18 67 2--- 3250 Excavation .,_ S _ 5 0% 12-Oct18 18-och18 10-oct-18 - 16-Oct-18 67 2 3260 Stablizatlon 5 5 0% 19-Oct-18 25-Oct18 17-Oct18 23-Oct18 67 2 ' 3270 Pacing 20 20 04o 260ct-18 26-Nov-18 24-Oct-18 20Nw-18 67 3280 Flat Work 20 20 0% 16-Nov-18 17-[)go-18 14Nov-18 13-Dec1867 2 3290 Cleanup 10 10 q% fl-D-18. 241).o-18 07-Dec--18 20Dec -18 67 2 3300 Street 3 Complete 0 0 01% 24Deo-18 20 Dec 1867 2 .. Street 134 134 01-Apr-19 17Sep -18 28-Mar-19 0 ,2 Water&Storm 69 69 ,19Selp-18 19-Sep-18 27-Deo-18 17-Sep-18 24-Dec-18 2 2 3310 Temp Water 6 6 0% 1&Sep-18 25-Sep-18 17Sep -18 24Sep-18 U 2 Lay �waEer and services 20 20 boo 'Sep-1� ��ocf-{� �4asep �8 22-6c�-�� d 2 3330 Temp Paving Repair 3 3 0% 25 Oct-18 2&0ct-18 23-0ct-18 25-0ct-18 Q 2 3340 Lay 8'' Sewer Lines L-3203 & L-8346 and Services 20 20 0% 30 0,F 18 28-Nov-18 26-Od 18 2&Nov-18 0 - ,--- _ _____, _--_ 2 3350 Lay 8'' Sewer Lines L 3212 & L 8355 and Services 15 15 0% 29-Nov-18 19-Dwo-18 27-Nov-18 17-Dec -18 0 2 I I I I I 3360 Temp Paving Repair 5 5 0% 20-Dec 18 27 Lee 18 1gDee 18 24Dec-18 0 2 Paving 60 60 67-Jan-19 01-Apr-19 03-Jan-19 28-Mar-19 0 ,Z 3370 Excavation 10 10 0% 07-Jan-19 18Jan-19 03-Jan-19 16-Jan-19 0 2 3280 Stablizat!on 10 10 0% 22-Jan-19 04-Feb-19 17-Jan-19 31-Jan-19 0 2 r 3390 Pacng 20 20 0% 05-Feb-19 04-Mar-19 01-Fetr19 28-Fetr19 0 2 3400 Flat Work 20 20 0% 26-Feb 19 25-Mar-19 22Feb 19 21-Mar-19 0 2 3410 Cleanup 10 10 0% 19-Mar-19. 01-Apr-19 15-Mar-19 28Mama 0 2 3420 Street 4 Complete/Substantial Complete 0 0 U% 01-Apr-19 28-Mar19 0 2 Inspections 276 276 03May-98 05-Jarr19 01-may-18 03-,1.!rr19 0 2 8500 Inspection 225 225 3% 03May-18 25-Mar--19 01-May-18 21-Mar-19 5 2 8510 Final l nspection �6 16 A b2- Apr 19 �rApr 19 1l-Aprr19 0 8520 Complete Punch List Tasks 30 30 0% 16-Apr-19 28-May-19 12-Apr-19 23May-19 0� 2 8540 Constru lion Final Completion 0 0 0% 05-J1rr19 I 03-,.nr19 OI 2 I I � Actual Work O O Milestone o Remainin... ro � Remaining Work • O Critical Milestone - Actual Lev... CIPO1P Neighborhood Street FORT WORTH® -- w � Critical Remaining Work • • Completed Milestone Project Ba... Construction Progress Schedule Example CD Cn r/) C CD C N N 7 7 CO G fU G (D G CU C O cn Ct1 (D Z O U) m CD Co to U CID C7 � Z � N o � CT (D ,� N CD CJ7 CFW - Integrated Program aaNity in, IAcn iry Name 8530 Final WalkThrough for Completed Punch List Tasks 85 Inspection Closeout 90 Closeout Construction Contract Close-out As -Bolt Survey 9100 As-Bwt Survey(Submitted by Contractor) Contract Closeout 9110 Contract Reconciliation 91�midal s (Protect Closeout Documentation) 9130 Notice of ComplehonlGreen Sheet 9140 Final Construction Contract Invoice Paid 9150 Constmdion Contract nosed 9160 Lessons Learned Actual Work O O Milestone Remaining Work O O Critical Milestone Critical Remaining Work • ♦ Completed Milestone Project Schedule UU KU StartICLFYoJe!Finish 5iart Finite I I Comlplelteo IFJLr-cnect I I 1 1 0% 05-Jun-19 05-.Ln-19 03-Jun-19 03-.Ln-19 275 276 . 0% 03May-18 _I 05-JUn-19 01-May-18 03.11rr19 135 135 �_ 06-Jun-19 17 Dec 19 04-Jun-19 13De&19 135 135 0% 0&Jun-19 17Doc19 04-Jun-19 13De,19 135 135 0&Jun-19 17 Dec 19 04-Jun-19 13Di9 5 5 0&Jun-19 12-Jan-19 04-Jun-19 10-Jan-19 5 5 0% 06-Jun-19 12-.Ln-19 04-Jun-19 i 10-.Ln-19 135 135 0&JUn-19 17 Dec 19 (A-Jun-19 J 13Dec 19 30 30 0% 0&JUn-19 18-J�L19 04-Jun-19 16-Jul-19 38 38 0% 19-JUI-19 11-Sep-19 17 Ju F19 09-Sep-19 0 0 0% 270at-19 21-Oct-19 1� 1 0% 14-Nov-19 14-Nov-19 12-Nov-19 12-Nov-19 a 0 0% 14-Noy-19 12- Nov -19 1 1 1 0% 17 D—Ist 17 Dec 19 13DQc 19 13Dec 19 Data Date: 30-Apr-18 total Vanance-IL Al Lllla 11- Iaat Finish Date WNIJIJIAIIII JI1 I JIJIAIJ Ilt-JI 0 2 II 0 2 0 2 0 0 2 25 2 25 2 0 2 0 2 0 2 I I I 0 2 0 2 0 0 2 I I I - Remainin... - - Actual Lev. CIP-01P - Neighborhood Street FORT WORTH, .. Project Ba... Construction Progress Schedule Example A O 0132 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised August 13, 2021 0132 16.3 —PROGRESS NARRATIVE Page 1 of 1 SECTION 0132 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Contractor Company Name: City Project No: Contractor Schedule Contact: City Project Manager: A. List of activities changed in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) C. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects Revised August 13, 2021 Page 1 of 1 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 CPN 105519 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 SECTION 0132 16 2 CONSTRUCTION SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 D. Purpose 16 The City of Fort Worth (City) is committed to delivering quality, cost-effective 17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 18 properly structured schedule with accurate updates. This supports effective monitoring 19 of progress and is input to critical decision making by the project manager throughout 20 the life of the project. Data from the updated project schedule is utilized in status 21 reporting to various levels of the City organization and the citizenry. 22 23 This Document complements the City's Standard Agreement to guide the construction 24 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 25 City in project delivery. The expectation is the performance of the work follows the 26 accepted schedule and adhere to the contractual timeline. 27 28 The Contractor will designate a qualified representative (Project Scheduler) responsible 29 for developing and updating the schedule and preparing status reporting as required by 30 the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Work associated with this Item is considered subsidiary to the various items bid. 34 No separate payment will be allowed for this Item. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor's invoices until Contractor achieves said compliance. 37 1.3 REFERENCES 38 A. Project Schedules CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised October 6, 2023 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 Each project is represented by City's master project schedule that encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the master project 7 schedule as deemed appropriate by the City's Project Control Specialist and approved 8 by the City's Project Manager. 9 10 1. Master Project Schedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method (CPM) based. The 13 City's Project Manager is accountable for oversight of the development and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project, the master project schedule will 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City's Project Control Specialist. The assigned City Project 18 Control Specialist creates and maintains the master project schedule in P6 (City's 19 scheduling software). 20 21 2. Construction Schedule 22 The Contractor is responsible for developing and maintaining a schedule for the 23 scope of the Contractor's contractual requirements. The Contractor will issue an 24 initial schedule for review and acceptance by the City's Project Control Specialist 25 and the City's Project Manager as a baseline schedule for Contractor's scope of 26 work. Contractor will issue current, accurate updates of their schedule (Progress 27 Schedule) to the City at the end of each month throughout the life of their work. 28 B. Schedule Tiers 29 The City has a portfolio of projects that vary widely in size, complexity and content 30 requiring different scheduling to effectively deliver each project. The City uses a 31 "tiered" approach to align the proper schedule with the criteria for each project. The 32 City's Project Manager determines the appropriate schedule tier for each project, and 33 includes that designation and the associated requirements in the Contractor's scope of 34 work. The following is a summary of the "tiers". 35 36 1. Tier 1: Small Size and Short Duration Project (design not required) 37 The City develops and maintains a Master Project Schedule for the project. No 38 schedule submittal is required from Contractor. City's Project Control Specialist 39 acquires any necessary schedule status data or information through discussions with 40 the respective party on an as -needed basis. 41 42 2. Tier 2: Small Size and Short to Medium Duration Project 43 The City develops and maintains a Master Project Schedule for the project. The 44 Contractor identifies "start" and "finish" milestone dates on key elements of their 45 work as agreed with the City's Project Manager at the kickoff of their work effort. 46 The Contractor issues to the City, updates to the "start" and "finish" dates for such 47 milestones at the end of each month throughout the life of their work on the project. 48 49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised October 6, 2023 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail (generally Level 3) and in 4 alignment with the WBS structure in Section 1.4.H as agreed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on the 7 project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 11 monthly updates to the City Project Manager (end of each month) as a "progress" 12 schedule. The Contractor prepares and submits each schedule type to fulfill their 13 contractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City, an initial schedule for their scope 17 of work in alignment with this specification. Once reviewed and accepted by the 18 City, it becomes the "Baseline" schedule and is the basis against which all progress 19 is measured. The baseline schedule will be updated when there is a change or 20 addition to the scope of work impacting the duration of the work, and only after 21 receipt of a duly authorized change order issued by the City. In the event progress is 22 significantly behind schedule, the City's Project Manager may authorize an update 23 to the baseline schedule to facilitate a more practical evaluation of progress. An 24 example of a Baseline Schedule is provided in Specification 0132 16.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non -acceptance notification. An example of a Progress Schedule is 37 provided in Specification 0132 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised October 6, 2023 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 0132 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1. Schedule Framework - The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is significant change is anticipated. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. E. Schedule File Name All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number _Project Name —Baseline Example: 101376 North Montgomery Street HMAC Baseline • Progress Schedule File Name Format: City Project Number _Project Name_YYYY-MM Example: 101376 North Montgomery Street HNIAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number —Project Name_PN_YYYY-MM Example: 101376 North Montgomery Street HMAC PN_2018_01 F. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water 48 G. Schedule Calendar CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised October 6, 2023 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The City's standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts for the City's nine standard holidays (New Years, Martin 3 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 4 Thanksgiving, and Christmas). The Contractor will establish a schedule calendar as 5 part of the schedule development process and provide to the Project Control Specialist 6 as part of the basis for their schedule. Variations between the City's calendar and the 7 Contractor's calendar must be resolved prior to the City's acceptance of their Baseline 8 project schedule. 9 10 H. WBS & Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 The following is a summary of the standards to be followed in preparing and 17 maintaining a schedule for project delivery. 18 19 1. Contractor is required to utilize the City's WBS structure and respective 20 project type template for "Construction" as shown in Section 1.4.1-1 below. 21 Additional activities may be added to Levels 1 - 4 to accommodate the needs 22 of the organization executing the work. Specifically, the Contractor will add 23 activities under WBS XXXXXX.80.83 "Construction Execution" that 24 delineates the activities associated with the various components of the work. 25 26 2. Contractor is required to adhere to the City's Standard Milestones as shown 27 in Section 1.4.1 below. Contractor will include additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of work. 30 31 I. Schedule Activities 32 Activities are the discrete elements of work that make up the schedule. They will be 33 organized under the umbrella of the WBS. Activity descriptions should adequately 34 describe the activity, and in some cases the extent of the activity. All activities are 35 logically tied with a predecessor and a successor. The only exception to this rule is for 36 "project start" and "project finish" milestones. 37 38 The activity duration is based on the physical amount of work to be performed for the 39 stated activity, with a maximum duration of 20 working days OR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days, break that activity 41 down incrementally to achieve this duration constraint. Any exception to this requires 42 review and acceptance by the City's Project Control Specialist. 43 44 J. Change Orders 45 When a Change Order is issued by the City, the impact is incorporated into the 46 previously accepted baseline schedule as an update, to clearly show impact to the 47 project timeline. The Contractor submits this updated baseline schedule to the City for CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised October 6, 2023 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 013216-6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. K. City's Work Breakdown Structure WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX30.30 Preliminary Design (60%) XXXXXX30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure L. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised October 6, 2023 013216-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 Activity ID Activity Name 2 Design 3 3020 Award Design Agreement 4 3040 Issue Notice to Proceed - Design Engineer 5 3100 Design Kick-off Meeting 6 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 7 Water & Sewer 8 3150 Peer Review Meeting/Design Review meeting (technical) 9 3160 Conduct Design Public Meeting #1 (required) 10 3170 Conceptual Design Complete 11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 12 Parks, Storm Water, Water & Sewer 13 3250 Conduct Design Public Meeting #2 (required) 14 3260 Preliminary Design Complete 15 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 16 Water & Sewer 17 3330 Conduct Design Public Meeting #3 (if required) 18 3360 Final Design Complete 19 ROW & Easements 20 4000 Right of Way Start 21 4230 Right of Way Complete 22 Utility Relocation 23 7000 Utilities Start 24 7120 Utilities Cleared/Complete 25 Construction 26 Bid and Award 27 8110 Start Advertisement 28 8150 Conduct Bid Opening 29 8240 Award Construction Contract 30 Construction Execution 31 8330 Conduct Construction Public Meeting #4 Pre -Construction 32 8350 Construction Start 33 8370 Substantial Completion 34 8540 Construction Completion 35 9130 Notice of Completion/Green Sheet 36 9150 Construction Contract Closed 37 9420 Design Contract Closed 38 39 1.4 SUBMITTALS 40 A. Schedule Submittal & Review 41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 42 schedule. The City's Project Control Specialist is responsible for ensuring alignment of 43 the Contractor's baseline and progress schedules with the Master Project Schedule as 44 support to the City's Project Manager. The City reviews and accepts or rejects the 45 schedule within ten workdays of Contractor's submittal. 46 CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised October 6, 2023 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 013216-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in .xls or .xlsx format in compliance with the sample layout (See Specification 0132 16.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose at least 5 working days prior to Pre Construction Meeting. The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re -submits the corrected Progress Schedule within S workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • % Complete • Float • Activity Logic (dependencies) • Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised October 6, 2023 013216-9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 B. Monthly Construction Status Report 2 The Contractor submits a written status report (referred to as a progress narrative) at the 3 monthly progress meeting (if monthly meetings are held) or at the end of each month to 4 accompany the Progress Schedule submittal, using the standard format provided in 5 Specification 0132 16.3 Construction Project Schedule Progress Narrative. The content 6 of the Construction Project Schedule Progress Narrative should be concise and complete 7 to include only changes, delays, and anticipated problems. 8 9 C. Submittal Process 10 • Schedules and Monthly Construction Status Reports are submitted in in the City's 11 document management system in the location dedicated for this purpose. 12 • Once the project has been completed and Final Acceptance has been issued by the 13 City, no further progress schedules or construction status reports are required from 14 the Contractor. 15 1. 16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.6 CLOSEOUT SUBMITTALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.8 QUALITY ASSURANCE 20 A. The person preparing and revising the construction Progress Schedule shall be 21 experienced in the preparation of schedules of similar complexity. 22 B. Schedule and supporting documents addressed in this Specification shall be prepared, 23 updated and revised to accurately reflect the performance of the construction. 24 C. Contractor is responsible for the quality of all submittals in this section meeting the 25 standard of care for the construction industry for similar projects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 0132 16.1 Construction Project Schedule Baseline Example 31 Spec 0132 16.2 Construction Project Schedule Progress Example 32 Spec 0132 16.3 Construction Project Schedule Progress Narrative 33 CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised October 6, 2023 10 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 01 32 16 - 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 4 END OF SECTION 5 6 Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 10/06/2023 Michael Owen Added "Juneteenth" to list of City Holidays under 1.3 G. "Schedule Calendar" CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised October 6, 2023 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0135 13- 1 SPECIAL PROJECT PROCEDURES Pagel of 8 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. Use of Explosives, Drop Weight, Etc. 11 e. Water Department Notification 12 f. Public Notification Prior to Beginning Construction 13 g. Coordination with United States Army Corps of Engineers 14 h. Coordination within Railroad permits areas 15 i. Dust Control 16 j. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 — General Requirements 22 3. Section 33 12 25 — Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Coordination within Railroad permit areas 26 a. Measurement 27 1) Measurement for this Item will be by lump sum. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the lump sum price bid for Railroad Coordination. 31 c. The price bid shall include: 32 1) Mobilization 33 2) Inspection 34 3) Safety training 35 4) Additional Insurance 36 5) Insurance Certificates 37 6) Other requirements associated with general coordination with Railroad, 38 including additional employees required to protect the right-of-way and 39 property of the Railroad from damage arising out of and/or from the 40 construction of the Project. 41 2. Railroad Flagmen 42 a. Measurement CITY OF FORT WORTH Pressure Sustaining Valve & Vault to Serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised March 11, 2022 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 1) Measurement for this Item will be per working day. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 will be paid for each working day that Railroad Flagmen are present at the 5 Site. 6 c. The price bid shall include: 7 1) Coordination for scheduling flagmen 8 2) Flagmen 9 3) Other requirements associated with Railroad 10 3. All other items 11 a. Work associated with these Items is considered subsidiary to the various Items 12 bid. No separate payment will be allowed for this Item. 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 19 High Voltage Overhead Lines. 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination with the Texas Department of Transportation 22 1. When work in the right-of-way which is under the jurisdiction of the Texas 23 Department of Transportation (TxDOT): 24 a. Notify the Texas Department of Transportation prior to commencing any work 25 therein in accordance with the provisions of the permit 26 b. All work performed in the TxDOT right-of-way shall be performed in 27 compliance with and subject to approval from the Texas Department of 28 Transportation 29 B. Work near High Voltage Lines 30 1. Regulatory Requirements 31 a. All Work near High Voltage Lines (more than 600 volts measured between 32 conductors or between a conductor and the ground) shall be in accordance with 33 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 34 2. Warning sign 35 a. Provide sign of sufficient size meeting all OSHA requirements. 36 3. Equipment operating within 10 feet of high voltage lines will require the following 37 safety features 38 a. Insulating cage -type of guard about the boom or arm 39 b. Insulator links on the lift hook connections for back hoes or dippers 40 c. Equipment must meet the safety requirements as set forth by OSHA and the 41 safety requirements of the owner of the high voltage lines 42 4. Work within 6 feet of high voltage electric lines 43 a. Notification shall be given to: 44 1) The power company (example: ONCOR) CITY OF FORT WORTH Pressure Sustaining Valve & Vault to Serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised March 11, 2022 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a) Maintain an accurate log of all such calls to power company and record 2 action taken in each case. 3 b. Coordination with power company 4 1) After notification coordinate with the power company to: 5 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 6 lower the lines 7 c. No personnel may work within 6 feet of a high voltage line before the above 8 requirements have been met. 9 C. Confined Space Entry Program 10 1. Provide and follow approved Confined Space Entry Program in accordance with 11 OSHA requirements. 12 2. Confined Spaces include: 13 a. Manholes 14 b. All other confined spaces in accordance with OSHA's Permit Required for 15 Confined Spaces 16 httl)s://www.tcea.texas.2ov/assets/public/nermittin2/air/factsheets/Hermit-factsheet.Ddf 17 Q Air Nrmit 18 qu�amcmtr, af TGEQ. 19 E. Use of Explosives, Drop Weight, Etc. 20 1. When Contract Documents permit on the project the following will apply: 21 a. Public Notification 22 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 23 prior to commencing. 24 2) Minimum 24 hour public notification in accordance with Section 0131 13 25 F. Water Department Coordination 26 1. During the construction of this project, it will be necessary to deactivate, for a 27 period of time, existing lines. The Contractor shall be required to coordinate with 28 the Water Department to determine the best times for deactivating and activating 29 those lines. 30 2. Coordinate any event that will require connecting to or the operation of an existing 31 City water line system with the City's representative. 32 a. Coordination shall be in accordance with Section 33 12 25. 33 b. If needed, obtain a hydrant water meter from the Water Department for use 34 during the life of named project. 35 c. In the event that a water valve on an existing live system be turned off and on 36 to accommodate the construction of the project is required, coordinate this 37 activity through the appropriate City representative. 38 1) Do not operate water line valves of existing water system. 39 a) Failure to comply will render the Contractor in violation of Texas Penal 40 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 41 will be prosecuted to the full extent of the law. 42 b) In addition, the Contractor will assume all liabilities and 43 responsibilities as a result of these actions. 44 G. Public Notification Prior to Beginning Construction CITY OF FORT WORTH Pressure Sustaining Valve & Vault to Serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 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 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 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) City of Fort Worth Door Hangers will be provided to the Contractor for distribution with their notice. 4) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 5) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer and door hangers are delivered to all residents of the block. H. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 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. 1. Coordination with United States Army Corps of Engineers (USACE) CITY OF FORT WORTH Pressure Sustaining Valve & Vault to Serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 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 23 24 25 26 27 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 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. J. 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. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. K. 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. L. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to Serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised March 11, 2022 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 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] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13— Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction 3/11/2022 M Owen Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to Serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 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 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 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 Pressure Sustaining Valve & Vault to Serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised March 11, 2022 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 4 FORTWORTIL Date: DOE NO. xxxx Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH Pressure Sustaining Valve & Vault to Serve Northside Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised March 11, 2022 01 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 9, 2020 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised July 1, 2011 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised July 1, 2011 01 50 00 - 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised July 1, 2011 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 spec ific ation, unles s a date is spec ific ally c ited. 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 22, 2021 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2of3 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 control plan 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 web site. 35 1.5 SUBMITTALS [NOT USED] 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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] 10 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 22, 2021 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised July 1, 2011 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 0133 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised July 1, 2011 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised July 1, 2011 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised July 1, 2011 0158 13 -3 TEMPORARY PROJECT SIGNAGE Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Page 3 of 3 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 CPN 105519 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:Happs.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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 9, 2020 01 60 00 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magafia Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 CPN 105519 FORT WORTH, Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.Ddf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VI I. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND PINK ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER 6NUMA IRRIGATION AND RECLAIMED WATER III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Survev Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: httr)://fortworthtexas.eov/itsolutions/GIS/ Look for 'Zoning Maps'. Under 'Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anvthing that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_ Conformal_ Conic Fa Ise_Easti ng: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude —Of —Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a proiect that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv Example Control Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 W d w m � Q � w w m> � < m � w 1 015 EL.— 100, 00' m w m V Cn m w [ri J O w � J 1-- W O CD U � CP #1 N=5000.00 E=5000.00 o w z ~ � w o m � = o W LL ~ W < X m W W CC D V. Water Staking Standards 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking— Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VI I. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 WE N � W � n N � CD N O ID ry � n rD zT 3 3 -, Z O � ry ono I D rD I.D rD n O < � T N N L rD IL i 77- n IL 00 �. � r-r 7 0 Q m ff < Q rD O n n Iv x -a 0 rD rD NO FLAGGING REQUIRED IN LIEU OF BLUE PAINTED LATH FRONT (SIDE FACING BACK 0 OFFSET DISTANCE (SIDE FACING R.O.W.) POINT # ICI CENTERLINE OF L% WATER LINE r 1 HLIR ELEVATION o � o i STAT ONING 4 4 �Z/fP IDENTIFIES TOP OF PIPE n _ I IDENTIFIES CUT - ~- OR FILL + HUB PAINTED BLUE, FLUSH 'MTH r GRCIUND, WITH TACK OR BLACK DOT HUB PI TEDNALBLUE WITH BLUE WHISKERS OR 60D NAIL WTH BLUE '{WHISKER FRONT FRONT (SIDE FACING] (SIDE FACING } 0 BACK rF' 0 (SIDE FACING R_O_W.} J f) P � CONTINUE STAKING IDENTIFY ANY rlv EVERY 200' r n TEES, METERS + GATE VALVES, — CROSSES, ETC. — Ln T/P + I � In Tf P I w � � �S� ti 1P A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VI I. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 FRONT 0 (SIDE FACING) V) 2nd OFFSET STAKE _ N FOR ALIGNMENT rD FOR SSMH'S FRONT FRONT V) (SIDE FACING ) (SIDE FACING NO FLAGGING REQUIRED MH j 2nd 4FFT£T STAKE IN LIEU aF GREEN PAINTED LATH = Iak OFFSET STAKE {{ LJ FOR ALIGNMENT N N FOR ALIGNMENT FOR SSMH'S w FOR SSMH'S 0 64 V) re FRONT co rD In D NO 2ND OFFSET STAKE FJL (SIDE FACING) FOR CENTERLINE s MH v = NEEDED n rD MH let OFFSET STAKE �R L1 N T I n 3 f FOR ALIGNMENT Ic II rD o ss�IHs (SIDE FACING ) FJL &6,ME STATIONING AS 1 ON NE 0o ID < FIRST OFFSET STAKE re rD o SANITARY SEWER LINE F� rD o 0 FA < r� FrL n `G T N Hi IDENTIFIES MANHOLE RIM N L n rn � n w Q5 a = IN,to FA aq 6 STATIONING �_ NE LI) FJL n 0 IL IDENTIFIES FLONLINE OF2, <' N NORTH PIPE GRADE to \ RIM Q rD REC4NSE STATIONING ty RIM I IDENTIFIES CUT - BETWEEN SSMH'S WAS Q n N DR FILLS FOR NORTH PIPE F LESS THAN 400'. SPLIT \ 6 O n I THE DIFFERENCE AND SET � 1 STAKE IN THE MIDDLE x 19 IdENTIFIES FLOVfUNE OF _ 1 S SOUTH PIPE GRADE < n IDENTIFIES CUT - �04;TVVy rD r" OR FILL + FCR SOUTH PIPE Vk RIM IDENTIFIES RIM GRADE p HUB D. PAINTED TACK FLUSH NTH " IDENTIFIES CUT - �o GROUND. NTH TACK OR BLACK DOT O OR FILL 4 TO OF MANHOLE J N Z— (OPTIONAL) HUB PAINTER GREEN WITH EILUE NHISKERS OR 80D NAIL WITH BWE WHISKERS — IT! x a� fD V1 fu rF CA m m (/1 r+ m VII. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' total length III. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 BACK C30E FAahr- R.ELW.) POINT # i Hue ELEvnnrn Example Storm Inlet Stakes FRONT (SIDE FACING NO FLAGGING REQUIRED IN LIEU OF PINK PAINTED LATH IDENTIFIES M-1101-1 END OF THE WING BEING STAKED INLET STATION [IF NOTED ON PLANS] IDENTIFIES GRADE TO TOP OF CURB IDENTIFIES GRADE TO FLOMJNE DISTANCES FOR INLETS STANDARD 10' - 16' RECESSED W - 20' STANDARD DUJBLE 10' - 2&67 BACK {SUE FA13NG R.QW_) PRINT 0 Q HUB ELE ATUN c FRONT (SIDE FACING M IIDE NTI FIES 1lHICH END OF THE YdNG BEING STAKED RECESSED ELMLE 10= -30_67 HUB %MM TACK T*- — — — — — — — I BACK OF INLET I BACK OF CURB BACK OF CURB 1 �. FLOYLINE FACE OF INLET FACE OF INLET FLDMJNE EDGE OF PAVEMENT EDGE OF PAVEMENT II EDGE OF PAVEMENT EDGE OF PAVEMENT 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 VIII. Curb and Gutter Staking A. Centerline Staking— Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VI I. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking— Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING CL) FRONT (SIDE FACING CL) DENTIFIES START POW OF CURVATURE 4 BACK IDENTIFIES OFFSET I3 T4 (SIDE FACING R.4. Yi.) BACK CF CURB CR FIC FOR FACE OF CURB POINT HUB ELEVA110N BACK p� II O + P. IDENTIFIES GRADE IS TIC TD TQP OF DURH P FRONT ASIDE FACING} A P 0 2 BfC NO GRXi E ON RhPlu-L 5 FUNT5 FRONT IDENTIFIES END (SIDE FACING POINT OF T GENT d BC m PT T III I Q III I III I I I III III NO FLAGGING REQUIRED f f I ti IN LIEU OF PINK PAINTED LATH r I TOP OF CURB OF CURB FACE OF CURB I FLOKI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 N W � rD Ql -u O 0 � O IDrD r-F Vf v � n rD zT 3 3 -, rD O Z -u r* v sv D Oq O I� � <rD t) 0 mG T N r v� N / 77- n 7 N 00 �. Ln r v 7 0 ,? m ff <' Q rD fl- % O v x —a 0 rD 10' ❑/S STAKE 1D' ❑/S STAKE W/GRADE AT W/GRADE AT EVEN STATION ELEN STATION 1 W MAX. DISTANCE � 50' MAX. DISTANCE � 50' MAX. DISTANCE � 5V MAX. DISTANCE � 50' MAX. DISTANCE � 50' MAX. DISTANCE <> 0 BACK OF CURB BACK OF CURB IF ARC LENGTH 15 I _ T GREATER THAN 100', I A PCC OFFSET STAKE C] 50' MAX. DISTANCE O SHOULD BE SET r I r10' � O/S f'1"1 fl"1 STAKE / 10' O/S W/GRADE AT PC STARE /GRDT 4STATION 1 f STAKE l W/GRADE f AT PT Qe E; 3G' RADIUS w POINT W/NO GRADE a d x � � 10' O/S M d Y u ¢ STAKE El W/GRACE AT EVEN STATION I BAC1< OF CURB I I Q Q S9' MAX. DISTANCE rml r S E� I E 10' 0/S STAKE rA4TPC\ W/GRADE AT EVEN STATION 30' RADIUS POINT � F IN/NO GRADE c� o 0 72 V Q� m o 'O 16' O/S STAKE q' W/GRADE AT EVEN STATION TYP FRONT (SIDE FACING TL) 0 4 B/ IDENTIFIES OFFSET 15 TO cu CK a OF P a T/C IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard Citv Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED _ CUT + FILL -LT/+RT GRADE ELEV. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 X. As -built Survey A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 V) (D V) rt Q O (D fD 0 (D IXSTAG_ 450 1F I� P/t; WA7ER WJ 4 CL 4MN RAW R ..TLY lE'IINEN LINE A rsamsEo a� , SAVIIPAI' SE%'ER VNx � l / ICE— ,9 PROPOSED 12 WATER !!NF ul ,ovr ' ��• — - � PEMCHVARI(5:P Yam- Y ee..r� K_-Za .."� � .,,,, 1 a'IY MAP Na. PAGE NO..74W]dNPO.1!6 MAYSLO S, S,T,i, W,X ..ar wmrxri '""r u a rn . pppp yrue��ui 0.S WpRiR-+'erns 1C'"__- � I WATEA�ARTMEN3' w iMivk.m-mew Iv. �af1. 1 I n[i � im �A• d�yp0 - X 'W ClAT7iW RM STA 657A7 - 12•WL fFLGYD LWl . �A 0.97lp - IM lFLDYD m - RE"E 6 $",WWE EXIST. IWO ppvp r2wATER GATE V"E s REmm �� AiY = M EXIST.O%TER jrXrNsrMl, 1-IP'SDLID S1EE1rE BEND FNOr aEAWN 1°As l 11 i• 7Y X W REMr.F_R f F l2NA9sP095� E j JV PIS E�?�?SlJ79f �/• 2 CDr 16 � wu rrecww Ire, ELK S LOT 2 REM"WE EXIS! 12WATE/i •xalr N.BTIP765.M E r O (Cy� • STAOew- OWL AYSTAG., F I2 w5Y£R7; @FjYp N691701475125 E,az�vr svo . STA OW75 - a,WL . IWSTALL, F 72 x B ANWM TEE r �P r ' FB'6ATI= VALVE ' FFIRE' 1A'LiRANT RLF E1IIYaWr LEM F W OTE VMVE �u•55avD3on2a9 / Epiea rer •0 IZWATE� RE&UVE & S"A^.E EXIST. GATE V"E STAd321- A NHSTAW � 12W / F lY rsV£Rr. SCAO ° ' abcroti a W�W70lJ14fl9! rmvwxz ur i •!,i v4cm,an7a x.F�•rxma d7Q3&6JOC7L,77p?V 223M .� Y kr„ - s STA Q1wm - 12 WL fFIDYD LVf1 STA 03T59 - le -.TA D'mm - IPWI INSTML: L ALG F --Md. SCYID SFEV£ I-!E'•IS'YEft7: SEND .7 LF OF IP•WATEN PIPEACWNECr TO FX1517. 0 WATER2%30rB3/D N•694I145_4a9 EM22�..iD4dT36 FROMSED SANITARY Si SEE SHEET P O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 aNSTRUCT 417 (F OF B PVC SaflTARI' SEWER LAPIN / PHOSSED WATEfl YbX r.� SEE SHFEi fi a-gyly wr aeX.WM w e �' m n rsntt 4 fr 5 © CLAYTON/RA , ,,, ,,—__ L-3771 & L-3f54 PROPOSED F SAN-SEWER UNE A �urrmve 1 �'V`J �se°aiiF�� h flEXGHYARNS mur Rxm��x urwr�ts ratiw.r vxn. � rxs g� CITY MAP NO. alD�380, 2618-376 n xer erxuivwe. MAPSCO PAGE NO. 74?�� T. W, X z TE$ .. M,rtax vxe rcu y — T 1 - TA oa nDni womfr, WATER ))=ARTMENT - seven aenn�>�vr� - wn>m s an*n'..xr mermwei muwsro-r _ si. Rws scl C A-(uu.half nx I—s�-era - _ cu N RD. W. (FLOVn ox. -ROWAN DR) Am UHmY Es�F � I , BLK 29 �T k jQ 3]OS LYgfm Fe w,Fw}wann .ma croxap, nn x.� a,m�rn �. a 1 W {SANfTARY SEWER ` i • Z sEHvrE wi CLEMVff wj.IAYTON[RD.g Ni'EM � �i 'qh a • v J _ k 0— COQi' ✓ n, •O 1 `�A'fRw r � v COQ 2iYH 16 0 waw 0WA! ER - U) re a w ER ONE A L-3654 — '— " i Q * T REMOVE EX15T. J a _ SM SEWER F . T gy i r5r�'r `L / i roA / STA hS%q - FSS LINE A • LOT ST2 Ej� XIST. AO-0ML-31Tl- rro� rain wd r.la l E Er�� CY.WSTRUtT s LE of ass uHe 11 ir CA1GLLLLAR !I SERr .� W/ C.FMSgM PROTECTIaV CONNECT PR(P. aSS MW) GEWNECT PRW.B'SS MESSY) TO PRQ? SSYH. N-694ESMZ252 E229SEEM31 CITY MA.Y NO. Z018-380, 2018-3' MAPSCO PAGE NO.74N, S, `i', W i -i — — --I- 1—'�_-- _ — T. 71 NRI11— 0:\Spec 2-00 1 31\01 71 23.16.01_Attachment A —Survey Staking Standards.docx Page 23 of 23 Obviously the .csv or Axt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM 2 6946260.893 2296062.141 725.668 GV RIM 3 6946307,399 2296038.306 726.85 GV RIM CV V/&-i f}j`-z-:S 4 6946220.582 2296011,025 723.359 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM f �J 6 6946190,528 2296022.721 722.325 FH 7 6946136.012 2295992.115 719,448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM TXIv 9 6946003.056 2295933.418 713.652 CO RIM 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945996.473 2295869,892 710.046 WM RIM 12 6945895.077 2295360.962 707.72 WM RIM � pp 13 6945896.591 2295862.188 708.205 WM RIM yl�� 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936,727 2295830.441 710.084 CO RIM CCG(�j �. 5 16 6945835.678 2295799.707 707.774 SSMH RIM ! 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758,643 711.218 SSMH RIM0 6p 19 6945768.563 2295779,424 710,086 GV RIM `Pr 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716.686 WM RIM r 23 6945621.902 2295669.471 723.76 WM RIM r 24 6945643.407 2295736.03 719,737 CO RIM l�T C ��� �n �I ', 25 6945571.059 2295655.195 727.514 SSMH RIM 26 6945539.498 2295667.803 729.123 WM RIM 27 6945519.834 2295619.49 732.689 WM RIM r('d L_ pv �S 28 6945417.879 2795580.27 740.521 WM RIM S�t� tJ 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387.356 2295597.101 740.756 GV RIM *r}F P L f o s 31 6945370.688 2295606.793 740.976 GV RIM 5 ur�C I 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751.058 WM RIMP �- 38 6945142.015 2295557.666 750.853 WM RIM p { rnV C 39 6945113.445 2295520.335 751.871 WM RIM 7 40 6945049.02 2295527.345 752.257 SSMH RIM iE o� 41 6945041.024 2295552.675 751.79 WM RIM 7 42 6945038.878 2295552.147 751.88 WM RIMy� S�FY 43 6945006.397 2295518.135 752.615 WM RIM �#-3#T# 44 6944944.782 2295520.635 752.801 WM RIMS 45 6944943.432 2295556.479 752.156 WM RIM 46 6944860.416 2295534.397 752.986 SSMH RIM C - 1l , SUT� ✓YVr� ��I3cJ12� 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 V) (D T to rt Q O OD OD 7 N � W r) I (D O 0 O rt / N � [� (D 3 (D o O O v D O ILn Ln N (DD (D cn O yx � T N Ln (D N / ;'i n �• N QU �. Ln rt rt � 7 � O_ (D N Q (D N � O n X _0 0 (D Home I Insert Page Layout Formulas Data Review View Acrobat cut Candri - 11 - }] Al=r,- y3 • 9VT- j°J Wrap Text General Normal Bad Good Neutral Calculation Copy Paste B p ❑ (jj• A - _ ,-[- Merge&Center• *Alignment $ % + .00 Condrt€nnal Forma[ +. _x'l'c�:c!ory... Followed Hy... Hypedink Input InseR Delete ,u Format Painter - Formatting•as Table• - Clipboard r„ Font r„ Number Styles Cells N31 A A B C D E F G H I 1 k L M N 1 Proiect Name and Number- [Street Name} Valve Box Water Main Bends Meter Boxes GPSIGritll Loeridnates,Texas, 6taA1 GPS(Gridj Cooridnates,Texas Fire Hydrants Hytlrant Valve GPSIGritll toaridnates,Texas j Nut Elevation Ste.0 GPSIGritll Caoridmates,Texas Nut Elevation TIP-250' intervales Sta. p IGPS(Grid) Coorianates,Texas ElevationlZl 6ta.p NC 4202 NC 4202 NC 4202 NC 4202 NC 4202 NIY1=6934779.6510' N(Y)=5934784.3970' NIY1=6934790.8950' N(Y)=6934791.0300' 0«2005 712 133 0+25.On 0+51.22 0+3142 718.555 E(%)=2320950.1450' El%1=2320924.5750' E(%)=2320959.7560 El%1=2320951.9640' N(Y)=6935913.4520' NlY1=5934849.4310' N(Y)=6935979.3410' NlYl-tM5979.1580' 11+5369 716A38 6t90.05 12+1971 12+1958 714431 El%1=2320942.4830' El%1=2320922.6840' E(%)=2520949.6250' ElX(=5935979.1580' N(Y)=69359525340' NlY1-934849 8250' NIYi=693M8595080 NlY1=5935849 9940' 11a9267 717.489 9+9C.15 20+99.76 20+90.25 M4241' E(%1=23m966S290 El% 2320950.1410' I EIX1=2320960.4550 El% 2320950.4250' I N(Y1=69359521510' NlY1=5934a54.6750' NIY1=6937492MR NlY1=5937491 8650' 11a92.93 715.094 0+9520 27+32.65 27+32.33 69658 El%�=23208978250' El%1=2320959 %M' F(X1=23209382970 El%1-2320931 5950' NIY1=6935974.74110' N(Y)=5934855.4530 12+75.17 715.001 0-96.07 E(%)=2320942.3170' E(%)=2320922.5780' NIY1=69368112340' N(Y)=59934959.5300' 20+51.69 704.L15 1+99.86 EI%1=2320935.9070' E(%)=2320959.0260' NIY1=6937494.5290' N(Y)= 5934952.1570' . EI%1=2320930.543O E(%)=2320921.8150' 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 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. 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Stakiniz — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A —Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised February 14, 2018 01 71 23 - 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised February 14, 2018 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) W ter Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) W ter 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 PART2- 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION A. Tolerances: 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 .0.1 ft 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised February 14, 2018 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised July 1, 2011 01 77 19 -1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. 27 28 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 29 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] 32 CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 22, 2021 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2of3 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 CLOSEOUT PROCEDURE 6 A. Prior to requesting Final Inspection, submit: 7 1. Project Record Documents in accordance with Section 0178 39 8 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 9 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 10 01 74 23. 11 C. Final Inspection 12 1. After final cleaning, provide notice to the City Project Representative that the Work 13 is completed. 14 a. The City will make an initial Final Inspection with the Contrac tor pres ent 15 b. Upon completion of this inspection, the City will notify the Contractor, in 16 writing within 10 business days, of any particulars in which this inspection 17 reveals that the Work is defective or incomplete. 18 2. Upon receiving written notice from the City, immediately undertake the Work 19 required to remedy deficiencies and complete the Work to the satisfaction of the 20 City. 21 3. The Right-of-way shall be cleared of all construction materials, barricades, and 22 temporary signage. 23 4. Upon completion of Work associated with the items listed in the City's written 24 notice, inform the City that the required Work has been completed. Upon receipt of 25 this notice, the City, in the presence of the Contractor, will make a subsequent Final 26 Inspection of the project. 27 5. Provide all special accessories required to place each item of equipment in full 28 operation. These special accessory items include, but are not limited to: 29 a. Specked spare parts 30 b. Adequate oil and grease as required for the first lubrication of the equipment 31 c. Initial fill up of all chemical tanks and fuel tanks 32 d. Light bulbs 33 e. Fuses 34 f. Vault keys 35 g. Handwheels 36 h. Other expendable items as required for initial start-up and operation of all 37 equipment 38 D. Notice of Project Completion 39 1. Once the City Project Representative finds the Work subsequent to Final Inspection 40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 41 E. Supporting Documentation CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 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 ATTACHMENTS [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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 22, 2021 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 0133 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 1/2 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31 /2012 D. Johnson 1.5.A.1 — title of section removed CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 017839-1 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 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED 3.3 PREPARATION [NOT USED 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 7123, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised July 1, 2011 0241 14 - 1 UTILITY REMOVAUABANDONMENT Page 1 of 16 OSECTION 02 4114 UTILITY REMOVAL/ABANDONMENT PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Direction for the removal, abandonment or salvaging of the following utilities: a. Cathodic Protection Test Stations b. Water Lines c. Gate Valves d. Water Valves e. Fire Hydrants f. Water Meters and Meter Box g. Water Sampling Station h. Concrete Water Vaults i. Sanitary Sewer Lines j. Sanitary Sewer Manholes k. Sanitary Sewer Junction Boxes 1. Storm Sewer Lines in. Storm Sewer Manhole Risers n. Storm Sewer Junction Boxes o. Storm Sewer Inlets p. Box Culverts q. Headwalls and Safety End Treatments r. Trench Drains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 6. Section 33 11 11 — Ductile Iron Fittings 7. Section 33 11 13 — Concrete Pressure Pipe, Bar -wrapped, Steel Cylinder Type 8. Section 33 11 14 — Buried Steel Pipe and Fittings 9. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Utility Lines 1. Abandonment of Utility Line by Grouting a. Measurement CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0241 14 - 2 UTILITY REMOVAUABANDONMENT Page 2 of 16 1) Measurement for this Item shall be per cubic yard of existing utility line to be grouted. Measure by tickets showing cubic yards of grout applied. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price per cubic yard of "Line Grouting" for: a) Various types of utility line c. The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Utility Line Removal, Separate Trench a. Measurement 1) Measurement for this Item shall be per linear foot of existing utility line to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Removal and disposal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 3. Utility Line Removal, Same Trench a. Measurement 1) This Item is considered subsidiary the proposed utility line being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the installation of proposed utility pipe and shall be subsidiary to the unit price bid per linear foot of pipe complete in place, and no other compensation will be allowed. 4. Manhole Abandonment a. Measurement 1) Measurement for this Item will be per each manhole to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Manhole" for: CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 024114-3 UTILITY REMOVAUABANDONMENT Page 3 of 16 a) Various diameters b) Various types c. The price bid shall include: 1) Removal and disposal of manhole cone 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Concrete 5) Acceptable material for backfilling manhole void 6) Pavement removal 7) Excavation 8) Hauling 9) Disposal of excess materials 10) Furnishing, placement and compaction of backfill 11) Surface restoration 12) Clean-up 5. Cathodic Test Station Abandonment a. Measurement 1) Measurement for this Item will be per each cathodic test station to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Cathodic Test Station". c. The price bid shall include: 1) Abandon cathodic test station 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up B. Water Lines and Appurtenances Installation of a Water Line Pressure Plug a. Measurement 1) Measurement for this Item shall be per each pressure plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Pressure Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0241 14 - 4 UTILITY REMOVAUABANDONMENT Page 4 of 16 8) Furnishing, placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Water Valve Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for: a) Various sizes CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0241 14 - 5 UTILITY REMOVAUABANDONMENT Page 5 of 16 c. The price bid shall include: 1) Removal and Salvage of valve 2) CLSM 3) Delivery to City 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 5. W ter Valve Abandonment a. Measurement 1) Measurement for this Item will be per each water valve to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Water Valve" for: a) Various Sizes c. The price bid shall include: 1) Abandonment of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 6. Fire Hydrant Removal and Salvage a. Measurement 1) Measurement for this Item will be per each fire hydrant to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Fire Hydrant". c. The price bid shall include: 1) Removal and salvage of fire hydrant 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 7. W ter Meter Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water meter to be removed and salvaged. b. Payment CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0241 14 - 6 UTILITY REMOVAUABANDONMENT Page 6 of 16 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Meter" for: a) Various sizes 2) If a "Water Meter Service Relocate" is performed in accordance with Section 33 12 10, removal and salvage or disposal of the existing (2-inch or smaller) water meter shall be subsidiary to the cost of the "Water Meter Service Relocate", no other compensation will be allowed. c. The price bid shall include: 1) Removal and salvage of water meter 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up Water Sampling Station Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water sampling station to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Sampling Station". c. The price bid shall include: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 9. Concrete Water Vault Removal a. Measurement 1) Measurement for this Item will be per each concrete water vault to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Concrete Water Vault". c. The price bid shall include: 1) Removal and disposal of concrete water vault 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Removal, salvage and delivery of any valves to City, if applicable 4) Removal, salvage and delivery of any water meters to City, if applicable 5) Pavement removal 6) Excavation CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0241 14 - 7 UTILITY REMOVAUABANDONMENT Page 7 of 16 7) Hauling 8) Disposal of excess materials 9) Furnishing, placement and compaction of backfill 10) Clean-up C. Sanitary Sewer Lines and Appurtenances 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Sewer Abandonment Plug" for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Sanitary Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Sewer Manhole" for: a) Various diameters c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up Sanitary Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. b. Payment CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0241 14 - 8 UTILITY REMOVAUABANDONMENT Page 8 of 16 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Sewer Junction Box" location. c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City. 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up D. Storm Sewer Lines and Appurtenances 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Storm Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Storm Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each storm sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Manhole Riser" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0241 14 - 9 UTILITY REMOVAUABANDONMENT Page 9 of 16 3. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Junction Box" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Storm Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Storm Junction Structure" location. c. The price bid shall include: 1) Removal and disposal of junction structure 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 5. Storm Sewer Inlet Removal a. Measurement 1) Measurement for this Item will be per each storm sewer inlet to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Inlet" for: a) Various types b) Various sizes c. The price bid shall include: 1) Removal and disposal of inlet 2) Pavement removal 3) Excavation CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0241 14 - 10 UTILITY REMOVAUABANDONMENT Page 10 of 16 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 6. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item shall be per linear foot of existing storm sewer box to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. c. The price bid shall include: 1) Removal and disposal of Storm Sewer Box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 7. Headwall/SET Removal a. Measurement 1) Measurement for this Item will be per each headwall or safety end treatment (SET) to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Headwall/SET". c. The price bid shall include: 1) Removal and disposal of Headwall/SET 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 8. Trench Drain Removal a. Measurement 1) Measurement for this Item shall be per linear foot of storm sewer trench drain to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Trench Drain" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of storm sewer line 2) Pavement removal 3) Excavation CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0241 14 - 11 UTILITY REMOVAUABANDONMENT Page 11 of 16 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Contact Inspector and the Water Department Field Operation Storage Yard for coordination of salvage material return. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect and salvage all materials such that no damage occurs during delivery to the City. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL, SALVAGE, AND ABANDONMENT A. General CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0241 14-12 UTILITY REMOVAUABANDONMENT Page 12 of 16 Manhole Abandonment a. All manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover as coordinated with City. d. Deliver salvaged material to the City. e. Cut and plug sewer lines to be abandoned. £ Backfill manhole void in accordance with City Standard Details. B. Water Lines and Appurtenances Water Line Pressure Plugs a. Ductile Iron Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C900 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 11 13; or b) A blind flange in accordance with Section 33 11 13 3) Perform Cut and Plug in accordance with Section 33 12 25. d. Buried Steel Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 33 11 14; or b) A blind flange in accordance with Section 33 11 14 3) Perform Cut and Plug in accordance with Section 33 12 25. 2. Water Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Plug with CLSM in accordance with Section 03 34 13. 3. Water Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater from existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 4. Water Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0241 14-13 UTILITY REMOVAUABANDONMENT Page 13 of 16 5. W ter Valve Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of valve bonnet, wedge and stem. c. Fill valve body with CLSM in accordance with Section 03 34 13. 6. W ter Valve Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove valve bonnet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Protect salvaged materials from damage. e. Fill valve body with CLSM in accordance with Section 03 34 13. 7. W ter Valve Abandonment a. Excavate and backfill in accordance with Section 33 05 10. b. Remove the top 2 feet of the valve stack and any valve extensions. c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 8. Fire Hydrant Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove Fire Hydrant. c. Place abandonment plug on fire hydrant lead line. d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage Yard. e. Protect salvaged materials from damage. 9. W ter Meter Removal and Salvage a. Remove and salvage water meter. b. Return salvaged meter to Project Representative. c. City will provide replacement meter for installation. d. Meter Box and Lid 1) Remove and salvage cast iron meter box lid. 2) Remove and dispose of any non -cast iron meter box lid. 3) Return salvaged material to the Water Department Field Operation Storage Yard. 4) Remove and dispose of meter box. 10. Water Sample Station Removal and Salvage a. Remove and salvage existing water sample station. b. Deliver salvaged material to the Water Department Field Operation Storage Yard. 11. Concrete Water Vault Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage vault lid. c. Remove and salvage valves. d. Remove and salvage meters. e. Deliver salvaged material to the Water Department Field Operation Storage Yard. f. Remove and dispose of any piping or other appurtenances. g. Demolish and remove entire concrete vault. h. Dispose of all excess materials. 12. Cathodic Test Station Abandonment a. Excavate and backfill in accordance with Section 33 05 10 CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0241 14 - 14 UTILITY REMOVAUABANDONMENT Page 14 of 16 b. Remove the top 2 feet of the cathodic test station stack and contents. c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. C. Sanitary Sewer Lines and Appurtenances 1. Sanitary Sewer Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of any sewage. c. Plug with CLSM in accordance with Section 03 34 13. 2. Sanitary Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater and dispose of any sewage from the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Sanitary Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 4. Sanitary Sewer Manholes Removal a. All sanitary sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover. d. Deliver salvaged material to the Water Department Field Operation Storage. e. Demolish and remove entire concrete manhole. f. Cut and plug sewer lines to be abandoned. 5. Sanitary Sewer Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage manhole frame and cover. c. Deliver salvaged material to the Water Department Field Operation Storage. d. Demolish and remove entire concrete manhole. e. Cut and plug sewer lines to be abandoned. D. Storm Sewer Lines and Appurtenances 1. Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13. Storm Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Storm Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and properly dispose as approved by City. 4. Storm Sewer Manhole Removal CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0241 14-15 UTILITY REMOVAUABANDONMENT Page 15 of 16 a. All storm sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Demolish and remove entire concrete manhole. d. Cut and plug storm sewer lines to be abandoned. 5. Storm Sewer Junction Box and/or Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete structure. c. Cut and plug storm sewer lines to be abandoned. 6. Storm Sewer Inlet Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 7. Storm Sewer Box Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 8. Headwall/SET Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 9. Storm Sewer Trench Drain Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and dispose as approved by City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0241 14-16 UTILITY REMOVAL/ABANDONMENT Page 16 of 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.C.3.c. — Include Frame and Cover in Payment description 12/20/12 D. Johnson Throughout — added abandonment of storm and sewer manholes when requested and/or approved by City CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 1 2 3 PART 1 - GENERAL 4 1.1 S UNINIARY SECTION 03 30 00 CAST -IN -PLACE CONCRETE 03 30 00 -1 CAST -IN -PLACE CONCRETE Page 1 of 25 5 A Section Includes: 6 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, 7 mixture design, placement procedures and finishes, for the following: 8 a. Piers 9 b. Footings 10 c. Slabs -on -grade 11 d. Foundation walls 12 e. Retaining walls (non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast -in -place manholes 16 i. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Spec ification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1— General Requirements 23 1.2 PRICE AND PAYNMNT PROCEDURES 24 A. Cast -in -Place Concrete 25 1. Measurement 26 a. This Item is considered subsidiary to the structure or Items being placed. 27 2. Payment 28 a. The work performed and the materials furnished in accordance with this Item 29 are subsidiary to the structure or Items being placed and no other compensation 30 will be allowed. 31 1.3 REFERENCES 32 A. Definitions 33 1. Cementitious Materials 34 a. Portland cement alone or in combination with 1 or more of the following: 35 1) Blended hydraulic cement 36 2) Fly ash 37 3) Other pozzolans 38 4) Ground granulated blast -furnace slag CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 - 2 CAST -IN -PLACE CONCRETE Page 2 of 25 1 5) Silica fume 2 b. Subject to compliance with the requirements of this specification 3 B. Reference Standards 4 1. Reference standards cited in this Specification refer to the current reference 5 standard published at the time of the latest revision date logged at the end of this 6 Specification, unless a date is specifically cited. 7 2. American Association of State Highway and Transportation (AASHTO): 8 a. M182, Burlap Cloth Made from Jute or Kenaf. 9 3. American Concrete Institute (ACI): 10 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 11 b. ACI 301 Specifications for Structural Concrete 12 c. ACI 305.1 Specification for Hot Weather Concreting 13 d. ACI 306.1 Standard Specification for Cold Weather Concreting 14 e. ACI 308.1 Standard Specification for Curing Concrete 15 f. ACI 318 Building Code Requirements for Structural Concrete 16 g. ACI 347 Guide to Formwork for Concrete 17 4. American Institute of Steel Construction (AISC): 18 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 19 5. ASTM International (ASTM): 20 a. A36, Standard Specification for Carbon Structural Steel. 21 b. Al53, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel 22 Hardware. 23 c. Al93, Standard Specification for Alloy -Steel and Stainless Steel Bolting 24 Materials for High -Temperature Service and Other Special Purpose 25 Applications. 26 d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for 27 Concrete Reinforcement. 28 e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for 29 Concrete Reinforcement. 30 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 31 Field. 32 g. C33, Standard Specification for Concrete Aggregates. 33 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 34 Specimens. 35 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 36 Beams of Concrete. 37 j. C94, Standard Specification for Ready -Mixed Concrete. 38 k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 39 Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 40 1. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 41 in. C171, Standard Specification for Sheet Materials for Curing Concrete. 42 n. C150, Standard Specification for Portland Cement. 43 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. 44 p. C219, Standard Terminology Relating to Hydraulic Cement. 45 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 46 Pressure Method. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 23 24 25 26 27 28 29 03 30 00 - 3 CAST -IN -PLACE CONCRETE Page 3 of 25 r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. s. C309, Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. t. C494, Standard Specification for Chemical Admixtures for Concrete. u. C595, Standard Specification for Blended Hydraulic Cements v. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. w. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete. x. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete and Mortars. y. C1017, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. z. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. aa. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. bb. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. cc. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. dd. F436, Standard Specification for Hardened Steel Washers. 6. American Welding Society (AWS). a. D1.1, Structural Welding Code -Steel. b. D1.4, Structural Welding Code -Reinforcing Steel. 7. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice 8. Texas Department of Transportation a. Standard Specification for Construction and Maintenance of Highways, Streets and Bridges 30 1.4 ADMINISTRATIVE REQUIREMENTS 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. Work Included 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete including shoring, reshoring, falsework, bracing, proprietary forming systems, prefabricated forms, void forms, permanent metal forms, bulkheads, keys, blockouts, sleeves, pockets and accessories. a. Erection shall include installation in formwork of items furnished by other trades. 2. Furnish all labor and materials required to fabricate, deliver and install reinforcement and embedded metal assemblies for cast -in -place concrete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. Furnish all labor and materials required to perform the following: a. Cast -in -place concrete b. Concrete mix designs c. Grouting CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 - 4 CAST -IN -PLACE CONCRETE Page 4 of 25 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00. 3 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 4 specials. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Required for each type of product indicated 8 B. Design Mixtures 9 1. For each concrete mixture submit proposed mix designs in accordance with ACI 10 318, chapter 5. 11 2. Submit each proposed mix design with a record of past performance. 12 3. Submit alternate design mixtures when characteristics of materials, Project condi- 13 tions, weather, test results or other circumstances warrant adjustments. 14 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 15 a. Include this quantity on delivery ticket. 16 C. Steel Reinforcement Submittals for Information 17 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 18 ical analysis. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Manufacturer Qualifications 23 1. A firm experienced in manufacturing ready -mixed concrete products and that com- 24 plies with ASTM C94 requirements for production facilities and equipment 25 2. Manufacturer certified according to NRMCNs "Certification of Ready Mixed 26 Concrete Production Facilities" 27 B. Source Limitations 28 1. Obtain each type or class of cementitious material of the same brand from the same 29 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 30 1 source from a single manufacturer. 31 C. ACI Publications 32 1. Comply with the following unless modified by requirements in the Contract Docu- 33 ments: 34 a. ACI 301 Sections 1 through 5 35 b. ACI117 36 D. Concrete Testing Service 37 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 - 5 CAST -IN -PLACE CONCRETE Page 5 of 25 1 1.10 DELIVERY, STORAGE, AND HANDLING 2 A. Steel Reinforcement 3 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 4 2. Avoid damaging coatings on steel reinforcement. 5 B. Waterstops 6 1. Store waterstops undercover to protect from moisture, sunlight, dirt, oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 12 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 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form -Facing Materials 1. Rough -Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. 3/4-Inch x 3/4-Inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form -Release Agent a. Commercially formulated form -release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form -facing materials, formulate with rust inhibitor. 5. Form Ties CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 03 30 00 - 6 CAST -IN -PLACE CONCRETE Page 6 of 25 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. c. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. d. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed D. Reinforcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2. Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b. Manufacture bar supports from steel wire, plastic or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI Class 2 stainless -steel bar supports. 2) For slabs -on -grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies 1. Steel Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt I1, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout -filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 03 30 00 - 7 CAST -IN -PLACE CONCRETE Page 7 of 25 b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. 2. Available Products a. Hilti HIT HY 150 Max b. Simpson Acrylic -Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot -dip zinc coating, ASTMA153, Class C H. Inserts 1. Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide 3/4-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of makable cast iron furnished with full depth bolts. 1) Provide 3/4-inch bolt size, unless otherwise indicated. I. Concrete Materials 1. Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement, Portland -Limestone Cement a) ASTM C150, Type 1/11, gray b) ASTM C595, Type IL cement c) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast -Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C1240, amorphous silica 3) Normal -Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse -Aggregate Size a) 3/4-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J. Admixtures CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 03 30 00 - 8 CAST -IN -PLACE CONCRETE Page 8 of 25 1. Air -Entraining Admixture a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water -Reducing Admixture 1) ASTM C494, Type A d. Retarding Admixture 1) ASTM C494, Type B e. Water -Reducing and Retarding Admixture 1) ASTM C494, Type D f. High -Range, Water -Reducing Admixture 1) ASTM C494, Type F g. High -Range, Water -Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C1017, Type II K Waterstops 1. Self -Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/a- inch x 1-inch. b. Available Products 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Hydro -Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials 1. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture -Retaining Cover a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane -Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe -Cure Clear CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 - 9 CAST -IN -PLACE CONCRETE Page 9 of 25 1 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior 2 Company; W.B. Resin Cure 3 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 4 6) Euclid Chemical Company (The); Kurez DR VOX 5 7) Kaufman Products, Inc.; Thinfilm 420 6 8) Lambert Corporation; Aqua Kure -Clear 7 9) L&M Construction Chemicals, Inc.; L&M Cure R 8 10) Meadows, W. R., Inc.;1100 Clear 9 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 10 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 11 13) Tamms Industries, Inc.; Horncure WB 30 12 14) Unitex; Hydro Cure 309 13 15) US Mix Products Company; US Spec Maxcure Resin Clear 14 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 15 M. Related Materials 16 1. Bonding Agent 17 a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene 18 butadiene 19 2. Epoxy Bonding Adhesive 20 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 21 to damp surfaces, of class suitable for application temperature and of grade to 22 suit requirements, and as follows: 23 1) Types I and II, non -load bearing 24 2) IV and V, load bearing, for bonding 25 3) Hardened or freshly mixed concrete to hardened concrete 26 3. Reglets 27 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 28 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 29 or debris. 30 4. Sleeves and Blockouts 31 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 32 tubes or wood 33 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 34 a. Sized as required 35 b. Shall be of strength and character to maintain formwork in place while placing 36 concrete 37 N. Repair Materials 38 1. Repair Underlayment 39 a. Cement -based, polymer -modified, self -leveling product that can be applied in 40 thicknesses of 1/8 inch or greater 41 1) Do not feather. 42 b. Cement Binder 43 1) ASTM C150, C595, Portland cement, Portland -Limestone Cement or hy- 44 draulic or blended hydraulic cement as defined in ASTM C219 45 c. Primer CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 -10 CAST -IN -PLACE CONCRETE Page 10 of 25 1 1) Product of underlayment manufacturer recommended for substrate, condi- 2 tions, and application 3 d. Aggregate 4 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 5 recommended by underlayment manufacturer 6 e. Compressive Strength 7 1) Not less than 4100 psi at 28 days when tested according to 8 ASTM C109/C109M 9 2. Repair Overlayment 10 a. Cement -based, polymer -modified, self -leveling product that can be applied in 11 thicknesses of 1/8 inch or greater 12 1) Do not feather. 13 b. Cement Binder 14 1) ASTM C150, C595, Portland cement, Portland -Limestone Cement or hy- 15 draulic or blended hydraulic cement as defined in ASTM C219 16 c. Primer 17 1) Product of topping manufacturer recommended for substrate, conditions, 18 and application 19 d. Aggregate 20 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- 21 ed by topping manufacturer 22 e. Compressive Strength 23 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 24 O. Concrete Mixtures, General 25 1. Prepare design mixtures for each type and strength of concrete, proportioned on the 26 basis of laboratory trial mixture or field test data, or both, according to ACI 301. 27 a. Required average strength above specified strength 28 1) Based on a record of past performance 29 a) Determination of required average strength above specified strength 30 shall be based on the standard deviation record of the results of at least 31 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 32 by the larger amount defined by formulas 5-1 and 5-2. 33 2) Based on laboratory trial mixtures 34 a) Proportions shallbe selected on the basis of laboratory trial batches 35 prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an 36 average strength greater than the specified strength fc by the amount 37 defined in table 5.3.2.2. 38 3) Proportions of ingredients for concrete mixes shall be determined by an in- 39 dependent testing laboratory or qualified concrete supplier. 40 4) For each proposed mixture, at least 3 compressive test cylinders shall be 41 made and tested for strength at the specified age. 42 a) Additional cylinders may be made for testing for information at earlier 43 ages. 44 2. Cementitious Materials 45 a. Limit percentage, by weight, of cementitious materials other than Portland ce- 46 ment or Portland -Limestone cement in concrete as follows, unless specked 47 otherwise: CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 -11 CAST -IN -PLACE CONCRETE Page 11 of 25 1 1) Fly Ash: 25 percent 2 2) Combined Fly Ash and Pozzolan: 25 percent 3 3) Ground Granulated Blast -Furnace Slag: 50 percent 4 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace 5 Slag: 50 percent 6 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- 7 cent 8 6) Silica Fume: 10 percent 9 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 10 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 11 cent 12 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, 13 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 14 percent and silica fume not exceeding 10 percent 15 3. Limit water-soluble, chloride -ion content in hardened concrete to: 16 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 17 (typic al) 18 b. 0.15 percent by weight if concrete will be exposed to chlorides 19 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 20 continually dry and protected. 21 4. Admixtures 22 a. Use admixtures according to manufacturer's written instructions. 23 b. Do not use admixtures which have not been incorporated and tested in accepted 24 mixes. 25 c. Use water -reducing high -range water -reducing or plasticizing admixture in 26 concrete, as required, for placement and workability. 27 d. Use water -reducing and retarding admixture when required by high 28 temperatures, low humidity or other adverse placement conditions. 29 e. Use water -reducing admixture in pumped concrete, concrete for heavy -use 30 industrial slabs and parking structure slabs, concrete required to be watertight, 31 and concrete with a water-cementitious materials ratio below 0.50. 32 f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. 33 P. Concrete Mixtures 34 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of 35 Highways, Streets, and Bridges" for: 36 a. Culverts 37 b. Headwalls 38 c. Wingwalls 39 2. Proportion normal -weight concrete mixture as follows: 40 a. Minimum Compressive Strength: 3,000 psi at 28 days 41 b. Maximum Water-Cementitious Materials Ratio: 0.50 42 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 43 inches before adding high -range water -reducing admixture or plasticizing 44 admixture, plus or minus 1 inch 45 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- 46 inch nominal maximum aggregate size CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 -12 CAST -IN -PLACE CONCRETE Page 12 of 25 1 Q. Fabricating Reinforcement 2 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 3 R. Fabrication of Embedded Metal Assemblies 4 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 5 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 6 accordance with AWS D1.1. 7 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 8 All other metal assemblies shall be either hot dip galvanized or painted with an 9 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 10 installed in accordance with the manufacturer's instructions. Repair painted 11 assemblies after welding with same type of paint. 12 S. Concrete Mixing 13 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 14 ASTM C94, and furnish batch ticket information. 15 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 16 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 17 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 18 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete 19 according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type 20 batch machine mixer. 21 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 22 minutes, but not more than 5 minutes after ingredients are in mixer, before any 23 part of batch is released. 24 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 25 seconds for each additional 1 cubic yard. 26 c. Provide batch ticket for each batch discharged and used in the Work, indicating 27 Project identification name and number, date, mixture type, mixture time, 28 quantity, and amount of water added. Record approximate location of final 29 deposit in structure. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION [NOT USED] 35 3.3 PREPARATION [NOT USED] 36 3.4 INSTALLATION 37 A. Formwork CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 -13 CAST -IN -PLACE CONCRETE Page 13 of 25 1 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to 2 support vertical, lateral, static, and dynamic loads, and construction loads that might 3 be applied, until structure can support such loads. 4 2. Construct formwork so concrete members and structures are of size, shape, 5 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 6 a. Vertical alignment 7 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 8 2) Outside corner of exposed corner columns and control joints in concrete 9 exposed to view less than 100 feet in height - 1/2 inch. 10 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the 11 height but not more than 6 inches. 12 4) Outside corner of exposed corner columns and control joints in concrete 13 exposed to view greater than 100 feet in height - 1/2000 times the height 14 but not more than 3 inches. 15 b. Lateral alignment 16 1) Members -I inch. 17 2) Centerline of openings 12 inches or smaller and edge location of larger 18 openings in slabs - 1/2 inch. 19 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. 20 c. Level alignment 21 1) Elevation of slabs -on -grade - 3/4 inch. 22 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 23 inch. 24 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 25 d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns 26 and thickness of walls and slabs. 27 1) 12 inch dimension or less -plus 1/2 inch to minus 1/4 inch. 28 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 29 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. 30 e. Relative alignment 31 1) Stairs 32 a) Difference in height between adjacent risers - 1/8 inch. 33 b) Difference in width between adjacent treads - 1/4 inch. 34 c) Maximum difference in height between risers in a flight of stairs - 3/8 35 inch. 36 d) Maximum difference in width between treads in a flight of stairs - 3/8 37 inch. 38 2) Grooves 39 a) Specified width 2 inches or less - 1/8 inch. 40 b) Specified width between 2 inches and 12 inches - 1/4 inch. 41 3) Vertical alignment of outside corner of exposed corner columns and control 42 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 43 4) All other conditions - 3/8 inch in 10 feet. 44 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 45 as follows: 46 a. Class B, 1/4 inch for smooth -formed finished surfaces. 47 b. Class C, 1/2 inch for rough -formed finished surfaces. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 -14 CAST -IN -PLACE CONCRETE Page 14 of 25 1 4. Construct forms tight enough to prevent loss of concrete mortar. 2 5. Fabricate forms for easy removal without hammering or prying against concrete 3 surfaces. Provide crush or wrecking plates where stripping may damage cast 4 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 5 horizontal to 1 vertical. 6 a. Install keyways, reglets, recesses, and the like, for easy removal. 7 b. Do not use rust -stained steel form -facing material. 8 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 9 required elevations and slopes in finished concrete surfaces. Provide and secure 10 units to support screed strips; use strike -off templates or compacting -type screeds. 11 7. Construct formwork to cambers shown or specified on the Drawings to allow for 12 structural deflection of the hardened concrete. Provide additional elevation or 13 camber in formwork as required for anticipated formwork deflections due to weight 14 and pressures of concrete and construction loads. 15 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 16 caps, walls, and columns straight and to the lines and grades specified. Do no earth 17 form foundation elements unless specifically indicated on the Drawings. 18 9. Provide temporary openings for cleanouts and inspection ports where interior area 19 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 20 securely braced to prevent loss of concrete mortar. Locate temporary openings in 21 forms at inconspicuous locations. 22 10. Chamfer exterior corners and edges of permanently exposed concrete. 23 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 24 bulkheads required in the Work. Determine sizes and locations from trades 25 providing such items. 26 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 27 sawdust, dirt, and other debris just before placing concrete. 28 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 29 leaks and maintain proper alignment. 30 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's 31 written instructions, before placing reinforcement, anchoring devices, and 32 embedded items. 33 a. Do not apply form release agent where concrete surfaces are scheduled to 34 receive subsequent finishes which maybe affected by agent. Soak contact 35 surfaces of untreated forms with clean water. Keep surfaces wetprior to 36 placing concrete. 37 B. Embedded Items 38 1. Place and secure anchorage devices and other embedded items required for 39 adjoining work that is attached to or supported by cast -in -place concrete. Use 40 setting drawings, templates, diagrams, instructions, and directions furnished with 41 items to be embedded. 42 a. Install anchor rods, accurately located, to elevations required and complying 43 with tolerances in AISC 303, Section 7.5. 44 1) Spacing within a bolt group: 1/8 inch 45 2) Location of bolt group (center): '/2 inch CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 -15 CAST -IN -PLACE CONCRETE Page 15 of 25 1 3) Rotation of bolt group: 5 degrees 2 4) Angle off vertical: 5 degrees 3 5) Bolt projection: f 3/8 inch 4 b. Install reglets to receive waterproofing and to receive through -wall flashings in 5 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 6 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 shelf angles, and other conditions. C. Removing and Reusing Forms 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design compressive strength. 2. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if concrete is hard enough to not be damaged by form -removal operations and curing and protection operations are maintained. a. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. b. Do not remove formwork supporting conventionally reinforced concrete until concrete has attained 70 percent of its specified 28 day compressive strength as established by tests of field cured cylinders. In the absence of cylinder tests, supporting formwork shall remain in place until the concrete has cured at a temperature of at least 50 degrees Fahrenheit for the minimum cumulative time periods given in ACI 347, Section 3.7.2.3. Add the period of time when the surrounding air temperature is below 50 degrees Fahrenheit, to the minimum listed time period. Formwork for 2-way conventionally reinforced slabs shall remain in place for at least the minimum cumulative time periods specified for 1-way slabs of the same maximum span. c. Immediately reshore 2-way conventionally reinforced slabs after formwork removal. Reshores shall remain until the concrete has attained the specified 28 day compressive strength. d. Minimum cumulative curing times may be reduced by the use of high -early strength cement or forming systems which allow form removal without disturbing shores, but only after the Contractor has demonstrated to the satisfaction of the Engineer that the early removal of forms willnot cause excessive sag, distortion or damage to the concrete elements. e. Completely remove wood forms. Provide temporary openings if required. f. Provide adequate methods of curing and thermal protection of exposed concrete if forms are removed prior to completion of specified curing time. g. Reshore areas required to support construction loads in excess of 20 pounds per square foot to properly distribute construction loading. Construction loads up to the rated live load capacity may be placed on unshored construction provided the concrete has attained the specified 28 day compressive strength. h. Obtaining concrete compressive strength tests for the purposes of form removal is the responsibility of the Contractor. i. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 -16 CAST -IN -PLACE CONCRETE Page 16 of 25 1 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 2 delaminated, or otherwise damaged form -facing material will not be acceptable for 3 exposed surfaces. Apply new form -release agent. 4 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 5 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 6 exposed concrete surfaces unless approved by Engineer. 7 D. Shores and Reshores 8 1. The Contractor is solely responsible for proper shoring and reshoring. 9 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 10 and reshoring. 11 a. Do not remove shoring or reshoring until measurement of slab tolerances is 12 complete. 13 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 14 Locate and provide adequate reshoring to support construction without excessive 15 stress or deflection. 16 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 E. Steel Reinforcement 1. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: f3/8 inch 2) Members more than 8 inches deep: f1/2 inch b. Concrete Cover to Formed or Finished Surfaces: f3/8 inches for members 8 inches deep or less; f 1/2 inches for members over 8 inches deep, except that tolerance for cover shallnot exceed 1/3 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no. 14 and 18 bars. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 -17 CAST -IN -PLACE CONCRETE Page 17 of 25 1 7. Field Welding of Embedded Metal Assemblies 2 a. Remove all paint and galvanizing in areas to receive field welds. 3 b. Field Prepare all areas where paint or galvanizing has been removed with the 4 specified paint or cold galvanizing compound, respectively. 5 F. Joints 6 1. General: Construct joints true to line with faces perpendicular to surface plane of 7 concrete. 8 2. Construction Joints: Install so strength and appearance of concrete are not 9 impaired, at locations indicated or as approved by Engineer. 10 a. Place joints perpendicular to main reinforcement. Continue reinforcement 11 across construction joints, unless otherwise indicated. Do not continue 12 reinforcement through sides of strip placements of floors and slabs. 13 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 14 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 15 Offset joints in girders a minimum distance of twice the beam width from a 16 beam -girder intersection. 17 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 18 beams, and girders and at the top of footings or floor slabs. 19 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 20 with walls, near corners, and in concealed locations where possible. 21 f. Use a bonding agent at locations where fresh concrete is placed against 22 hardened or partially hardened concrete surfaces. 23 3. Doweled Joints: Install dowelbars and support assemblies at joints where 24 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 25 bonding to 1 side of joint. 26 G. Waterstops 27 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 28 forma continuous diaphragm. Install in longest lengths practicable. Support and 29 protect exposed waterstops during progress of the Work. Field fabricate joints in 30 waterstops according to manufacturer's written instructions. 31 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 32 locations indicated, according to manufacturer's written instructions, adhesive 33 bonding, mechanically fastening, and firmly pressing into place. Installin longest 34 lengths practicable. 35 H. Adhesive Anchors 36 1. Comply with the manufacturer's installation instructions on the hole diameter and 37 depth required to fully develop the tensile strength of the adhesive anchor or 38 reinforcing bar. 39 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 40 loose material from the hole, prior to installing adhesive material. 41 1. Concrete Placement 42 1. Before placing concrete, verify that installation of formwork, reinforcement, and 43 embedded items is complete and that required inspections have been performed. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 -18 CAST -IN -PLACE CONCRETE Page 18 of 25 1 2. Do not add water to concrete during delivery, at Project site, or during placement 2 unless approved by Engineer. 3 3. Before test sampling and placing concrete, watermay be added at Project site, 4 subject to limitations of ACI 301. 5 a. Do not add water to concrete after adding high -range water -reducing 6 admixtures to mixture. 7 b. Do not exceed the maximum specified water/cement ratio for the mix. 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 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. a. Deposit concrete in horizontal layers of depth to not exceed formworkdesign pressures, 15 feet maximum and in a manner to avoid inclined construction joints. b. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. c. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, Emit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. d. Do not permit concrete to drop freely any distance greater than 10 feet for concrete containing a high range water reducing admixture (superplasticizer) or 5 feet for other concrete. Provide chute or tremie to place concrete where longer drops are necessary. Do not place concrete into excavations with standing water. If place of deposit cannot be pumped dry, pour concrete through a tremie with its outlet near the bottom of the place of deposit. e. Discard pump priming grout and do not use in the structure. 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. a. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. b. Maintain reinforcement in position on chairs during concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct elevations. d. Slope surfaces uniformly to drains where required. e. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work fromphysical damage or reduced strengththat could be caused by frost, freezing actions, or low temperatures. a. When average high and low temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 -19 CAST -IN -PLACE CONCRETE Page 19 of 25 I b. Do not use frozen materials or materials containing ice or snow. Do not place 2 concrete on frozen subgrade or on subgrade containing frozen materials. 3 c. Do not use calcium chloride, salt, or other materials containing antifreeze 4 agents or chemical accelerators unless otherwise specified and approved in 5 mixture designs. 6 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: 7 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 8 placement. Chilled mixing water or chopped ice may be used to control 9 temperature, provided water equivalent of ice is calculated to total amount of 10 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 11 b. Fog -spray forms, steel reinforcement, and subgrade just before placing 12 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 13 dry areas. 14 J. Finishing Formed Surfaces 15 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material 16 with tie holes and defects repaired and patched. Remove fins and other projections 17 that exceed specified limits on formed -surface irregularities. 18 a. Apply to concrete surfaces not exposed to public view. 19 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 20 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 21 texture matching adjacent formed surfaces. Continue final surface treatment of 22 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 23 indicated. 24 K Miscellaneous Concrete Items 25 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 26 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 27 specified, to blend with in -place construction. Provide other miscellaneous 28 concrete filling indicated or required to complete the Work. 29 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 30 concrete is still green and by steel -troweling surfaces to a hard, dense finish with 31 corners, intersections, and terminations slightly rounded. 32 3. Equipment Bases and Foundations: Provide machine and equipment bases and 33 foundations as shown on Drawings. Set anchor bolts for machines and equipment 34 at correct elevations, complying with diagrams or templates from manufacturer 35 furnishing machines and equipment. 36 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 37 #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, 38 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 39 during pouring of concrete fill. 40 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a 41 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 42 L. Concrete Protecting and Curing 43 1. General: Protect freshly placed concrete from premature drying and excessive cold 44 or hot temperatures. Comply with ACI 306.1 for cold -weather protection and 45 ACI 3 05. 1 for hot -weather protection during curing. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 25 1 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 2 supported slabs, and other similar surfaces. If forms remain during curing period, 3 moist cure after loosening forms. If removing forms before end of curing period, 4 continue curing for the remainder of the curing period. 5 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 6 unformed surfaces, including floors and slabs, concrete floor toppings, and other 7 surfaces. 8 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 9 methods: 10 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 11 with the following materials: 12 1) Water 13 2) Continuous water -fog spray 14 3) Absorptive cover, water saturated, and kept continuously wet. Cover 15 concrete surfaces and edges with 12-inch lap over adjacent absorptive 16 covers 17 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture- 18 retaining cover for curing concrete, placed in widest practicable width, with 19 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 20 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 21 during curing period using cover material and waterproof tape. 22 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 23 receive floor coverings. 24 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 25 receive penetrating liquid floor treatments. 26 3) Cure concrete surfaces to receive floor coverings with either a moisture- 27 retaining cover or a curing compound that the manufacturer certifies will 28 not interfere with bonding of floor covering used on Project. 29 c. Curing Compound: Apply uniformly in continuous operation by power spray 30 or roller according to manufacturer's written instructions. Recoat areas 31 subjected to heavy rainfall within 3 hours after initial application. Maintain 32 continuity of coating and repair damage during curing period. 33 3.5 REPAIR 34 A. Concrete Surface Repairs 35 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 36 Remove and replace concrete that cannotbe repaired and patched to Engineer's 37 approval. 38 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland 39 cement to 2-1/2 parts fine aggregate passing allo. 16 sieve, using only enough 40 water for handling and placing. 41 3. Repairing Formed Surfaces: Surface defects include color and texture 42 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 43 projections on the surface, and stains and other discolorations that cannot be 44 removed by cleaning. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 - 21 CAST -IN -PLACE CONCRETE Page 21 of 25 1 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 2 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 3 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 4 with water, and brush -coat holes and voids with bonding agent. Fill and 5 compact with patching mortar before bonding agent has dried. Fillform-tie 6 voids with patching mortar or cone plugs secured in place with bonding agent. 7 b. Repair defects on surfaces exposed to view by blending white portland cement 8 and standard portland cement so that, when dry, patching mortar will match 9 surrounding color. Patch a test area at inconspicuous locations to verify 10 mixture and color match before proceeding with patching. Compactmortar in 11 place and strike off slightly higher than surrounding surface. 12 c. Repair defects on concealed formed surfaces that affect concrete's durability 13 and structural performance as determined by Engineer. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete exceptwithout coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. 6. Repair materials and installation not specified above may be used, subject to Engineer's approval. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 25 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 4 inspecting agency to perform field tests and inspections and prepare test reports. 5 B. Inspections 6 1. Steel reinforcement placement 7 2. Headed bolts and studs 8 3. Verification of use of required design mixture 9 4. Concrete placement, including conveying and depositing 10 5. Curing procedures and maintenance of curing temperature 11 6. Verification of concrete strength before removal of shores and forms from beams 12 and slabs 13 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 14 according to ASTM C172 according to the following requirements: 15 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 16 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 17 each additional 50 cubic yard or fraction thereof. 18 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 19 not less than 1 test for each day's pour of each concrete mixture. Perform additional 20 tests when concrete consistency appears to change. 21 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 22 each composite sample, but not less than 1 test for each day's pour of each concrete 23 mixture. 24 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 25 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 26 test for each composite sample. 27 5. Compression Test Specimens: ASTM C31. 28 a. Cast and laboratory cure 4 cylinders for each composite sample. 29 1) Do not transport field cast cylinders until they have cured for a 30 minimum of 24 hours. 31 6. Compressive -Strength Tests: ASTM C39; 32 a. Test 1 cylinder at 7 days. 33 b. Test 2 cylinders at 28 days. 34 c. Hold 1 cylinder for testing at 56 days as needed. 35 7. When strength of field -cured cylinders is less than 85 percent of companion 36 laboratory -cured cylinders, evaluate operations and provide corrective procedures 37 for protecting and curing in -place concrete. 38 8. Strength of each concrete mixture will be satisfactory if every average of any 3 39 consecutive compressive -strength tests equals or exceeds specified compressive 40 strength and no compressive -strength testvalue falls below specified compressive 41 strength by more than 500 psi. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 25 1 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 2 within 48 hours of testing. Reports of compressive -strength tests shall contain 3 Project identification name and number, date of concrete placement, name of 4 concrete testing and inspecting agency, location of concrete batch in Work, design 5 compressive strength at 28 days, concrete mixture proportions and materials, 6 compressive breaking strength, and type of break for both 7- and 28-day tests. 7 10. Additional Tests: Testing and inspecting agency shall make additional tests of 8 concrete when test results indicate that slump, air entrainment, compressive 9 strengths, or other requirements have not been met, as directed by Engineer. 10 Testing and inspecting agency may conduct tests to determine adequacy of concrete 11 by cored cylinders complying with ASTM C42 or by other methods as directed by 12 Engineer. 13 a. When the strength level of the concrete for any portion of the structure, as 14 indicated by cylinder tests, falls below the specified requirements, provide 15 improved curing conditions and/or adjustments to the mix design as required to 16 obtain the required strength. If the average strength of the laboratory control 17 cylinders falls so low as to be deemed unacceptable, follow the core test 18 procedure set forth in ACI 301, Chapter 17. Locations of core tests shallbe 19 approved by the Engineer. Core sampling and testing shall be at Contractors 20 expense. 21 b. If the results of the core tests indicate that the strength of the structure is 22 inadequate, any replacement, load testing, or strengthening as may be ordered 23 by the Engineer shall be provided by the Contractor without cost to the City. 24 11. Additional testing and inspecting, at Contractor's expense, will be performed to 25 determine compliance of replaced or additional work with specified requirements. 26 12. Correct deficiencies in the Work that test reports and inspections indicate does not 27 comply with the Contract Documents. 28 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 29 hours of finishing. 30 E. Concrete Finish Measurement and Tolerances 31 1. All floors are subject to measurement for flatness and levelness and comply with 32 the following: 33 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 34 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 35 both directions, lapping straightedge 3 feet on areas previously checked. Low 36 spots shall not exceed the above dimension anywhere along the straightedge. 37 Flatness shall be checked the next work day after finishing. 38 b. Slabs shall be level within a tolerance of f 1/4 inch in 10 feet, not to exceed 3/4 39 inches total variation, anywhere on the floor, from elevations indicated on the 40 Drawings. Levelness shall be checked on a 10 foot grid using a level after 41 removal of forms. 42 c. Measurement Standard: All floors are subject to measurement for flatness and 43 levelness, according to ASTM El 155. 44 2. 2 Tiered Measurement Standard 45 a. Each floor test section and the overall floor area shall conform to the 2-tiered 46 measurement standard as specified herein. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 - 24 CAST -IN -PLACE CONCRETE Page 24 of 25 1 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 2 solute minimum surface profile that will be acceptable for any 1 test sample 3 (line of measurements) anywhere within the test area. 4 2) Specified Overall Value: The specified overall FF/FL values represent the 5 minimum values acceptable for individual floor sections as well as the floor 6 as a whole. 7 3. Floor Test Sections 8 a. A floor test section is defined as the smaller of the following areas: 9 1) The area bounded by column and/or wall lines 10 2) The area bounded by construction and/or control joint lines 11 3) Any combination of column lines and/or control joint lines 12 b. Test sample measurement lines within each test section shall be 13 multidirectional along 2 orthogonal lines, as defined by ASTM El 155, at a 14 spacing to be determined by the City's testing agency. 15 c. The precise layout of each test section shall be determined by the City's testing 16 agency. 17 4. Concrete Floor Finish Tolerance 18 a. The following values apply before removal of shores. Levelness values (FL) do 19 not apply to intentionally sloped or cambered areas, nor to slabs poured on 20 metal deck or precast concrete. 21 1) Slabs 22 Overall Value FF45/FL30 23 Minimum Local Value FF30/FL20 24 5. Floor Elevation Tolerance Envelope 25 a. The acceptable tolerance envelope for absolute elevation of any point on the 26 slab surface, with respect to the elevation shown on the Drawings, is as follows: 27 1) Slab -on -Grade Construction: f 3/4 inch 28 2) Top surfaces of formed slabs measured prior to removal of supporting 29 shores: f 3/4 inch 30 3) Top surfaces of all other slabs: f 3/4 inch 31 4) Slabs specified to slope shall have a tolerance from the specified slope of 32 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 33 any point. 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING 37 A. Defective Work 38 1. Imperfect or damaged work or any material damaged or determined to be defective 39 before final completion and acceptance of the entire job shall be satisfactorily re- 40 placed at the Contractor's expense, and in conformity with all of the requirements of 41 the Drawings and Specifications. 42 2. Perform removal and replacement of concrete work in such manner as not to impair 43 the appearance or strength of the structure in any way. 44 B. Cleaning CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 03 30 00 - 25 CAST -IN -PLACE CONCRETE Page 25 of 25 1 1. Upon completion of the work remove from the site all forms, equipment, protective 2 coverings and any rubbish resulting therefrom. 3 2. After sweeping floors, wash floors with clean water. 4 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 10 DATE NAME 12/20/2012 D.Johnson 3/11//2022 ZelalemArega 11 END OF SECTION Revision Log SUMMARYOF CHANGE 2.2.0.3 — Removed Blue Te)d/Added Descriptions for water-soluble, chloride -ion content 3A.C.1 — Changed 75% to 70% 1.3.B.5.t, 2.2.I.1, 2.2.0.2, — AddedASTMC595— Type ILcement CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 0334 13 -1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 SECTION 03 34 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) PART1- GENERAL 1.1 SUMMARY A. Section includes: 1. Controlled low strength material (CLSM) for use in the following: a. Flowable backfill B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 - Cast -in -Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33 - Standard Specification for Concrete Aggregates. 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 6. C260 - Standard Specification for Air -Entraining Admixtures for Concrete. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 03 34 13 - 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 7 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. f lro1w.T01110]e&10:3U I 10 lI:11 10i 1112l 0C17 ;7U EN 11 ]e/:11WYi1:3u l Y 0IF.11 K A. Product data B. Sieve analysis 1. Submit sieve analyses of fine and coarse aggregates being used. a. Resubmit at any time there is a significant change in grading of materials. 2. Mix a. Submit full details, including mix design calculations for mix proposed for use. C. Trial batch test data 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash: Class F fly ash in accordance with ASTM C618. 3. Water: As specified in Section 03 30 00. 4. Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0334 13 -3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 5. Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. B. Mixes 1. Performance requirements a. Total calculated air content 1) Not less than 8.0 percent or greater than 12.0 percent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days. c. Maximum unconfined compressive strength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength (90 days) to 200 psi such that material could be re -excavated with conventional excavation equipment in the future if necessary. d. Wet density 1) No greater than 132 pounds per cubic foot. e. Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval. 2. Suggested design mix Absolute Volume Material Weight Specific Gravity Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Trial batch 1. After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer. 2. Prepare trial batches using specified cementitious materials and aggregates proposed to be used for the Work. 3. Prepare trial batch with sufficient quantity to determine slump, workability, consistency, and to provide sufficient test cylinders. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 03 34 13 - 4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 B. Test cylinders: 1. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. b. Do not rod the concrete mix. c. Strike off the excess material. 2. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. 3. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: a. Perform the capping carefully to prevent premature fractures. b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. c. Do not perform initial compression test until the cylinders reach a minimum age of 3 days. C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in accordance with ASTM C39 except as modified herein: 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. D. If the trial batch tests do not meet the Specifications for strength or density, revise and resubmit the mix design, and prepare additional trial batch and tests. Repeat until an acceptable trial batch is produced that meets the Specifications. All the trial batches and acceptability of materials shall be paid by the CONTRACTOR. 2. After acceptance, do not change the mix design without submitting a new mix design, trial batches, and test information. E. Determine slump in accordance with ASTM C 143 with the following exceptions: 1. Do not rod the concrete material. 2. Place material in slump cone in 1 semi -continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0334 13 -5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place CLSM by any method which preserves the quality of the material in terms of compressive strength and density: 1. Limit lift heights of CLSM placed against structures and other facilities that could be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift height indicated on the Drawings. Do not place another lift of CLSM until the last lift of CLSM has set and gained sufficient strength to prevent lateral load due to the weight of the next lift of CLSM. 2. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 3. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the material to flow freely during placement: a. After trial batch testing and acceptance, maintain slump developed during testing during construction at all times within f 1 inch. 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self -compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 6. When using as embedment for pipe take appropriate measures to ensure line and grade of pipe. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Tests by the City 1. During the progress of construction, the City will have tests made to determine whether the CLSM, as being produced, complies with the requirements specified hereinbefore. Test cylinders will be made and delivered to the laboratory by the Engineer and the testing expense will be borne by the City. 2. Test cylinders a. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0334 13 -6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. 2) Do not rod the concrete mix. 3) Strike off the excess material. b. Place the cylinders in a safe location away from the construction activities. Keep the cylinders moist by covering with wet burlap, or equivalent. Do not sprinkle water directly on the cylinders. c. After 2 days, place the cylinders in a protective container for transport to the laboratory for testing. The concrete test cylinders are fragile and shall be handled carefully. The container may be a box with a Styrofoam or similar lining that will limit the jarring and bumping of the cylinders. d. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. e. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. f. The test cylinders may be capped with standard sulfur compound or neoprene pads: 1) Perform the capping carefully to prevent premature fractures. 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. 3) Do not perform initial compression test until the cylinders reach a minimum age of 3 days. 3. The number of cylinder specimens taken each day shall be determined by the Inspector. a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 except as modified herein. b. The compression strength of the cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. 4. The City will test the air content of the CLSM. Test will be made immediately after discharge from the mixer in accordance with ASTM C231. 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with the following exceptions: a. Do not rod the concrete material. b. Place material in slump cone in 1 semi -continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. 6. If compressive strength of test cylinders does not meet requirements, make corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 0334 13 -7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 033416-1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 1 of 4 SECTION 03 34 16 CONCRETE BASE MATERIAL FOR TRENCH REPAIR PART1- GENERAL 1.1 SUMMARY A. Section includes: 1. Concrete base material for trench repair B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33, Standard Specification for Concrete Aggregates. 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C 143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 5. C172, Standard Practice for Sampling Freshly Mixed Concrete. 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 7. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 9. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 033416-2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 11r(W.TeiI113e&II1:3uIMWlI:111Mj111211C17;7UEN11130.1If.Yi1: 10VI10 ►.11M A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start of low density concrete backfill work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Mix Design 1. Performance requirements a. Concrete Base Material for Trench Repair 1) 28-day compressive strength of not less than 750 psi and not more than 1,200 psi. B. Materials 1. Portland cement a. Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash a. Class F fly ash in accordance with ASTM C618. 3. Water a. As specified in Section 03 30 00. 4. Admixture a. Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate a. Concrete sand (does not need to be in accordance with ASTM C33). b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate a. Pea gravel no larger than 3/8 inch. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 4 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place concrete base material by any method which preserves the quality of the material in terms of compressive strength and density. 1. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 2. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self -compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C172 according to the following requirements: 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards or fraction thereof. 2. Slump: ASTM C 143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 033416-4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 6. Compressive -Strength Tests: ASTM C39 a. Test 1 cylinder at 7 days. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 31 10 00 -1 SITE CLEARING Page 1 of 6 1 SECTION 31 10 00 2 SITE CLEARING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees, when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include but are not necessarily limited to 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 02 41 13 — Selective Site Demolition 16 4. Section 02 41 14 — Utility Removal/Abandonment 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Site Clearing 20 a. Measurement 21 1) Measurement for this Item shallbe by lump sum, square yard, or per acre. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the lump sum, square yard, or per acre price bid for 25 "Site Clearing". 26 c. The price bid shall include: 27 1) Pruning of designated trees and shrubs 28 2) Removal and disposal of structures and obstructions (unless separate bid 29 item is provided under 02 41 13 "Selective Site Demolition or 02 41 14 30 "Utility Removal/Abandonment"). 31 3) Removal and disposal of trees under 6-inch in diameter when bidding by 32 lump sum or square yard 33 4) Removal of ALL trees when bidding by acre. 34 5) Backfilling of holes 35 6) Clean-up 36 2. Tree Removal (for trees 6-inch or larger in diameter when Site Clearing is bid by 37 lump sum or square yard) 38 a. Measurement 39 1) Measurement for this Item 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 22, 2021 31 10 00 - 3 SITE CLEARING Page 3 of 6 1 5. 2 1.3 REFERENCES [NOT USED] 3 1.4 ADMINSTRATIVE REQUIREMENTS 4 A. Permits 5 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 6 required by the City's Tree Ordinance. PARD-Forestry details can be found here: 7 Forestry — Welcome to the City of Fort Worth (fortworthtexas.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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 22, 2021 31 10 00 - 6 SITE CLEARING Page 6 of 6 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.A Permits: Removed ordinance number and added City's 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. 6 CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 22, 2021 3123 16- 1 UNCLASSIFIED EXCAVATION Pagel of 5 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on -site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 3. Section 3123 23 — Borrow 20 4. Section 3124 00 — Embankments 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment [Measurement and payment method in this Specification 23 should coordinate with the method chosen in Section 3123 23 and Section 3124 00.] 24 1. Excavation by Plan Quantity [This method requires the Design Engineer to 25 estimate quantities. Care should be taken to verify calculation procedures are in 26 accordance with all Specification Sections.] 27 a. Measurement 28 1) Measurement for this Item shall be by the cubic yard in its final position 29 using the average end area method. Limits of measurement are shown on 30 the Drawings. 31 2) When measured by the cubic yard in its final position, this is a plans 32 quantity measurement Item. The quantity to be paid is the quantity shown 33 in the proposal, unless modified by Article 11.04 of the General 34 Conditions. Additional measurements or calculations will be made if 35 adjustments of quantities are required. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under "Measurement" will be paid for at the unit 39 price bid per cubic yard of "Unclassified Excavation by Plan". No 40 additional compensation will be allowed for rock or shrinkage/swell 41 factors, as these are the Contractor's responsibility. 42 c. The price bid shall include: CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised January 28, 2013 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 1) Excavation 2 2) Excavation Safety 3 3) Drying 4 4) Dust Control 5 5) Reworking or replacing the over excavated material in rock cuts 6 6) Hauling 7 7) Disposal of excess material not used elsewhere onsite 8 8) Scarification 9 9) Clean-up 10 2. Excavation by Surveyed Quantity [This method is intended for Projects in heavily 11 wooded areas or other areas where the accuracy required to determine quantities 12 for measurement and payment is unattainable during design.] 13 a. Measurement 14 1) Measurement for this Item shall be by the cubic yard in its final position 15 calculated using the average end area or composite method. 16 a) The City will perform a reference survey once the Site has been cleared 17 to obtain existing ground conditions. 18 b) The City will perform a final post -construction survey. 19 c) The Contractor will be paid for the cubic yardage of Excavated material 20 calculated as the difference between the two surveys. 21 d) Partial payments will be based on estimated plan quantity 22 measurements calculated by the Engineer. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under "Measurement" will be paid for at the unit 26 price bid per cubic yard of "Unclassified Excavation by Survey". 27 c. The price bid shall include: 28 1) Excavation 29 2) Excavation Safety 30 3) Drying 31 4) Dust Control 32 5) Reworking or replacing the over excavated material in rock cuts 33 6) Hauling 34 7) Disposal of excess material not used elsewhere onsite 35 8) Scarification 36 9) Clean-up 37 1.3 REFERENCES [NOT USED] 38 A. Definitions 39 1. Unclassified Excavation — Without regard to materials, all excavations shall be 40 considered unclassified and shall include all materials excavated. Any reference to 41 Rock or other materials on the Drawings or in the specifications is solely for the 42 City and the Contractor's information and is not to be taken as a classification of 43 the excavation. 44 1.4 ADMINSTRATIVE REQUIREMENTS 45 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 46 01. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised January 28, 2013 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 5 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Excavation Safety 7 1. The Contractor shall be solely responsible for making all excavations in a safe 8 manner. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 2. All excavation and related sheeting and bracing shall comply with the requirements of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights -of -Way (ROW) a. Soil may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 3125 00. d. When the Work is performed in active traffic areas, store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 3125 00. d. Do not block drainage ways. 30 1.11 FIELD CONDITIONS 31 A. Existing Conditions 32 1. Any data which has been or may be provided on subsurface conditions is not 33 intended as a representation or warranty of accuracy or continuity between soils. It 34 is expressly understood that neither the City nor the Engineer will be responsible 35 for interpretations or conclusions drawn there from by the Contractor. 36 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised January 28, 2013 3123 16 - 4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 2.1 OWNER -FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable Fill Material 7 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 8 D2487 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 CONSTRUCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material off -site 15 accordance with local, state, and federal regulations at locations. 16 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 17 during construction with eh exception of water that is applied for dust control. 18 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 19 properly dispose according to disposal plan. 20 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 21 proposed or existing structures. 22 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 23 City. 24 F. Shape slopes to avoid loosening material below or outside the proposed grades. 25 Remove and dispose of slides as directed. 26 G. Rock Cuts 27 1. Excavate to finish grades. 28 2. In the event of over excavation due to contractor error below the lines and grades 29 established in the Drawings, use approved embankment material compacted in 30 accordance with Section 3124 00 to replace the over excavated at no additional 31 cost to City. 32 H. Earth Cuts 33 1. Excavate to finish subgrade CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised January 28, 2013 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 5 1 2. In the event of over excavation due to contractor error below the lines and grades 2 established in the Drawings, use approved embankment material compacted in 3 accordance with Section 3124 00 to replace the over excavated at no additional 4 cost to City. 5 3. Manipulate and compact subgrade in accordance with Section 3124 00. 6 3.5 REPAIR [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 10 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation, Contractor provides fill material approved by the City 12 at no expense to the City. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 21 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105519 Revised January 28, 2013 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 NeEl.x-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 END OF SECTION 15 16 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised April 29, 2021 329119-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page I of 3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 1. Section Includes: 6 1. Furnish and place topsoil to a minimum of 3-inch depth unless otherwise shown on 7 the Drawings within the Roadway Right -of ways (Roadway ROW includes 8 medians and parkways between the curb and property line. 9 2. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 3. Related Specification Sections include but are not necessarily limited to 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 - General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 1. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shallbe by cubic yard of Topsoil in place. 18 2. Payment 19 a. The work performed and materials furnished in accordance with this Item and 20 measured as provided under "Measurement" will be paid for at the unit price 21 bid per cubic yard of in place/tamped Topsoil. 22 b. All excavation required by this Item in cut sections shall be measured in 23 accordance with provisions for the various excavation items involved with the 24 provision that excavation will be measured and paid for once, regardless of the 25 manipulations involved. 26 3. The price bid shall include: 27 a. Furnishing Topsoil 28 b. Loading 29 c . Hauling 30 d. Placing 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE [NOT USED] 38 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 39 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 32 91 19 -2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2of3 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 MATERIALS 5 1. Topsoil 6 1. Use easily cultivated, fertile topsoil that: 7 a. Is free from objectionable material including subsoil, weeds, clay lumps, non- 8 soil materials, roots, stumps or stones larger than 1.0 inches 9 b. Has a high resistance to erosion 10 c. Is able to support plant growth 11 2. Secure topsoil from approved sources. 12 3. Topsoil is subject to testing by the City. Contractor shall have soil delivery tickets 13 available upon request. 14 4. pH: 5.5 to 8.5. 15 5. Liquid Limit: 50 or less 16 6. Plasticity Index: 20 or less 17 7. Gradation: maximum of 10 percent passing No. 200 sieve 18 2. Water: Clean and free of industrial wastes and other substances harmful to the growth 19 of vegetation 20 2.3 ACCESSORIES [NOT USED] 21 2.4 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3 - EXECUTION 23 3.1 INSTALLERS [NOT USED] 24 3.2 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 1. Finishing of Roadway Right -of -Ways 27 1. Smoothly shape right-of-ways, shoulders, slopes, and ditches. 28 2. Cut right-of-ways to finish grade prior to the placing of any improvements in or 29 adjacent to the roadway. 30 3. In the event that unsuitable material for right-of-ways is encountered, extend the 31 depth of excavation in the right-of-ways to 6 inches and backfill with minimum of 3 32 inches of topsoil. 33 4. Make standard right-of-ways grade perpendicular to and draining to the curb line. 34 a. Minimum: 1/4 inch per foot 35 b. Maximum:4:1 36 c. City may approve variations from these requirements in special cases. 37 5. Whenever the adjacent property is lower than the design curb grade and runoff 38 drains away from the street, the right-of-ways grade must be set level with the top 39 of the curb. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 23 24 25 32 91 19 - 3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 6. The design grade from the right-of-ways extends to the back of the walk line. 7. From that point (behind the walk), the grade may slope up or down at maximum slope of 4:1. 2. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2. Place and shape the topsoil as directed. a. Hand tamp or roll topsoil surface (with hand tamper or landscaping roller or other accepted method) and finish a minimum of 5 feet from all flatwork. b. Ensure topsoil is free from objectionable material including subsoil, weeds, clay lumps, non -soil materials, roots, stumps or stones larger than 1.0 inches c. No additional topsoil should be added within the critical root zone of trees. Tamp the topsoil with a light roller or other suitable equipment. 3.5 REPAIR/RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARYOF CHANGE 3/11/2022 M Owen Revised title of specification andprovided clarifications in Sections 1.1 Summary, 2.2 Materials, 3.4 Installation CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 22 Revision Log DATE NAME SUMMARY OF CHANGE Removed information and details regarding seed, native grasses and wildflowers. These items are addressed in new specification 32 92 14 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised May 13, 2021 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING Page 1 of 8 SECTION 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing and installing native grass and wildflower seeding as shown in Drawings, or as directed. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 00 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 01 - General Requirements 3. Section 31 10 00 -Site Clearing 4. Section 32 91 19 -Topsoil Placement and Finishing of Parkways 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Seeding a. Measurement 1) Measurement for this Item shall be in accordance with units specified in bid tab, complete in place for uniform vegetative coverage as shown in 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 for Native Grass and Wildflower Seed placed for various installation methods. c. The price bid shall include: 1) Pounds per acre per species 2) Washing and removing all seed from truck or dispersal tools prior to placing Native Grass and Wildflower Seeds 3) Furnishing and placing Native Grass and Wildflower Seed with no -till seed drill 4) Furnishing and placing of annual non-invasive cover or nursery seed - Elbon rye (Secale cereale) 5) Furnishing and applying water for seed 6) Slurry and hydraulic mulching 7) Soil Retention Blanket, if directed to use or as shown in Drawings 8) Watering (until established) 9) Disposal of surplus materials 10) Weed Removal (until Final) 11) Invasive species control (pesticide application) as shown in Drawings. 2. Mowing as shown in Drawings or directed by City CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised October 6, 2023 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING Page 2 of 8 a. Do not mow native seeded area unless specified in Drawings. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Seed 1. Vendors' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (PLS) b. Name and type of seed(s) 2. All seed shall be tested in a laboratory with certified results presented to the City in writing, prior to planting. 3. All seed to be of the previous season's crop and the date on the container shall be within twelve (12) months of the seeding date. 4. Each seed shall be supplied in a separate, labeled container for acceptance by the City. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The Developer/Contractor who plants material is responsible for the supervision of crews, the site, and the maintenance of the material until the project is accepted by the City. B. Wildflowers or native grass seeds are not to be planted within ten (10) feet of a road or parking lot or within three (3) feet of a walkway OR as shown in Drawings OR as directed by City. 1. Native buffalograss sod, or non-native Bermudagrass sod should be planted within ten feet of a road or parking lot or within 3 feet of a walkway. C. Do not use mulch; unless shown in Drawings. D. Do not use fertilizer on native plantings unless shown in Drawings. E. Time seed application to appropriate time of year for specific seed mix; as recommended or approved. 1.10 DELIVERY, STORAGE, AND HANDLING A. Seed 1. Native grass or wildflower seed to be locally sourced if possible. Seed shall be harvested from within a 200-mile radius. 2. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City; or as directed by City. B. Fertilizer, if required and based on soils testing, and shown in Drawings. 1. Provide unopened bags labeled with the analysis. 2. Conform to Texas fertilizer law. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised October 6, 2023 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING Page 3 of 8 If using fertilizer, provide organic fertilizer. Use fertilizer at a rate of no more than 0.05 pounds Nitrogen per 1,000 square foot. 1.11 FIELD [SITE] CONDITIONS A. Grading of site and installation of topsoil must be approved by City prior to application of seed. 1.12 WARRANTY A. Seed to be replaced if coverage does not exceed 80 percent by date of Substantial Completion or Final Inspection. PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS AND EQUIPMENT A. Materials 1. Seed a. Native Grass Seed (as shown in Drawings) 1) Plant between February 1 and October 1. 2) Seed mix will be rejected if found to contain the following seeds: 1. Johnsongrass (Sorghum halepense) 2. Bermudagrass (Cynodon dactylon) 3. King Ranch bluestem (Bothriochloa ischaemum) 4. Sandbur (Cenchrus species) 5. Giant cane (Arundo donax) 6. Nutgrass/nutsedge (Cyperus rotundus, Cyperus esculentus) 7. Invasive Forbs or other plants listed under State of Texas RULE § 19.300 Noxious and Invasive Plant List httDs://texre2.sos.state.tx.us/fids/200701978-l.html 8. Species listed in the City of Fort Worth Park & Recreation Department Weed List. b. Wildflower Seed (as shown in Drawings) 1) Plant between March 5 through May 31 and September 1 through December 1. 2) Seed mix will be rejected if found to contain the following seeds: 1. Johnsongrass (Sorghum halepense) 2. Bermudagrass (Cynodon dactylon) 3. King Ranch bluestem (Bothriochloa ischaemum) 4. Sandbur (Cenchrus species) 5. Giant cane (Arundo donax) 6. Nutgrass/nutsedge (Cyperus rotundus, Cyperus esculentus) 7. Invasive Forbs or other plants listed under State of Texas RULE § 19.300 Noxious and Invasive Plant List httns://texre2.sos.state.tx.us/fids/200701978-1.html 8. Species listed in the City of Fort Worth Park & Recreation Department Weed List. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised October 6, 2023 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING Page 4 of 8 c. Temporary Erosion Control Seed Consists of the sowing Elbon rye (Secale cereale) Temporary Erosion Control Seed - Consist of the sowing of cool season plant seeds. Plant mix below must be included with native seed mix between November 1 through March 1. Common Name Botanical Name Lbs./Acre Lbs./Acre broadcast drilled seed method method 1) Elbon Rye Secale cereale 100-120 80-100 2. Topsoil: See Section 32 91 19. a. Retain and stockpile clean native soil in area indicated in the Drawings; reapply before seeding; should not contain non-native invasive species or their rootstock (Johnsongrass, Bermudagrass, arundo). If existing topsoil contains 30 percent non-native invasive species, dispose of soil through approved method and import clean, healthy soil. 3. Water: Clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. B. Equipment 1. No -till drill or Brillion seeder or other approved seeding machine adapted for native seed 2. Hand broadcast and raked in by hand or with a tractor -drawn harrow 2.3 ACCESSORIES 1. Soil Retention Blanket a. Biodegradable Erosion Control Blanket made from natural fibers including coconut, straw, or wood fiber. b. As specified for sloped areas or as directed in Drawings. 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS A. All trucks or devices used to distribute native grass and wildflower seed to be cleaned prior to distribution and free of any seed identified in section 2.2 A.1.a.2. 3.2 EXAMINATION A. Examination of grading by City prior to installation of seed. 3.3 PREPARATION (SEE NON-NATIVE SEEDING 32 92 14 PART 3.3) 3.4 INSTALLATION A. Seeding 1. General a. Seed only those areas indicated in the Drawing. b. Mark each area to be seeded in the field prior to seeding for City approval. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised October 6, 2023 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING Page 5 of 8 c. Cover crops: placing of annual non-invasive cover or nursery seed - Elbon rye (Secale cereale) 2. Broadcast Seeding a. After soil preparation, broadcast seed in 2 directions at right angles to each other at application rate provided by supplier or as directed. b. Harrow or rake lightly to cover seed. c. Never cover seed with more soil than twice its diameter. d. For wildflower plantings: 1) Scalp existing grasses to 1-inch. 2) Remove grass clippings so seed can make contact with soil. 3. Mechanically Seeding (Drilling): a. All varieties of seed may be distributed at the same time provided that each component is uniformly applied at the specified rate as per Drawings. b. Uniformly distribute seed over the areas shown in the Drawings or as directed. c. Seed in 2 directions at right angles to each other at application rate provided by supplier or as directed. d. Drill seed at a depth of 1/4 inch utilizing a no -till, pasture or rangeland type drill. e. Drill on the contour of slopes. f. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. g. Roll slope areas on the contour. 4. Hydromulching a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is uniformly suspended to form a homogenous slurry. 2) Mixture forms a blotter like ground cover impregnated uniformly with native seed. 3) Mixture is applied within 30 minutes after placed in the equipment. b. Placing 1) Uniformly distribute in the quantity specified over the areas shown in Drawings or as directed. 5. Straw Mulch or Hay Mulch: a. If directed as shown in Drawings, straw mulch shall be oat, wheat, rice straw, or native prairie grass hay. b. Native prairie hay origin site shall be pre -approved by City. c. The straw mulch or hay mulch shall be free of Johnsongrass or other noxious weeds and foreign materials. d. It shall be kept in a dry condition and shall not be molded or rotted. e. Mulch shall be spread uniformly over the area indicated in the Drawings at the rate of approximately 1.5 to 2.0 tons of hay mulch or 2.0 to 2.5 tons of straw mulch per acre. 6. Fertilizing: If directed as shown in Drawings, uniformly apply fertilizer over seeded area. Provide organic fertilizer. Use fertilizer at a rate of no more than 0.05 pounds Nitrogen per 1,000 square foot. 7. Watering a. Furnish water by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand as defined in 3.13.13. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised October 6, 2023 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING Page 6 of 8 b. Water soil lightly to a minimum depth of 4-inches within 48 hours of seeding. c. Water lightly and frequently to prevent topsoil from drying out. Increase water per application for soil soaking depths for development of healthy root system. d. When wildflower seedlings are 1-inch tall or grass seedlings have 3 to 5 blades; reduce frequency of watering to 2 to 3 times a week. e. Alternate soil moisture from deep soakings to moderately dry between waterings. f. As plants become established, reduce watering to once a week. g. Monitor rainfall and adjust watering schedule if it rains. h. Watering may be postponed immediately after a half -inch inch or greater rainfall on the site, but shall be resumed before the soil dries out. i. Supplemental watering may be discontinued once plants establish and seasonal rain resumes. j. Monitor soil conditions, water once a week if soil conditions dry out again before Final Acceptance. k. Water as needed until Final acceptance. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Seeding 1. Water, as specified, until completion and Final acceptance of the Project. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed. b. Vegetation is free from bare areas. c. Vegetation is free of invasive weeds. d. Weed management (pesticide application or mechanical removal) so than 90 percent of the seeded area is free of weeds identified in section 2.2 A. La.2 e. Mow perimeter as shown in Drawings. 3. Grasses and Wildflowers will be accepted once fully established. a. Seeded area must have 80 percent growth to a minimum height of 3-inches. 1) Do not mow new wildflower growth. 2) Do not mow native grasses, unless directed to do so by the City or as shown in Drawings. 1. Do not mow native grasses shorter than 8-inches. b. Ground surface to be smooth and free of foreign material and rocks or soil clods 1-inch diameter or greater. c. Litter is removed from site. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised October 6, 2023 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING Page 7 of 8 B. Rejection 1. City may reject seeded area based on the following items, but not limited to: a. Invasive, non-native weed populations b. Poor installation c. Erosion d. Lack of coverage: less than 80 percent e. Insufficient or over -watering f. Seeds not permitted (as identified in section 2.2 A. l .a.2). 3.14 ATTACHMENTS Table 1: Weed List for Native Wildflower and Grass Seeding This list is a combination of non-native invasive and invasive -behaving native species that should not be present in projects. *denotes native species **denotes non-native species that is used in turf establishment. Weed Type Botanical Name Common Name Herbaceous Ambrosia species* Ragweed Herbaceous Centaurea melitensis Maltese star -thistle Herbaceous Rapistrum rugosum Bastard cabbage Herbaceous Scabiosa atropurpurea Sweet scabious Herbaceous Verbena brasiliensis Brazilian vervain Grass (perennial) Arundo donax Giant cane Grass (perennial) Bothriochloa ischaemum King Ranch Bluestem Grass (perennial) Cynodon dactylon** Bermudagrass Grass (perennial) Phyllostachys aurea Golden bamboo Grass (perennial) Sorghum halpense Johnsongrass Grass (annual) Bromus species Bromus Grass (annual) Cenchrus species Sandbur Grass -allies Cyperus rotundus*, Cyperus Nutgrass/nutsedge esculentus* Shrub/Tree Ligustrum species Privet Shrub Nandina domestica Nandina Tree Ailanthus altissima Tree of heaven Tree Melia azedarach Chinaberry Tree Triadica sebifera Chinese tallow Tree Vachelliafarnesiana* Huisache Vine Lonicera_japonica Japanese honeysuckle Vine Pueraria montana Kudzu CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised October 6, 2023 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING Page 8 of 8 Table 2: Native Wildflower and Grass Seeding List Percentages and planting rate (pounds per pure live seed) are dependent upon seed mix, soils, site conditions. The seeds below are selected as general seeds that could be included in a broad range of conditions, and project specifics. Native Wildflowers Type Botanical Name Common Name Perennial Asclepias asperula Antelope horn Perennial Asclepias viridis Green milkweed Perennial Callirhoe involucrata Winecup Perennial Dalea purpurea Purple prairie clover Perennial Desmanthus illinoensis Illinois bundleflower Perennial Engelmannia peristenia Engelmann daisy Perennial Glandularia bipinnatifida Prairie verbena Perennial Liatris punctata Gayfeather Perennial Oenothera speciosa Pink evening primrose Perennial Phlox pilosa Prairie phlox Perennial Ratibida columnifera Upright prairie coneflower Perennial Salvia farinacea Mealy blue sage i Annual r Centaurea americana American basketflower Annual Chamaecrista. fasciculata Partridge pea Annual Gaillardia pulchella Indian blanket Annual Lupinus texensis Texas bluebonnet Annual Monarda citriodora Lemon mint Annual Rudbeckia hirta Black-eyed Susan Annual Thelesperma filifolium Greenthread Perennial Perennial Perennial Perennial Perennial Perennial Perennial Perennial Perennial Type DATE Native Grasses Botanical Name Bouteloua curtipendula Bouteloua gracilis Bouteloua hirsuta Buchloe dactyloides Eragrostis trichodes Leptochloa dubia Schizachyrium scoparium Sorghastrum nutans Sporobolus cryptandrus END OF SECTION Common Name Sideoats grama Blue grama Hairy grama Buffalograss Sand lovegrass Green sprangletop Little bluestem Indiangrass Sand dropseed Revision Log NAME SUMMARY OF CHANGE Soil Type bold = optimal soil Clay, Sand Clay, Sand Clay, Sand Clay Clay, Sand Clay, Sand Clay, Sand Clay, Sand Clay, Sand Sand Clay Clay, Sand Clay, Sand Clay, Sand Clay, Sand Clay, Sand Clay, Sand Clay, Sand Clay, Sand Soil Type bold = optimal soil Clay, Sand Clay, Sand Clay, Sand Clay Sand Clay, Sand Clay Clay, Sand Sand CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised October 6, 2023 330440-1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of 8 SECTION 33 04 40 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS PART1- GENERAL 1.1 SUMMARY A. General Before any newly constructed potable water mains will be permitted to be placed into service in the Fort Worth Water Department's Water Distribution System, it shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the bacteria count within the water main meets the standards established by the Fort Worth Water Department and the requirements of Chapter 290 of the Texas Administrative Code JAC) established by the Texas Commission on Environmental Quality (TCEQ). B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the water main being Cleaned and Tested. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological testing and shall be subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association/American (AWWA): a. C301, Prestressed Concrete Pressure Pipe, Steel -Cylinder Type. b. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. c. C651, Disinfecting Water Mains. d. C655, Field De -Chlorination. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised February 6, 2013 330440-2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals For 24-inch and larger water mains, provide the following: 1. Cleaning Plan — Prior to the start of construction, submit a water main cleaning plan detailing the methods and schedule, including: a. A detailed description of cleaning procedures b. Pigging entry and exit ports c. Flushing procedures d. Plans and hydraulic calculations to demonstrate adequate flushing velocities e. Control of water f. Disposal 2. Disinfection Plan — prior to the start of construction submit a disinfection plan including: a. The method mixing and introducing chlorine b. Flushing c. De -chlorination d. Sampling 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES A. Pigs 1. Open cell polyurethane foam body 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 3. May be wrapped with polyurethane spiral bands 4. Abrasives are not permitted, unless expressly approved by the City in writing for the particular application. 5. Must pass through a reduction up to 65 percent of the cross sectional area of the nominal pipe diameter CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised February 6, 2013 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, tees, crosses, wyes, and gate valves. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. All water mains shall be cleaned prior to bacteriological testing. a. Pig all 36-inch and smaller water mains. b. Pig or manually sweep 42-inch and larger mains. c. Flushing is only permitted when specially designated in the Drawings, or if pigging is not practical and approved by the City. B. Pigging Method If the method of pigging is to be used, prepare the main for the installation and removal of a pig, including: a. Furnish all equipment, material and labor to satisfactorily expose cleaning Wye, remove cleaning Wye covers, etc. b. Where expulsion of the pig is required through a dead -ended conduit: 1) Prevent backflow of purged water into the main after passage of the pig. 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and smaller mains to prevent backwater re-entry into the main. 3) Additional excavation of the trench may be performed on mains over 12 inches, to prevent backwater re-entry into the main. 4) Flush any backflow water that inadvertently enters the main. c. Flush short dead-end pipe sections not swabbed by a pig. d. Once pigging is complete: 1) Pigging wyes shall remain in place unless otherwise specified in the Contract Documents. 2) Install cleaning Wye, blind flanges or mechanical joint plugs. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised February 6, 2013 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 3) Plug and place blocking at other openings. 4) Backfill 5) Complete all appurtenant work necessary to secure the system and proceed with disinfection. C. Flushing Method Prepare the main by installing blow -offs at appropriate locations, of sufficient sizes and numbers, and with adequate flushing to achieve a minimum velocity in the main of 2.5 feet per second. a. Minimum blow -off sizes for various main sizes are as follows: 1) 4-inch through 8-inch main — 3/4-inch blow -off 2) 10-inch through 12-inch main —I -inch blow -off 3) 16-inch and greater main — 2-inch blow -off b. Flushing shall be subject to the following limitations: 1) Limit the volume of water for flushing to 3 times the volume of the water main. 2) Do not unlawfully discharge chlorinated water. 3) Do not damage private property. 4) Do not create a traffic hazard. c. Once Flushing is complete: 1) Corporations stops used for flushing shall be plugged. D. Daily main cleaning 1. Wipe joints and then inspect for proper installation. 2. Sweep each joint and keep clean during construction. 3. Install a temporary plug on all exposed mains at the end of each working day or an extended period of work stoppage. E. Hydrostatic Testing All water main that is to be under pressure, shall be hydrostatically tested to meet the following criteria: a. Furnish and install corporations for proper testing of the main. 1) Furnish adequate and satisfactory equipment and supplies necessary to make such hydrostatic tests. 2) The section of line to be tested shall be gradually filled with water, carefully expelling the air and the specified pressure applied. b. The City will furnish water required for the testing at its nearest City line. c. Expel air from the pipe before applying the required test pressure. d. Test Pressure 1) Test pressures should meet the following criteria: a) Not less than 1.25 (187 psi minimum) times the stated working pressure of the pipeline measured at the highest elevation along the test section. b) Not less than 1.5 (225 psi minimum) times the stated working pressure at the lowest elevation of the test section. e. Test Conditions 1) Must be at least 2 hour duration 2) Add water as necessary to sustain the required test pressure. 3) Test fire hydrants to the fire hydrant valve. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised February 6, 2013 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 8 a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 4) Test service lines to curb stop a) Leave the corporation stop on the service line open during the hydrostatic testing. 5) Close isolation valves for air release valves. 6) Makeup water must come from a container of fixed 55 gallon container that does not have a water source. f. Measure all water used in the pressure test through an approved meter, or measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves unless expressly provided for in the Drawings, or approved by the City. 2) If the City denies approval to test against existing water distribution system valve, then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following formula: In inch -pound units, L = SD �P 148,000 Where: L = testing allowance (make up water), gallons per hour S = length of pipe tested, ft. D = nominal diameter of pipe, in. P = average test pressure during the hydrostatic test, psi b. For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest c. All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. d. If the City determines that an existing system valve is responsible for the hydrostatic test to fail, the Contractor shall make provisions to test the pipeline without the use of the system valve. e. There shall be no additional payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. F. Disinfection General a. Disinfection of the main shall be accomplished by the "continuous feed" method or the "slug" method as determined by the Contractor. b. The free chlorine amounts shown are minimums. The Contractor may require higher rates. 1) Calcium hypochlorite granules shall be used as the source of chlorine. c. Continuous Feed Method CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised February 6, 2013 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 8 1) Apply water at a constant rate in the newly laid main. a) Use the existing distribution system or other approved source of supply. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 50 mg/L minimum, or as required by TCEQ, whichever is greater. b) Chlorine applications shall not cease until the entire conduit is filled with heavily chlorinated water. 3) Retain chlorinated water in the main for at least 24 hours. a) Operate valves and hydrants in the section treated in order to disinfect the appurtenances. b) Prevent the flow of chlorinated water into mains in active service. c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, minimum, for the treated water in all portions of the main. 4) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 5) Test the chlorine residual prior to flushing operations. a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the new main until the chlorine residual is less the 4 mg/L. b) The Contractor may choose to evacuate the water into water trucks, or other approved storage facility, and treat the water with Sodium Bisulfate, or another de -chlorination chemical, or method appropriate for potable water and approved by the City until the chlorine residual is reduced to 4 mg/L or less. c) After the specified chlorine residual is obtained, the water may then be discharged into the drainage system or utilized by the Contractor. d. Slug Method 1) Water from the existing distribution system or other approved source of supply shall be made to flow at a constant rate in the newly laid main. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 100 mg/L minimum, or as required by TCEQ, whichever is greater. b) The chlorine shall be applied continuously and for a sufficient time to develop a solid column or "slug" of chlorinated water that shall expose all interior surfaces to the "slug" for at least 3 hours. 3) Operate the fittings and valves as the chlorinated water flows past to disinfect the appurtenances. 4) Prevent the flow of chlorinated water into mains in active service. 5) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 6) Upon completion, test the chlorine residual remaining in the main. a) Chlorine levels of 4 mg/l or less should be maintained. 2. Contractor Requirements a. Furnish all equipment, material and labor to satisfactorily prepare the main for the disinfection method approved by the City with adequate provisions for sampling. b. Make all necessary taps into the main to accomplish chlorination of a new line, unless otherwise specified in the Contract Documents. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised February 6, 2013 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 8 c. After satisfactory completion of the disinfection operation, as determined by the City, remove surplus pipe at the chlorination and sampling points, plug the remaining pipe, backfill and complete all appurtenant work necessary to secure the main. G. Dechlorination 1. General. All chlorinated water shall be de -chlorinated before discharge to the environment. Chemical amounts, as listed in ANSFAWWA C651: "Disinfecting Water Mains", shall be used to neutralize the residual chlorine concentrations using de -chlorination procedures listed in ANSFAWWA C655: "Field De -Chlorination". De -Chlorination shall continue until chlorine residual is non -detectable. 2. Testing. Contractor shall continuously test for the chlorine residual level immediately downstream of the de -chlorination process, during the entire discharge of the chlorinated water. Contractor shall periodically conduct chlorine residual testing and check for possible fish kills at locations where discharged water enters the existing watershed. 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the distribution system or any other construction activities: a. The Contract shall immediately alter activities to prevent further fish kills. b. The Contractor shall immediately notify Water Department Field Operations Dispatch. c. The Contractor shall coordinate with City to properly notify TCEQ. d. Any fines assessed by the TCEQ (or local, state of federal agencies) for fish kills shall be the responsibility of the Contractor. H. Bacteriological Testing (Water Sampling) 1. General a. Notify the City when the main is suitable for sampling. b. The City shall then take water samples from a suitable tap for analysis by the City's laboratory, unless otherwise specified in the Contract Documents. 1) No hose or fire hydrant shall be used in the collection of samples. 2. Water Sampling a. Complete microbiological sampling prior to connecting the new main into the existing distribution system in accordance with AWWA C651. b. Collect samples for bacteriological analysis in sterile bottles treated with sodium thiosulfate. c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, from the new main. d. Collect at least 1 set of samples from every 1,000 linear feet of the new main (or at the next available sampling point beyond 1,000 linear feet as designated by the City), plus 1 set from the end of the line and at least 1 set from each branch. e. If trench water has entered the new main during construction or, if in the opinion of the City, excessive quantities of dirt or debris have entered the new main, obtain bacteriological samples at intervals of approximately 200 linear feet. f. Obtain samples from water that has stood in the new main for at least 16 hours after formal flushing. 3. Repetition of Sampling CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised February 6, 2013 330440-8 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 8 of 8 a. Unsatisfactory test results require a repeat of the disinfection process and re - sampling as required above until a satisfactory sample is obtained. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 11101Z17 0.y 9C9j11130 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.10.E.Le, Added service lines to hydrostatic testing requirements 1.3.A.2.d Added AWWA C655 Field De -Chlorination as reference 2/6/2013 D Townsend 3.10.G — Added De -Chlorination Requirement CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised February 6, 2013 1 2 3 PART 1 - GINII2AL 4 1.1 SUMMARY SECTION 33 04 50 CLEANING OF PIPES 330450??-1 CLEANING OF SEWER MAINS PIPES Page 1 of 5 5 A. General 6 1. Before any television inspection, pipes shall be cleaned to remove all debris, solids, 7 sand, grease, grit, etc. from the sewer and manholes. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1— General Requirements 14 3. Section 33 01 31— Closed Circuit Television (CCTV) Inspection — Sanitary Sewer 15 4. Section 33 0132 — Closed Circuit Television (CCTV) Inspection — Storm 16 Drain/Storm Sewer 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Cleaning of Pipe 19 1. Measurement and Payment 20 a. Measurement 21 1) This Item is considered subsidiary to the pipe being cleaned. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item are subsidiary to the unit price bid per linear foot of pipe complete in 25 place, and no other compensation will be allowed. 26 B. Cleaning of Pipe — Condition Assessment for Storm Drain 27 1. Measurement and Payment 28 a. Measurement 29 1) This Item is to be measured by the linear foot when performed ahead of 30 storm drain condition assessment. Measurement for this Item will be by the 31 linear foot of pipe cleaned. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item and measured as provided under "Measurement" will paid for at the unit 35 price bid per linear foot for "Clean Storm Pipe Ahead of Condition 36 Assessment" for different ranges of pipe diameters, and no other 37 compensation will be allowed. 38 1.3 REFERENCES [NOT USED] 39 1.4 ADMINISTRATIVE REQUIRIIVWNTS [NOT USED] CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 33 0450 ?? -2 CLEANING OF SEWER MAINS PIPES Page 2of5 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/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 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS 11 2.2 PRODUCT TYPES 12 A. Use only the type of cleaning material which will not create hazards to health or 13 property or affect treatment plant processes. 14 2.3 ACCESSORIES 15 2.4 SOURCE QUALITY CONTROL 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. All materials, equipment, and personnel necessary to complete the cleaning of pipes and manholes must be present on the jobs ite prior to isolating the manhole or line segment and beginning the cleaning process. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 33 0450 ?? -3 CLEANING OF SEWER MAINS PIPES Page 3 of 5 1 2. Maintain clean work and surrounding premises within the work limits so as to 2 comply with Federal, State, and local environmental and anti -pollution laws, 3 ordinances, codes, and regulations when cleaning and disposing of waste materials, 4 debris, and rubbish. 5 3. Keep the work and surrounding premises within work limits free of accumulations 6 of dirt, dust, waste materials, debris, and rubbish. 7 4. Suitable containers for storage of waste materials, debris, and rubbish shallbe 8 provided until time of disposal. 9 a. It is the sole responsibility of the Contractor to secure a licensed legal dump site 10 for the disposal of this material. 11 b. Under no circumstances shall sewage or solids removed from the main or 12 manhole be dumped onto streets or into ditches, catch basins, storm drains, or 13 sanitary sewers. 14 5. The cleaning process shall remove all grease, sand, silts, solids, rags, debris, etc. 15 from each sewer segment, including the manhole(s). 16 6. Selection of cleaning equipment and the method for cleaning shall be based on the 17 condition of the pipes at the time work commences and will be subject to approval 18 by the City. 19 7. All cleaning equipment and devices shall be operated by experienced personnel. 20 8. Satisfactory precautions shall be taken to protect the pipes and manholes from 21 damage that might be inflicted by the improper use of the cleaning process or 22 equipment. 23 9. Any damages done to a sewer main and/or structure by the Contractor shall be 24 repaired by the Contractor at no additional cost and to the satisfaction of the City. 25 10. Cleaning shall also include the manhole wall washing by high pressure water jet. 26 11. The Contractor may be required to demonstrate the performance capabilities of the 27 cleaning equipment proposed for use on the project. 28 a. If the results obtained by the proposed pipe cleaning equipment are not 29 satisfactory, the Contractor shall use different equipment and/or attachments, as 30 required, to meet City satisfaction. 31 b. More than 1 type of equipment/attachments maybe required at a location. 32 12. When hydraulic or high velocity cleaning equipment is used, a suitable sand trap, 33 weir, dam, or suction shall be constructed in the downstream manhole in such a 34 manner that all the solids and debris are trapped for removal. 35 13. Whenever hydraulically -propelled cleaning tools which depend upon water 36 pressure to provide their cleaning force, or any tool which retard the flow of water 37 in the pipes are used, precautions shall be taken to ensure that the water pressure 38 created does not cause any damage or flooding to public or private property being 39 served by the manhole section involved. 40 14. Any damage of property, as a result of flooding, shall be the liability and 41 responsibility of the Contractor. 42 15. The flow of wastewater present in a sanitary sewer main shall be utilized to provide 43 necessary fluid for hydraulic cleaning devices whenever possible. 44 16. When additional quantities of water from fire hydrants are necessary to avoid delay 45 in normal working procedures, the water shall be conserved and not used 46 unnecessarily. 47 a. No fire hydrant shall be obstructed or used when there is afire in the area. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 33 0450 ?? -4 CLEANING OF SEWER MAINS PIPES Page 4of5 1 b. It is the responsibility of the Contractor to obtain the fire hydrant, water meter 2 and all related charges for the set-up, including the water usage bills from 3 respective water purveyor agency. 4 c. All expenses shall be considered incidental to the cleaning of the existing pipes. 5 B. Methods 6 1. Hydraulic Cleaning 7 a. Hydraulic -propelled devices which require ahead of water to operate must 8 utilize a collapsible dam. 9 b. The dam must be easily collapsible to prevent damage to the sewer main, 10 property, etc. 11 c. When using hydraulically -propelled devices, precautions shallbe taken to 12 ensure that the water pressure created does not cause damage or flood public or 13 private property. 14 d. Do not increase the hydraulic gradient of the sanitary sewers beyond the 15 elevation that could cause overflow of sewage into area waterways or laterals. 16 e. The flow of wastewater present in a sanitary sewer main shall be utilized to 17 provide necessary fluid for hydraulic cleaning devices whenever possible. 18 2. High -Velocity Cleaning 19 a. Cleaning equipment that uses a high velocity water jet for removing debris shall 20 be capable of producing a minimum volume of 50 gpm, with a pressure of 1,500 21 psi, for a pipe and 3,500 psi for the (manhole) structure at the pump. 22 1) Any variations to this pumping rate must be approved, in advance, by the 23 City. 24 2) To prevent damage to older pipes and property, a pressureless than 1500 25 psi can be used. 26 3) A working pressure gauge shall be used on the discharge of all high- 27 pressure water pumps. 28 4) For pipes 18 inches and larger in diameter, in addition to conventional 29 nozzles, use a nozzle which directs the cleaning force to the bottom of the 30 pipe. 31 5) Operate the equipment so that the pressurized nozzle continues to move at 32 all times. 33 6) The pressurized nozzle shall be turned off or reduced anytime the hose is 34 on hold or delayed in order to prevent damage to the line. 35 3. Mechanical Cleaning 36 a. Mechanical cleaning, in addition to normal cleaning when required, shall be 37 with approved equipment and accessories driven by power winching devices. 38 b. Submit the equipment manufacturer's operational manual and guidelines to the 39 City, which shall be followed strictly unless modified by the City. 40 c. All equipment and devices shall be operated by experienced operators so that 41 they do not damage the pipe in the process of cleaning. 42 d. Buckets, scrapers, scooters, porcupines, kites, heavy duty brushes, and other 43 debris -removing equipment/accessories shall be used as appropriate and 44 necessary in the field, in conjunction with the approved power machines. 45 e. The use of cleaning devices such as rods, metal pigs, porcupines, root saws, 46 snakes, scooters, sewer balls, kites, and other approved equipment, in 47 conjunction with hand winching device, and/or gas, electric rod propelled 48 devices, shall be considered normal cleaning equipment. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 33 0450 ?? -5 CLEANING OF SEWER MAINS PIPES Page 5 of 5 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 language to refer to cleaning of pipes instead of sewer CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised March 11, 2022 -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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised April 2, 2021 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 m J Z INITIAL%XY BACKFILL f� f SPRINGLIKE HUNCHING BEDDING FOUNDATION EXCAVATED TRENCH WIDTH L Z 0 LLJ 1\\'• OD CLEARANCE CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised April 2, 2021 -9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 21 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Verification of Conditions 7 1. Review all known, identified or marked utilities, whether public or private, prior to 8 excavation. 9 2. Locate and protect all known, identified and marked utilities or underground 10 facilities as excavation progresses. 11 3. Notify all utility owners within the project limits 48 hours prior to beginning 12 exc avation. 13 4. The information and data shown in the Drawings with respect to utilities is 14 approximate and based on record information or on physical appurtenances 15 observed within the project limits. 16 5. Coordinate with the Owner(s) of underground facilities. 17 6. Immediately notify any utility owner of damages to underground fac ilities resulting 18 from construction activities. 19 7. Repair any damages resulting from the construction activities. 20 B. Notify the City immediately of any changed condition that impacts excavation and 21 installation of the proposed utility. 22 3.3 PREPARATION 23 A. Protection of In -Place Conditions 24 1. Pavement 25 a. Conduct activities in such away that does not damage existing pavement that is 26 designated to remain. 27 1) W ere desired to move equipment not licensed for operation on public 28 roads or across pavement, provide means to protect the pavement from all 29 damage. 30 b. Repair or replace any pavement damaged due to the negligence of the 31 contractor outside the limits designated for pavement removal at no additional 32 cost to the City. 33 2. Drainage 34 a. Maintain positive drainage during construction and re-establish drainage for all 35 swales and culverts affected by construction. 36 3. Trees 37 a. W en operating outside of existing ROW, stake permanent and temporary 38 construction easements. 39 b. Restrict all construction activities to the designated easements and ROW. 40 c. Flag and protect all trees designated to remain in accordance with Section 31 10 41 00. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised April 2, 2021 -14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 21 1 2) If additional crushed rock is required which is not specifically identified in 2 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 3 price. 4 f. 5 g. 6 7 h. 10 11 12 13 I. 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 9, 2022 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 9, 2022 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 9, 2022 330516-1 CONCRETE WATER VAULTS Page 1 of 5 SECTION 33 05 16 CONCRETE WATER VAULTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete vaults to be used in water utility applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to Water Meter and Vault. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per each "Water Meter and Vault" complete in place and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Concrete Institute (ACI): a. 350, Code Requirements for Environmental Engineering Concrete Structures and Commentary. 4. ASTM International (ASTM): a. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. b. C857, Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures c. C858, Standard Specification for Underground Precast Concrete Utility Structures CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 330516-2 CONCRETE WATER VAULTS Page 2 of 5 d. C891, Standard Practice for Installation of Underground Precast Concrete Utility Structures. e. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. 5. Occupational Safety and Health Administration (OSHA) a. 1910.23, Guarding Floor and Wall Openings and Holes 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Vault 2. Connection materials 3. Pipe connections at vault walls 4. Stubs and stub plugs 5. Grade ring 6. Ladder 7. External coating material 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Meet the requirements of ACI 318. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver vault or panels (units) to project site in such quantity to assure continuity of installation. B. Store units at the project site in a manner which prevents cracking, distortion, staining or other physical damage. C. Lift units by designed lifting points or supports. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 330516-3 CONCRETE WATER VAULTS Page 3 of 5 PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Performance / Design Criteria Vault a. Vault dimensions per the Drawings b. Opening per the Drawings c. Incorporate a sump into the base or floor of the vault. 1) Avoid conflicts with piping. 2) Do not locate directly under the access location if applicable. d. Place floor on a minimum 2 percent slope towards the sump. 2. Water Pipe Penetrations a. Use adjustable -linked rubber seal devices or grout, as shown in Drawings, to provide seals around pipe penetrations. 3. Vault Access a. Cover / Door 1) For non -traffic areas — non H-20 loading 30-inch x 36-inch steel single leaf door, Bilco Type J model or approved equal 2) For traffic areas — 32-inch hinged ductile iron frame and cover or as shown in manhole lid assembly in Drawings 3) With steel door, provide an automatic hold -open arm with release handle and locking device. 4) Provide Bilco type fall protection grating under aluminum door that meets OSHA 29 CFR 1910.23 requirements or approved equal. 5) Incorporate a drain gutter with an outlet routed to the exterior of the vault lid. b. Ladder 1) Provide aluminum ladder by Heron Industries or approved equal. 2) Provide ladder to dimensions shown on Drawings. C. Materials 1. Concrete for utility construction — Conform to Section 03 30 00. 2. Frame and Cover — Conform to Section 33 05 13. 3. Grade Ring — Conform to Section 33 05 13 and ASTM C 478. 4. Reinforcing Steel — Conform to Section 03 30 00. 5. Sewer Pipe Connections — Conform to ASTM C923 or ASTM C 1628. 6. Adjustable -linked rubber seal devices a. Manufactured by Link -Seal or approved equal 7. Interior Coating or Liner — Conform to Section 33 39 60. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 330516-4 CONCRETE WATER VAULTS Page 4 of 5 8. Exterior Coating a. Coal Tar Bitumastic for below grade damp proofing b. Dry film thickness (DFT) no less than 12 mils and no greater than 30 mils c. Solids content is 68 percent by volume ::L 2 percent. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Vault a. Perform installation in accordance to ASTM C891. b. Construct vault to dimensions shown on Drawings. c. Precast Sections 1) Clean bell spigot and gaskets a) Lubricate and join 2) Minimize number of segments. d. Vault Base 1) Place vault base on 6-inch minimum base of compacted crushed rock (per Section 33 05 10) over undisturbed soils and grade level to elevation shown on the Drawings. 2. Water Pipe Penetrations a. Install adjustable -linked rubber seal devices around pipe penetrations in accordance with the manufacturer's recommendation. 3. Modifications and pipe penetrations into vaults shall conform to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 330516-5 CONCRETE WATER VAULTS Page 5 of 5 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.13.3 — Modified vault hatch door and ladder requirements 2.2.C.6 — Modified rubber seal requirements CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 SECTION 33 05 26 UTILITY MARKERS/LOCATORS PART1- GENERAL 1.1 SUMMARY 330526-1 UTILITY MARKERS/LOCATORS Page 1 of 4 A. Section Includes: 1. Buried and surface utility markers for utility construction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for "Utility Markers". 3. The price bid shall include: a. Furnishing and installing Utility Markers as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of backfill h. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Public Works Association (AWPA): a. Uniform Color Code. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 330526-2 UTILITY MARKERS/LOCATORS Page 2 of 4 B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Buried Marker 2. Surface Marker 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the manufacturing of Utility Markers/Locators. B. Materials Buried Markers (Detectable Warning Tape) a. Provide detectable warning tape as follows: 1) 5.0 mil overall thickness 2) Width — 3 inch minimum 3) Weight — 27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low density polyethylene (2) Impervious to all known alkalis, acids, chemical reagents and solvents within soil (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub -off 7) Color and Legends a) Potable water lines CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 330526-3 UTILITY MARKERS/LOCATORS Page 3 of 4 (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below (repeated every 24 inches) b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 inches) c) Sewer Line (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below (repeated every 24 inches) 2. Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant domes as follows: a) Water Lines (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below c) Sewer lines (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Buried Markers (Detectable Warning Tape) Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. a. Allow 18 inches minimum between utility and marker. b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum protection and detectability. B. Surface Markers Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3. Where possible, place surface markers near fixed objects. 4. Place Surface Markers at the following locations: CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 330526-4 UTILITY MARKERS/LOCATORS Page 4 of 4 a. Buried Features 1) Place directly above a buried feature. b. Above -Ground Features 1) Place a maximum of 2 feet away from an above -ground feature. c. Water lines 16-inches and larger 1) Each right-of-way line (or end of casing pipe) for: a) Highway crossings b) Railroad crossings 2) Utility crossings such as: a) High pressure or large diameter gas lines b) Fiber optic lines c) Underground electric transmission lines d) Or other locations shown on the Drawings, or directed by the City d. Surface markers not required for 12-inch and smaller water lines e. For sanitary sewer lines: 1) In undeveloped areas, place marker maximum of 2 feet away from an above -ground feature such as a manhole or combination air valve vault. 2) Place at 500-foot intervals along the pipeline. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Removed references to Utility Marker Balls throughout. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 330530-1 LOCATION OF EXISTING UTILITIES SECTION 33 05 30 LOCATION OF EXISTING UTILITIES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 1. Locating and verifying the location and elevation of the existing underground utilities that may conflict with a facility proposed for construction by use of. a. Exploratory Excavation b. Vacuum Excavation B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Exploratory Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Exploratory Excavation for Existing Utilities" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 2. Vacuum Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 4 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Vacuum Excavation" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 1.3 REFERENCES A. Definitions 1. Exploratory Excavation: Previously called "D-Hole" within the City, a method used to locate existing underground utility as shown on the plans through the use of standard excavation equipment. 2. Vacuum Excavation: Method used to locate existing underground utility as shown on the plans through the use of geophysical prospecting equipment such as vacuum excavation. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Civil Engineers (ASCE) a. ASCE Publication CFASCE 38 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratory Excavation of Existing Utilities. 2. Coordinate location of all other existing utilities within vicinity of excavation prior to commencing Exploratory Excavation. 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement. B. Sequencing 1. Exploratory Excavations shall be conducted prior to the construction of the entire project. C. Scheduling 1. For critical utility locations, the City may choose to be present during excavation. 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate City personnel. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 4 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] IMt9j011.y01016Yg:3u1101►:\Ik1 A. Report of Utility Location 1. Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b. Spring line of utility c. Existing ground 3. Material type, diameter and description of the condition of existing utility 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify location of existing utilities in accordance with the General Requirements, the General Notes and the Drawings. 3.3 PREPARATION A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Exploratory Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. a. Expose utility to spring line, as necessary. b. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 05 10. B. Vacuum Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 4 2. Designate the horizontal position of the existing underground utilities that are to be located using geophysical prospecting equipment. a. Acquire record documentation from and coordinate with utility companies, as necessary to locate utility. 3. Perform excavation in general accordance with the recommended practices and procedures described in ASCE Publication CFASCE 38. C. Upon completion of the utility locating, submit a report of the findings. D. If location of utility is in conflict with the Drawings, notify the City Project Manager for appropriate design modifications. E. Place embedment and backfill in accordance with Section 33 05 10. F. Once necessary data is obtained, immediately restore surface to existing conditions to: 1. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 1.2 — Added Measurement of Payment for Vacuum Excavation 12/20/2012 D. Johnson 1.3 — Added Definitions 3.4 — Added requirements for Vacuum Excavation CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 SECTION 33 1105 BOLTS, NUTS, AND GASKETS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 331105-1 BOLTS, NUTS, AND GASKETS Page 1 of 7 1. All nuts, bolts and gaskets associated with pressurized water utility lines including: a. T-Bolts and Nuts b. Flange Bolts and Nuts c. Threaded Rods d. Push -on Gaskets e. Mechanical Joint Gaskets f. Flange Gaskets g. Flange Isolation Kits h. Petrolatum Tape Systems B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 04 10 —Joint Bonding and Electrical Isolation 4. Section 33 11 10 —Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrocarbon Resistant Gaskets a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for all "Hydrocarbon Resistant Gaskets". 2. All Other Items a. Measurement 1) The Items in this Section are considered subsidiary to the Item being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid for the Item being installed and no other compensation will be allowed. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331105-2 BOLTS, NUTS, AND GASKETS Page 2 of 7 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Iron and Steel Institute (AISI). 3. American Society of Mechanical Engineers (ASME): a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 4. American Society of Testing and Materials (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. c. A242, Standard Specification for High -Strength Low -Alloy Carbon Structural Steel d. B 117, Salt Spray Testing e. F436, Standard Specification for Hardened Steel Washers American Water Works Association (AWWA): a. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 In. Through 144 In. (100 mm Through 3,600 mm). c. C600, Installation of Ductile -Iron Mains and Their Appurtenances. d. M11, Steel Pipe. e. M41, Ductile -Iron Pipe and Fittings. 6. Fastener Quality Act (FQA) a. Public Law 106-34 (P.L. 106-34) 7. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 8. Society for Protective Coating (SSPC) Surface Preparation Standards (SP): a. SP2, Hand Tool Cleaning b. SP3, Power Tool Cleaning 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Bolts and nuts for mechanical and or flange joints 2. Gaskets B. Certificates CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331105-3 BOLTS, NUTS, AND GASKETS Page 3 of 7 1. Furnish an affidavit certifying that all fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford Corporation, or a Whitford Corporation certified Applicator. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Fastener manufacturing operations (bolts, nuts, gaskets and coatings) shall be performed under the control of the manufacturer. b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or exceed the requirements of this Specification. B. Preconstruction Testing The City may, at its own cost, subject random fittings for destructive testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Regulatory Requirements All fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). All fasteners shall meet the marking requirements set forth by this Act. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331105-4 BOLTS, NUTS, AND GASKETS Page 4 of 7 C. T-Bolts and Nuts Standard Xylan Coated T-bolt and Nut a. High strength, corrosion -resistant, low -carbon weathering steel in accordance with AWWA/ANSI C111/A21.11 and ASTM A242 b. Xylan Coating in accordance with this Section 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut a. Stainless Steel T-bolt and Nut in accordance with AISI 304. b. Coat nut with Xylan in accordance with this Section. D. Flange Bolts and Nuts Stainless Steel Bolt and Xylan Coated Nut a. Meet requirements of AWWA C207 b. Bolts: ASTM A193, Grade B8, Class l(AISI 304 Stainless Steel, carbide solution treated) c. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers 1) Coat nut with Xylan in accordance with this Section. E. Threaded Rods 1. Meet requirements of AWWA C207 2. Rods: ASTM Al93, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution treated) 3. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers a. Coat nut with Xylan in accordance with this Section. F. Push -on Gaskets 1. Conforming to the physical and marking requirements specified in ANSFAWWA C111/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. 5. Gaskets shall be the size and shape required to provide an adequate compressive force against the plain end and socket after assembly to affect a positive seal under all combinations of joint and gasket tolerances. G. Mechanical Joint Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA C111/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. H. Flange Gaskets 1. Class E Flanges CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331105-5 BOLTS, NUTS, AND GASKETS Page 5 of 7 a. Full face b. Manufactured true to shape from minimum 80 durometer SBR rubber stock of a thickness not less than 1/8 inch c. Virgin stock d. Conforming to the physical and test requirements specified in AWWA/ANSI C111/A21.11 e. All gaskets shall meet or exceed the latest revisions NSF 61. f. Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. g. Frayed cut edges are not acceptable. h. Field cut sheet gaskets are not acceptable. I. Hydrocarbon Resistant Gaskets 1. Furnish Viton® (Fluorocarbon) Rubber, hydrocarbon resistant gaskets, when required. J. Flange Isolation Kits 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform to Section 33 04 10. 2. For bolts used with isolation sleeves per Section 33 04 10, threading must extend to bolt head with no grip to ensure sleeves fit properly. K. Petrolatum Tape System 1. Petrolatum Tape Primer: Denso Paste, or approved equal 2. Molding and Filler mastic: Densyl Mastic, or approved equal 3. All Purpose Petrolatum Tape: Densyl Tape, or approved equal L. Xylan Coating a. Coat nuts and bolts with a ceramic -filled, baked on fluorocarbon resin, when required. b. Coated nuts and bolts shall be prepared "near white" or "white" when coated to the coating manufacturer's recommended thickness by a certified applicator. c. Coating shall be of Xylan as manufactured by Whitford Corporation and applied by Whitford Corporation or Whitford Corporation Recommended Coater. d. Coating shall be free from holidays and defects. e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shall be such that the nut turns freely on the bolt. £ Coating shall conform to the performance requirements of ASTM B 117, "Salt Spray Test" and shall include, if required, a certificate of conformance. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331105-6 BOLTS, NUTS, AND GASKETS Page 6 of 7 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Mechanical Joints 1. Assemble mechanical joints in accordance with ANSUAWWA C111/A21.11 Appendix A, AWWA C600 and AWWA Manual M41. 2. Use Standard Xylan Coated T-bolts and Nuts. a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be used when specifically required in the Drawings. B. Flanged Joints 1. Install in accordance with ASME PCC-1-2012. 2. Use Stainless Steel Bolts and Xylan Coated Nuts. Wrap all buried steel flanges for AWWA C200, C301 or C303 pipe with Petrolatum Tape System. a. If only 1 flange in a joint is steel (AWWA C200, C301, or C303), petrolatum tape wrapping will be required. b. If a joint is made between two ductile iron flanges, the joint should be polyethylene encased in accordance with Section 33 11 10. 4. Flange bolts are normally spaced evenly around the flange. During assembly, tighten nuts gradually and equally using a three -pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. c. Allow a minimum of 1 hour to pass to provide time for settlement between bolts and nuts and gasket relaxation. d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut should be tightened until it will no longer turn. This step compensates for elastic interaction and brings all bolts into parity. 6. The threads of the bolts should protrude a minimum of 1/2-inch from the nuts. C. Flanged Joints with Isolation Kit 1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 2. City will verify Isolation in accordance with Section 33 04 10. D. Threaded Rod 1. Install as part of joint harness assembly in accordance with AWWA Manual MI 1. 2. Space rods evenly around the pipe. 3. During assembly, tighten nuts gradually and equally using a three -pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. 4. The threads of the bolts should protrude a minimum of/2-inch from the nuts. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331105-7 BOLTS, NUTS, AND GASKETS Page 7 of 7 5. W ap joint harness assembly with Petrolatum Tape System. E. Petrolatum Tape System 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 1) High pressure wash of 3,000 to 7,000 psi is also suitable. b. Surfaces may be damp but shall not have droplets or continuous film of water. 2. Apply a uniform, thin coat of Petrolatum Tape Primer to the entire surface by stiff brush, gloved hand or rag at normal ambient temperatures. 3. By hand application, apply Molding and Filler Mastic to a rounded configuration to fill irregular shapes and reduce sharp -edged surfaces. 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. a. For severely corrosive environments, an overlap of 55 percent is recommended. b. Press air pockets out and smooth all lap seams. 5. For additional mechanical protection, overwrap may be applied to increase impact strength and electrical resistance. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 10- 1 DUCTILE IRON PIPE Page 1 of 14 1 SECTION 33 1110 2 DUCTILE IRON PIPE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 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 33 0131 — Closed Circuit Television (CCTV) Inspection 14 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 15 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 16 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 7. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 18 8. Section 33 1105 — Bolts, Nuts, and Gaskets 19 9. Section 33 11 11 — Ductile Iron Fittings 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Ductile Iron Pipe 23 a. Measurement 24 1) Measured horizontally along the surface from center line to center line of 25 the fitting, manhole, or appurtenance 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement" will be paid for at the unit 29 price bid per linear foot for "DIP" installed for: 30 a) Various sizes 31 b) Various types of backfill 32 c) Various linings 33 d) Various Depths, for miscellaneous sewer projects only 34 e) Various restraints 35 f) Various uses 36 c. The price bid shall include: 37 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 38 Drawings 39 2) Mobilization CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 9, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 33 11 10-2 DUCTILE IRON PIPE Page 2 of 14 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Thrust restraint, if required in Contract Documents 13) Bolts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 17 1.3 REFERENCES 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 A. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4. ASTM International (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. f. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association (AWWA): CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 9, 2022 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 14 l a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 2 Enamel and Tape - Hot Applied. 3 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 4 c. M41, Ductile -Iron Pipe and Fittings. 5 6. American Water Works Association/American National Standards Institute 6 (AWWA/ANSI): 7 a. C I04/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 8 b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 9 c. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 10 d. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 11 Threaded Flanges. 12 e. C I50/A21.50, Thickness Design of Ductile -Iron Pipe. 13 £ C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 14 g. C600, Installation of Ductile -Iron Water Mains and their Appurtenances 15 7. NSF International (NSF): 16 a. 61, Drinking Water System Components -Health Effects. 17 8. Society for Protective Coatings (SSPC): 18 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 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 25 A. Product Data 26 1. Interior lining 27 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 28 C104/A21.4, including: 29 1) Material 30 2) Application recommendations 31 3) Field touch-up procedures 32 2. Thrust Restraint 33 a. Retainer glands, thrust harnesses or any other means 34 3. Gaskets 35 a. If hydrocarbon or other special gaskets are required 36 B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or 37 for a wastewater force main for 24-inch and greater diameters, including: 38 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 39 Texas including: 40 a. Working pressure 41 b. Surge pressure 42 c. Deflection CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 9, 2022 33 11 10-4 DUCTILE IRON PIPE Page 4 of 14 l 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 2 Professional Engineer in Texas, to verify the restraint lengths shown in the Drawings. 3 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 4 Professional Engineer in Texas including: 5 a. Pipe class 6 b. Joints type 7 c. Fittings 8 d. Stationing 9 e. Transitions 10 f. Joint deflection 11 C. Certificates 12 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 13 Section, each run of pipe furnished has met Specifications, all inspections have 14 been made, and that all tests have been performed in accordance with 15 AWWA/ANSI C151/A21.51. 16 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Qualifications 21 1. Manufacturers 22 a. Finished pipe shall be the product of 1 manufacturer. 23 1) Change orders, specials, and field changes may be provided by a different 24 manufacturer upon City approval. 25 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 26 under the control of the manufacturer. 27 c. Ductile Iron Pipe 28 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 29 a) Perform quality control tests and maintain results as outlined within 30 standard to assure compliance. 31 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 32 of at least 10 seconds. 33 B. Preconstruction Testing 34 1. The City may, at its own cost, subject random lengths of pipe for testing by an 35 independent laboratory for compliance with this Specification. 36 a. The compliance test shall be performed in the United States. 37 b. Any visible defects or failure to meet the quality standards herein will be 38 grounds for rejecting the entire order. 39 1.10 DELIVERY, STORAGE, AND HANDLING 40 A. Storage and Handling Requirements 41 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 42 stated in AWWA M41. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 9, 2022 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 14 1 2. Secure and maintain a location to store the material in accordance with Section 0166 2 00. 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART2- PRODUCTS 6 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 7 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 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 A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Pipe 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI C150/A21.15, and AWWA/ANSI C151/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: Diameter Min Pressure Class (inches) (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI C151/A21.51. Minimum pipe markings shall be as follows: a. "DI" or "Ductile" shall be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe were cast d. Manufacturer's mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 9, 2022 33 11 10 - 6 DUCTILE IRON PIPE Page 6 of 14 1 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 2 C150/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench 3 construction, using the following parameters: 4 1) Unit Weight of Fill (w) = 130 pcf 5 2) Live Load = AASHTO HS 20 6 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 7 4) Bedding Conditions = Type 4 8 5) Working Pressure (PW) = 150 psi 9 6) Surge Allowance (Ps) = 100 psi 10 7) Design Internal Pressure (Pi) = PW + Ps or 2:1 safety factor of the actual 11 working pressure plus the actual surge pressure, whichever is greater. 12 a) Test Pressure = 13 (1) No less than 1.25 minimum times the stated working pressure (187 14 psi minimum) of the pipeline measured at the highest elevation 15 along the test section. 16 (2) No less than 1.5 times the stated working pressure (225 psi 17 minimum) at the lowest elevation of the test section. 18 8) Maximum Calculated Deflection (DX) = 3 percent 19 9) Restrained Joint Safety Factor (Sf) = 15 percent 20 c. Trench depths shall be verified after existing utilities are located. 21 1) Vertical alignment changes required because of existing utility or other 22 conflicts shall be accommodated by an appropriate change in pipe design 23 depth. 24 2) In no case shall pipe be installed deeper than its design allows. 25 7. Provisions for Thrust 26 a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained 27 joints when required by the Drawings, corrosion resistant joints. 28 b. In addition to the mechanical joint restraint required for all bends and fittings, 29 horizontal and vertical bends shall be restrained by concrete thrust blocking 30 and by mechanical joint restraint along the length of the pipe, as recommended 31 by the pipe manufacturer, unless shown otherwise in the design drawings. 32 Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or 33 dimensions for concrete thrust blocking, shall be interpreted to mean the 34 exclusion of the other method of restraint, unless both methods are specifically 35 required in the plans. 36 c. No thrust restraint contribution shall be allowed for the restrained length of 37 pipe within the casing. 38 d. Restrained joints, when required, shall be used for a sufficient distance from 39 each side of the bend, tee, plug, valve or other fitting to resist thrust which will 40 be developed at the design pressure of the pipe. For the purpose of thrust, the 41 following shall apply: 42 1) Valves shall be calculated as dead ends. 43 2) Design pressure shall be greater than the working pressure of the pipe or 44 the internal pressure (Pi) whichever is greater. 45 3) Restrained joints shall consist of approved mechanical restrained or push- 46 on restrained joints as listed in the City's Standard Products List as shown 47 in Section 0160 00. 48 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 49 resist thrust in accordance with the Drawings, AWWA M41, and the following: CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 9, 2022 33 11 10-7 DUCTILE IRON PIPE Page 7 of 14 1 1) The weight of earth (We) shall be calculated as the weight of the projected 2 soil prism above the pipe, for unsaturated soil conditions. 3 2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil 4 conditions 5 3) If indicated on the Drawings and the Geotechnical Borings that ground 6 water is expected, account for reduced soil density. 7 8. Joints 8 a. General — Comply with AWWA/ANSI CI I I/A21.11. 9 b. Push -On Joints 10 c. Mechanical Joints 11 d. Push -On Restrained Joints 12 1) Restraining Push -on joints by means of a special gasket 13 a) Only those products that are listed in Section 0160 00 14 b) The working pressure rating of the restrained gasket must exceed the 15 test pressure of the pipe line to be installed. 16 c) Approved for use of restraining Ductile Iron Pipe in casing with a 17 carrier pipe of 4-inches to 12-inches 18 d) Otherwise only approved if specially listed on the Drawings 19 2) Push -on Restrained Joint bell and spigot 20 a) Only those products list in the standard products list will be allowed for 21 the size listed in the standard products list per Section 01 60 00. 22 b) Pressure rating shall exceed the working and test pressure of the pipe 23 line. 24 e. Flanged Joints — AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 25 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 26 g. Field fabricated flanges are prohibited. 27 9. Gaskets 28 a. Provide Gaskets in accordance with Section 33 1105. 29 10. Isolation Flanges 30 a. Flanges required by the drawings to be Isolation Flanges shall conform to 31 Section 33 04 10. 32 11. Bolts and Nuts 33 a. Mechanical Joints 34 1) Provide bolts and nuts in accordance with Section 33 1105. 35 b. Flanged Ends 36 1) Meet requirements of AWWA C115. 37 a) Provide bolts and nuts in accordance with Section 33 1105. 38 12. Flange Coatings 39 a. Connections to Steel Flanges 40 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 41 Tape System in accordance with Section 33 1105. 42 13. Ductile Iron Pipe Exterior Coatings 43 a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 44 pipe exterior, unless otherwise specified in the Contract Documents. 45 14. Polyethylene Encasement 46 a. All buried Ductile Iron Pipe shall be polyethylene encased. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 33 11 10 - 8 DUCTILE IRON PIPE Page 8 of 14 b. Only manufacturers listed in the City's Standard Products List as shown in Section 0160 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross -laminated (HDCL) polyethylene encasement conforming to AWWA/ANSI C105/A21.5 and ASTM A674. e. Marking: At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning — Corrosion Protection — Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with "RECLAIMED WATER", b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with "WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths Polyethylene Tube and Sheet Sizes for Push -On Joint Pipe Nominal Pipe Diameter Min. Width — Flat Tube Min. Width — Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 11 10-9 DUCTILE IRON PIPE Page 9 of 14 54 108 216 60 108 216 64 121 242 15. Ductile Iron Pipe Interior Lining a. Cement Mortar Lining 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in accordance with AWWA/ANSI CI04/A21.O4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the City's Standard Products List as shown in Section 0160 00. 2) Apply lining at a minimum of 40 mils DFT. 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. b) Care should be taken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. 6) Test the interior lining of all pipe barrels for pinholes with a non- destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 8) For all Ductile Iron Pipe in wastewater service where the pipe has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 9, 2022 33 11 10-10 DUCTILE IRON PIPE Page 10 of 14 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 10 AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's 11 recommendations. 12 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 13 3. Lay pipe to the lines and grades as indicated in the Drawings. 14 4. Excavate and backfill trenches in accordance with Section 33 05 10. 15 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 16 6. For installation of carrier pipe within casing, see Section 33 05 24. 17 B. Pipe Handling 18 1. Haul and distribute pipe and fittings at the project site. 19 2. Handle piping with care to avoid damage. 20 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 21 lowering into the trench. 22 b. Do not handle the pipe in such a way that will damage the interior lining. 23 c. Use only nylon ropes, slings or other lifting devices that will not damage the 24 surface of the pipe for handling the pipe. 25 3. At the close of each operating day: 26 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 27 the laying operation. 28 b. Effectively seal the open end of the pipe using a gasketed night cap. 29 C. Joint Making 30 1. Mechanical Joints 31 a. Bolt the follower ring into compression against the gasket with the bolts 32 tightened down evenly then cross torqued in accordance with AWWA C600. 33 b. Overstressing of bolts to compensate for poor installation practice will not be 34 permitted. 35 2. Push -on Joints 36 a. Install Push -on joints as defined in AWWA/ANSI Cl l l/A21.11. 37 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 38 c. Place the gasket in the bell in the position prescribed by the manufacturer. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 9, 2022 l 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 33 11 10 - 11 DUCTILE IRON PIPE Page 11 of 14 d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to conform to AWWA C600. 3. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in one direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. D. Polyethylene Encasement Installation 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between pipe and polyethylene. b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase with minimum space between polyethylene and pipe. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell -spigot interfaces, bolted joints or fittings and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent pipe section and bunching it accordion -fashion lengthwise until it clears pipe ends. c. Lower pipe into trench and make up pipe joint with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 9, 2022 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 14 l i. Proceed with installation of next pipe in same manner. 2 3. Tubular Type (Method B) 3 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 4 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 5 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 6 of pipe, securing fold at quarter points; secure ends. 7 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 8 proceeding pipe section, bunching it accordion -fashion lengthwise. 9 e. After completing joint, pull 3-foot length of polyethylene over joint, 10 overlapping polyethylene previously installed on each adjacent section of pipe 11 by at least 1 foot; make each end snug and secure. 12 4. Sheet Type 13 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 14 section. 15 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 16 it until it clears the pipe ends. 17 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 18 quadrant of pipe. 19 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 20 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 21 of pipe. 22 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 23 g. After completing joint, make overlap and secure ends. 24 h. Repair cuts, tears, punctures or other damage to polyethylene. 25 i. Proceed with installation of next section of pipe in same manner. 26 5. Pipe -Shaped Appurtenances 27 a. Cover bends, reducers, offsets and other pipe -shaped appurtenances with 28 polyethylene in same manner as pipe and fittings. 29 6. Odd -Shaped Appurtenances 30 a. When it is not practical to wrap valves, tees, crosses, and other odd -shaped 31 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 32 sheet under appurtenances and bringing it up around body. 33 b. Make seams by bringing edges together, folding over twice and taping down. 34 c. Tape polyethylene securely in place at the valve stem and at any other 35 penetrations. 36 7. Repairs 37 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 38 or with short length of polyethylene sheet or cut open tube, wrapped around 39 fitting to cover damaged area and secured in place. 40 8. Openings in Encasement 41 a. Provide openings for branches, service taps, blow -offs, air valves and similar 42 appurtenances by making an X-shaped cut in polyethylene and temporarily 43 folding back film. 44 b. After appurtenance is installed, tape slack securely to appurtenance and repair 45 cut, as well as other damaged area in polyethylene with tape. 46 c. Service taps may also be made directly through polyethylene, with any 47 resulting damaged areas being repaired as described above. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 9, 2022 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 14 1 9. Junctions between Wrapped and Unwrapped Pipe: 2 a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, 3 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 4 b. Secure end with circumferential turns of tape. 5 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 6 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 7 3.5 REPAIR/RESTORATION 8 A. Patching 9 1. Excessive field -patching is not permitted of lining or coating. 10 2. Patching of lining or coating will be allowed where area to be repaired does not 11 exceed 100 square inches and has no dimensions greater than 12 inches. 12 3. In general, there shall not be more than 1 patch on either the lining or the coating of 13 any 1 joint of pipe. 14 4. Wherever necessary to patch the pipe: 15 a. Make patch with cement mortar as previously specified for interior joints. 16 b. Do not install patched pipe until the patch has been properly and adequately 17 cured and approved for laying by the City. 18 5. Promptly remove rejected pipe from the site. 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL 21 A. Potable Water Mains 22 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 23 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 24 main as specified in Section 33 04 40. 25 B. Wastewater Lines 26 1. Closed Circuit Television (CCTV) Inspection 27 a. Provide a Post -CCTV Inspection in accordance with Section 33 0131. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 9, 2022 33 11 10 - 14 DUCTILE IRON PIPE Page 14 of 14 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.l.b. — Updated Payment types 12/20/2012 D. Johnson 1.3 — Added definitions of gland types for clarity 2.2.13.9, 10, 11 and 12 — Added reference to Section 33 1105 and removed material specification for bolts, nuts and gaskets 12/9/2022 W Norwood 2.2 B. 7. Revised "Provisions for Thrust' section CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 9, 2022 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 33 11 11 DUCTILE IRON FITTINGS 33 1111 -1 DUCTILE IRON FITTINGS Page I of 13 5 A. Section Includes: 6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 8 2. All mechanical joint fittings shall be mechanically restrained using restrained 9 wedge type retainer glands. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1— General Requirements 16 3. Section 03 30 00 — Cast -in -Place Concrete 17 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 18 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 19 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 20 7. Section 33 1105 — Bolts, Nuts, and Gaskets 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Ductile Iron Water Fittings with Restraint 24 a. Measurement 25 1) Shall be per ton of fittings supplied 26 2) Fittings weights are the sum of the various types of fittings multiplied by 27 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 28 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 29 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 30 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 31 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 32 body) Ductile Iron Fittings in lieu of AWWA/ANSI CI53/A21.53 33 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 34 measured in accordance with AWWA/ANSI C153/A21.53. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under "Measurement" will be paid for at the unit 38 price bid per ton of "Ductile Iron Water Fittings with Restraint". 39 c. The price bid shall include: 40 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 41 Drawings CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 20, 2017 33 1111 -2 DUCTILE IRON FITTINGS 1 2) Polyethylene encasement 2 3) Lining 3 4) Pavement removal 4 5) Excavation 5 6) Hauling 6 7) Disposal of excess material 7 8) Furnishing and installing bolts, nuts, and restraints 8 9) Furnishing, placement and compaction of embedment 9 10) Furnishing, placement and compaction of backfill 10 11) Trench water stops 11 12) Clean-up 12 13) Cleaning 13 14) Disinfection 14 15) Testing 15 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 Page 2 of 13 2. Ductile Iron Sewer Fittings a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shallbe measured in accordance with AWWA/ANSI C153/A21.53. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of "Ductile Iron Sewer Fittings". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Epoxy Coating 3) Polyethylene encasement 4) Liming 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing and installing bolts, nuts, and restraints 10) Furnishing, placement and compaction of embedment 11) Furnishing, placement and compaction of backfill 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 20, 2017 33 1111 -3 DUCTILE IRON FITTINGS Page 3 of 13 1.3 REFERENCES A. Definitions 3 1. Gland or Follower Gland 4 a. Non -restrained, mechanical joint fitting 5 2. Retainer Gland 6 a. Mechanically restrained mechanical joint fitting, consisting of multiple 7 gripping wedges incorporated into a follower gland meeting the applicable 8 requirements of ANSI/AWWA C110/A21.10. 9 B. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference 11 standard published at the time of the latest revision date logged at the end of this 12 Specification, unless a date is specifically cited. 13 2. American Society of Mechanical Engineers (ASME): 14 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 15 3. ASTM International (ASTM): 16 a. Al93, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 17 High Temperature or High Pressure Service and Other Special Purpose 18 Applic ations 19 b. Al94, Specification for Carbon and Alloy Steel Nuts for Bolts for High 20 Pressure or High Temperature Service, or Both 21 c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 22 d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 23 Water or Other Liquids. 24 e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 25 4. American Water Works Association (AWWA): 26 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 27 Enamel and Tape - Hot Applied. 28 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 29 c. M41, Ductile -Iron Pipe and Fittings. 30 5. American Water Works Association/AmericanNational Standards Institute 31 (AWWA/ANSI): 32 a. C104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 33 b. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 34 c. C110/A21.10, Ductile -Iron and Gray -Iron Fittings. 35 d. C1 I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 36 e. C115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 37 Threaded Flanges. 38 f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 39 g. C153/A21.53, Ductile -Iron Compact Fittings for Water Service. 40 6. NSF International (NSF): 41 a. 61, Drinking Water System Components -Health Effects. 42 7. Society for Protective Coatings (SSPC): 43 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 20, 2017 33 1111 -4 DUCTILE IRON FITTINGS Page 4 of 13 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 7 A. Product Data 8 1. Ductile Iron Fittings 9 a. Pressure class 10 b. Interior lining 11 c. Joint types 12 2. Polyethylene encasement and tape 13 a. Planned method of installation 14 b. Whether the film is linear low density or high density cross linked polyethylene 15 c. The thickness of the film provided 16 3. The interior lining, if it is other than cement mortar lining in accordance with 17 AWWA/ANSI C104/A21.4 18 a. Material 19 b. Application recommendations 20 c. Field touch-up procedures 21 4. Thrust Restraint 22 a. Retainer glands 23 b. Thrust harnesses 24 c. Any other means 25 5. Gaskets 26 a. Provide Gaskets in accordance with Section 33 1105. 27 6. Isolation Flanges 28 a. Flanges required by the drawings to be Isolation Flanges shall conform to 29 Section 33 04 10. 30 7. Bolts and Nuts 31 a. Mechanical Joints 32 1) Provide bolts and nuts in accordance with Section 33 1105. 33 b. Flanged Ends 34 1) Meet requirements of AWWA C115. 35 a) Provide bolts and nuts in accordance with Section 33 1105. 36 8. Flange Coatings 37 a. Connections to Steel Flanges 38 1) Buried connections with Steel Flanges shallbe coated with a Petrolatum 39 Tape System in accordance with Section 33 1105. 40 B. Certificates 41 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 42 meet the provisions of this Section and meet the requirements of AWWA/ANSI 43 Cl 10/A21.10 or AWWA/ANSI C153/A21.53. 44 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 20, 2017 33 1111 -5 DUCTILE IRON FITTINGS Page 5 of 13 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Fittings manufacturing operations (fittings, lining, and coatings) shall be 7 performed under the control of the manufacturer. 8 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 9 C110/A21.10 or AWWA/ANSI C153/A21.53. 10 1) Perform quality control tests and maintain the results as outlined in these 11 standards to assure compliance. 12 B. Preconstruction Testing 13 1. The City may, at its own cost, subject random fittings for destructive testing by an 14 independent laboratory for compliance with this Specification. 15 a. The compliance test shall be performed in the United States. 16 b. Any visible defects or failure to meet the quality standards herein will be 17 grounds for rejecting the entire order. 18 1.10 DELIVERY, STORAGE, AND HANDLING 19 A. Storage and Handling Requirements 20 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 21 2. Secure and maintain a location to store the material in accordance with Section 01 22 6600. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed on the City's Standard Products List will be 30 considered as shown in Section 0160 00. 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a 33 substitution and shall be submitted in accordance with Section 0125 00. 34 B. Ductile Iron Fittings 35 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI Cl 10/A21.10, 36 AWWA/ANSI C153/A21.53. 37 2. All fittings for potable water service shall meet the requirements of NSF 61. 38 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 39 the pipe which the fitting is connected, unless specifically indicated in the 40 Drawings. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 20, 2017 33 1111 -6 DUCTILE IRON FITTINGS Page 6 of 13 1 4. Fittings Markings 2 a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. 3 b. Minimum markings shall include: 4 1) "DI" or "Ductile" cast or metal stamped on each fitting 5 2) Applicable AWWA/ANSI standard for that the fitting 6 3) Pressure rating 7 4) Number of degrees for all bends 8 5) Nominal diameter of the openings 9 6) Year and country fitting was cast 10 7) Manufacturer's mark 11 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 5. Joints a. Mechanical Joints with mechanical restraint 1) Comply with AWWA/ANSI C1 I l/A21.11 and applicable parts of ANSI/AWWA C110/A21.10. 2) The retainer gland shall have the following working pressure ratings based on size and type of pipe: a) Ductile Iron Pipe (1) 3-inch — 16-inch, 350 psi (2) 18-inch — 48-inch, 250 psi b) PVC C900 and C905 (1) 3-inch-12-inch, 305psi (2) 14-inch-16-inch, 235psi (3) 18-inch — 20-inch, 200psi (4) 24-inch — 30 —inch 165psi c) Ratings are for water pressure and must include a minimum safety factor of 2 to 1 in all sizes 3) Retainer glands shall have specific designs for Ductile Iron and PVC and it should be easy to differentiate between the 2. 4) Gland body, wedges and wedge actuating components shall be cast from grade 65-45-12 ductile iron material in accordance with ASTM A536. 5) Mechanical joint restraint shall require conventional tools and installation procedures per AWWA C600, while retaining full mechanical joint deflection during assembly as well as allowing joint deflection after assembly. 6) Proper actuation of the gripping wedges shall be ensured with torque limiting twist off nuts. 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. b. Push -On, Restrained Joints 1) Restraining Push -on joints by means of a special gasket a) Only those products that are listed in 0160 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the drawings 2) Push -on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 0160 00 CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 20, 2017 33 1111 -7 DUCTILE IRON FITTINGS Page 7 of 13 I b) Pressure rating shall exceed the working and test pressure of the pipe 2 line 3 c. Flanged Joints 4 1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 5 2) Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 6 125. 7 3) Field fabricated flanges are prohibited. 8 6. Gaskets 9 a. Provide Gaskets in accordance with Section 33 1105. 10 7. Isolation Flanges 11 a. Flanges required by the drawings to be Isolation Flanges shall conform to 12 Section 33 04 10. 13 8. Bolts and Nuts 14 a. Mechanical Joints 15 1) Provide bolts and nuts in accordance with Section 33 1105. 16 b. Flanged Ends 17 1) Meet requirements of AWWA C115. 18 a) Provide bolts and nuts in accordance with Section 33 11 05. 19 9. Flange Coatings 20 a. Connections to Steel Flanges 21 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 22 Tape System in accordance with Section 33 1105. 23 10. Ductile Iron Fitting Exterior Coatings 24 a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil 25 thick, on the exterior, unless otherwise specified in the Contract Documents. 26 11. Polyethylene Encasement 27 a. All buried Ductile Iron Fittings shall be polyethylene encased. 28 b. Only manufacturers listed in the City's Standard Products List as shown in 29 Section 0160 00 will be considered acceptable. 30 c. Use only virgin polyethylene material. 31 d. Encasement for buried fittings shall be 8 mil linear low density (LLD) 32 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 33 cross -laminated (HDCL) polyethylene encasement conforming to conforming 34 to AWWA/ANSI CI05/A21.5 and ASTM A674. 35 e. Marking: At a minimum of every 2 feet along its length, the mark the 36 polyethylene film with the following information: 37 1) Manufacturer's name or trademark 38 2) Year of manufacturer 39 3) AWWA/ANSI C105/A21.5 40 4) Minimum film thickness and material type 41 5) Applicable range of nominal diameter sizes 42 6) Warning — Corrosion Protection— Repair Any Damage 43 f. Special Markings/Colors 44 1) Reclaimed Water, perform one of the following: 45 a) Label polyethylene encasement with "RECLAIMED WATER", 46 b) Provide purple polyethylene in accordance with the American Public 47 Works Association Uniform Color Code; or CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 20, 2017 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 33 1111 -8 DUCTILE IRON FITTINGS Page 8 of 13 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with "WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths Polyethylene Tube and Sheet Sizes for Push -On Joint Fittings Nominal Fittings Diameter (inches) 3 4 6 8 10 12 14 16 18 20 24 30 36 42 48 54 60 64 Nfin. Width — Flat Tube (inches) 14 14 16 20 24 27 30 34 37 41 54 67 81 81 95 108 108 121 NEn. Width — Sheet (inches) 28 28 32 40 48 54 60 68 74 82 108 134 162 162 190 216 216 242 12. Ductile Iron Fittings Interior Lining a. Cement Mortar Lining 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Fittings for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the Standard Products List as shown in Section 0160 00. 2) Apply lining at a minimum of 40 mils DFT 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 20, 2017 33 1111 -9 DUCTILE IRON FITTINGS Page 9 of 13 b) Care should be taken that the joint compound is smooth without excess 2 buildup in the gasket seat or on the spigot ends. 3 c) Coat the gasket seat and spigot ends after the application of the lining. 4 4) Surface preparation shall be in accordance with the manufacturer's 5 recommendations. 6 5) Check thickness using a magnetic film thickness gauge in accordance with 7 the method outlined in SSPC PA 2. 8 6) Test the interior lining of all fittings for pinholes with a non-destructive 9 2,500 volt test. 10 a) Repair any defects prior to shipment. 11 7) Mark each fitting with the date of application of the lining system along 12 with its numerical sequence of application on that date and records 13 maintained by the applicator of his work. 14 8) For all Ductile Iron Fittings in wastewater service where the fitting has 15 been cut, coat the exposed surface with the touch-up material as 16 recommended by the manufacturer. 17 a) The touch-up material and the lining shall be of the same manufacturer. 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A. General 26 1. Install fittings, specials and appurtenances as specified herein, as specified in 27 AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's 28 recommendations. 29 2. Lay fittings to the lines and grades as indicated in the Drawings. 30 3. Excavate and backfill trenches in accordance with 33 05 10. 31 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 32 B. Joint Making 33 1. Mechanical Joints with required mechanical restraint 34 a. All mechanical joints require mechanical restraint. 35 b. Bolt the retainer gland into compression against the gasket, with the bolts 36 tightened down evenly then cross torqued in accordance with AWWA C600. 37 c. Overstressing of bolts to compensate for poor installation practice will not be 38 permitted. 39 2. Push -on Joints (restrained) 40 a. All push -on joints shall be restrained push -on type. 41 b. Install Push -on joints as defined in AWWA/ANSI C111/A21.11. 42 c. Wipe clean the gasket seat inside the bell of all extraneous matter. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 20, 2017 33 11 11 -10 DUCTILE IRON FITTINGS Page 10 of 13 1 d. Place the gasket in the bell in the position prescribed by the manufacturer. 2 e. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 3 gasket and the outside of the spigot prior to entering the spigot into the bell. 4 f. When using a field cut plain end piece of pipe, refinished the field cut and scarf 5 to conform to AWWA M-41. 6 3. Flanged Joints 7 a. Use erection bolts and drift pins to make flanged connections. 8 1) Do not use undue force or restraint on the ends of the fittings. 9 2) Apply even and uniform pressure to the gasket. 10 b. The fitting must be free to move in any direction while bolting. 11 1) Install flange bolts with all bolt heads faced in 1 direction. 12 4. Joint Deflection 13 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 14 and grades and shown in the Drawings. 15 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 16 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 17 C600. 18 d. The manufacturer's recommendation may be used with the approval of the 19 Engineer. 20 C. Polyethylene Encasement Installation 21 1. Preparation 22 a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to 23 installation of polyethylene encasement. 24 1) Prevent soil or embedment material from becoming trapped between 25 fittings and polyethylene. 26 b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase 27 with minimum space between polyethylene and fittings. 28 1) Provide sufficient slack in contouring to prevent stretching polyethylene 29 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 30 joints or fittings, and to prevent damage to polyethylene due to backfilling 31 operations. 32 2) Secure overlaps and ends with adhesive tape and hold. 33 c. For installations below water table and/or in areas subject to tidal actions, seal 34 both ends of polyethylene tube with adhesive tape at joint overlap. 35 2. Tubular Type (Method A) 36 a. Cut polyethylene tube to length approximately 2 feet longer than fittings 37 section. 38 b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent 39 pipe section and bunching it accordion -fashion lengthwise until it clears fittings 40 ends. 41 c. Lower fittings into trench with preceding section of pipe. 42 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 43 e. After assembling fittings make overlap of polyethylene tube, pull bunched 44 polyethylene from preceding length of pipe, slip it over end of the fitting and 45 wrap until it overlaps joint at end of preceding length of pipe. 46 f. Secure overlap in place. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 20, 2017 33 11 11 -11 DUCTILE IRON FITTINGS Page 11 of 13 1 g. Take up slack width at top of fitting to make a snug, but not tight, fit along 2 barrel of fitting, securing fold at quarter points. 3 h. Repair cuts, tears, punctures or other damage to polyethylene. 4 i. Proceed with installation of next fitting in same manner. 5 3. Tubular Type (Method B) 6 a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 7 section. 8 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 9 end. 10 c. Take up slack width at top of fitting to make a snug, but not tight, fit along 11 barrel of fitting, securing fold at quarter points; secure ends. 12 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 13 proceeding pipe section, bunching it accordion -fashion lengthwise. 14 e. After completing joint, pull 3-foot length of polyethylene over joint, 15 overlapping polyethylene previously installed on each adjacent section of pipe 16 by at least 1 foot; make each end snug and secure. 17 4. Sheet Type 18 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 19 section. 20 b. Center length to provide 1-foot overlap on each fitting, bunching it until it 21 clears the fitting ends. 22 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 23 quadrant of fitting. 24 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 25 e. Lower wrapped fitting into trench with preceding section of pipe. 26 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 27 g. After completing joint, make overlap and secure ends. 28 h. Repair cuts, tears, punctures or other damage to polyethylene. 29 i. Proceed with installation of fittings in same manner. 30 5. Pipe -Shaped Appurtenances 31 a. Cover bends, reducers, offsets, and other pipe -shaped appurtenances with 32 polyethylene in same manner as pipe and fittings. 33 6. Odd -Shaped Appurtenances 34 a. When it is not practical to wrap valves, tees, crosses and other odd -shaped 35 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 36 sheet under appurtenances and bringing it up around body. 37 b. Make seams by bringing edges together, folding over twice and taping down. 38 c. Tape polyethylene securely in place at the valve stem and at any other 39 penetrations. 40 7. Repairs 41 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 42 or with short length of polyethylene sheet or cut open tube, wrapped around 43 fitting to cover damaged area, and secure in place. 44 8. Openings in Encasement 45 a. Provide openings for branches, service taps, blow -offs, air valves and similar 46 appurtenances by making an X-shaped cut in polyethylene and temporarily 47 folding back film. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 20, 2017 33 11 11 -12 DUCTILE IRON FITTINGS Page 12 of 13 1 b. After appurtenance is installed, tape slack securely to appurtenance and repair 2 cut, as well as other damaged area in polyethylene with tape. 3 c. Service taps may also be made directly through polyethylene, with any 4 resulting damaged areas being repaired as described above. 5 9. Junctions between Wrapped and Unwrapped Fittings 6 a. Where polyethylene -wrapped fitting joins an adjacent pipe that is not wrapped, 7 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 8 b. Secure end with circumferential turns of tape. 9 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 10 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 11 Fittings. 12 D. Blocking 13 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, 14 crosses and plugs in the pipe lines as indicated in the Drawings. 15 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 16 normal to the thrust. 17 3. The supporting area for each block shall be at least as great as that indicated on the 18 Drawings and shall be sufficient to withstand the thrust, including water hammer, 19 which may develop. 20 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 21 5. If the Contractor encounters soil that appears to be different than that which was 22 used to calculate the blocking according to the Drawings, the Contractor shall 23 notify the Engineer prior to the installation of the blocking. 24 3.5 REPAIR/RESTORATION 25 A. Patching 26 1. Excessive field -patching is not permitted of lining or coating. 27 2. Patching of lining or coating will be allowed where area to be repaired does not 28 exceed 100 square inches and has no dimensions greater than 12 inches. 29 3. In general, there shall not be more than 1 patch on either the lining or the coating of 30 any fitting. 31 4. Wherever necessary to patch the fitting: 32 a. Make patch with cement mortar as previously specified for interior joints. 33 b. Do not install patched fitting until the patch has been properly and adequately 34 cured and approved for laying by the City. 35 c. Promptly remove rejected fittings from the site. 36 3.6 RE -INSTALLATION [NOT USED] 37 3.7 FIELD [OR] SITE QUALITY CONTROL 38 A. Potable Water Mains 39 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 40 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 41 main as specified in Section 33 04 40. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 20, 2017 33 11 11 -13 DUCTILE IRON FITTINGS Page 13 of 13 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.1.c — Restraints included in price bid 1.2.A.2.c — Restraints included in price bid 1.3 — Added definitions of gland types for clarity 12/20/2012 D. Johnson 2.2•B.5 — Removed unrestrained push -on and mechanical joints 2.2.B.6, 7, 8, and 9 — Added reference to Section 33 05 10 and 33 04 10; removed material specifications for bolts, nuts and gaskets. 3.4 — Requirement for all mechanical and push -on joints to be restrained 3.4.1) — Corrected reference 9/20/2017 W. Norwood 2.2.B.5.a.7 — Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 20, 2017 33 11 12- 1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page I of 9 SECTION 33 1112 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. 33 0131 — Closed Circuit Television (CCTV) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 7. 33 11 11 — Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Water Pipe" installed for: 1) Various sizes 2) Various types of backfill 3) With or without restrained joints b. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Sewer Force Main" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing PVC Pressure Pipe with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 9, 2022 33 11 12 - 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2 of 9 e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of embedment h. Furnishing, placement and compaction of backfill i. Trench water stops j. Thrust restraint, if required by Contract Documents k. Gaskets 1. Clean-up m. Cleaning n. Disinfection o. Testing [I%=.404 IS 01 W1419.1 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly (Vinyl -Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds. b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 4. American Water Works Association (AWWA): a. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittings for Water. c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN through 60 IN (100 mm thru 1,500 mm). d. M23, PVC Pipe — Design and Installation. e. M41, Ductile -Iron Pipe and Fittings. 5. NSF International (NSF): a. 61, Drinking Water System Components —Health Effects. b. 14, Plastics Piping System Components and Related Materials. 6. Underwriters Laboratories, Inc. (UL). a. UL 1285, UL Standard for Safety Pipe and Couplings, Polyvinyl Chloride (PVC), and Oriented Polyvinyl Chloride (PVCO) for Underground Fire Service. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 9, 2022 33 11 12 - 3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 3 of 9 For PVC Pressure Pipe that is used for water distribution, wastewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe b. Manufacturer c. Dimension Ratio d. Joint Types 2. Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint 3. Gaskets B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown on the Drawings. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 9, 2022 33 11 12 - 4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 of 9 b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with AWWA C900. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 2. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Pipe 1. Pipe shall be in accordance with AWWA C900. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61 and NSF 14. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. 5. The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454. Outside diameters must be equal to those of cast iron and ductile iron pipes. 6. As a minimum the following Dimension Ratio's apply: Diameter Min Pressure Class (inch) (psi) 4 through 12 DR 14 16 through 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 9, 2022 33 11 12 - 5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of 9 2) Nominal pipe size 3) Dimension Ratio 4) AWWA C900 5) Seal of testing agency that verified the suitability of the pipe C. Pressure and Deflection Design Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E' = 1,000 max e. Deflection Lag Factor = 1.0 f. Working Pressure (PW) = 150 psi g. Surge Allowance (Ps) = 100 psi minimum h. Test Pressure = 1) No less than 1.25 times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection = 3 percent j. Restrained Joint Safety Factor (SF) = 1.5 k. Maximum Joint Deflection = 50 percent of the manufacturer's recommendations. 2. Verify trench depths after existing utilities are located. a. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. In no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained, corrosion resistant joints. b. In addition to the mechanical joint restraint required for all bends and fittings, horizontal and vertical bends shall be restrained by concrete thrust blocking and by mechanical joint restraint along the length of the pipe, as recommended by the pipe manufacturer, unless shown otherwise in the design drawings. Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or dimensions for concrete thrust blocking, shall be interpreted to mean the exclusion of the other method of restraint, unless both methods are specifically required in the plans. c. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. d. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (Pi), whichever is greater. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 9, 2022 33 11 12 - 6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 9 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 0160 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings and the following: 1) Calculate the weight of the earth (We) as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil conditions 3) In locations where ground water is encountered, reduce the soil density to its buoyant weight for the backfill below the water table. a) Reduce the coefficient of friction to 0.25. 4. Joints a. Joints shall be gasket, bell and spigot and push -on type conforming to ASTM D3139. b. Since each pipe manufacturer has a different design for push -on joints, gaskets shall be part of a complete pipe section and purchased as such. c. Lubricant must be non -toxic and NSF approved for potable water applications. d. Push -On Restrained Joints shall only be as approved in the Standard Products List in Section 01 60 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 5. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 9, 2022 33 11 12 - 7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 9 a. Pipe shall be handled and stored in accordance with manufacturer's recommendations. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Conduit shall be homogenous throughout and free from voids, cracks, inclusions and other defects, and shall be uniform as commercially practicable in color, density and other physical characteristics. c. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. In accordance with Section 33 11 11. Push -on Joints a. Install Push -On joints as defined in AWWA C900. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut to conform to AWWA C605. 3. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades shown in the Drawings. b. Joint deflection shall not exceed 50 percent of the manufacturer's recommendation. D. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post -CCTV Inspection in accordance with Section 33 0131. CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 9, 2022 33 11 12-8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 9 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 9, 2022 33 11 12 - 9 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 9 of 9 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2.2.C.1 and 3.4.C.3 — revised maximum joint deflection requirements 3A.C.1 — Added reference to Ductile Iron Fittings 12/20/2012 D. Johnson 3.4.D — Removed Marker Balls 1.1 Modified acceptable range for specification from up to 24-inch to up to 36-inch Change Section 2.2 B. 5. from "The pipe material shall be PVC, meeting the 4/1/2013 F. Griffin requirements of ASTM D1784, with a cell classification of 12454-B." to "The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454". All references to the use of C905 are no longer applicable and are deleted. 11/14/2018 D.V. Magana 1.3.A.4.c. — Updated to reflect C900 applicable on PVC pipe sizes 4" through 60". 1.1.A Modified acceptable range for specification from 36-inch to 24-inch 1.3.A.4.c Updated C900 to reflect metric dimensions 1.3.A.5.b & 2.2.B.2 Addition of "NSF 14 Plastics Piping System Components and Related Materials" 1.3.A.6.a Addition of "UL 1285 UL Standard for Safety Pipe and Couplings, PVC and PVCO for Underground Fire Service" 2.2.C.3.a Addition of "corrosion resistant" and deletion of "when required by the Drawings" 9/9/22 W Norwood 2.2.C.3. Add " b. In addition to the mechanical joint restraint required for all bends and fittings, horizontal and vertical bends shall be restrained by concrete thrust blocking and by mechanical joint restraint along the length of the pipe as recommended by the pipe manufacturer, unless shown otherwise in the design drawings" 3.4.B.1. Add " a. Pipe shall be handled and stored in accordance with manufacture's recommendations" 3.4.13.2 Add "b. Conduit shall be homogenous throughout and free from voids, cracks, inclusions and other defects, and shall be uniform as commercially practicable in color, density and other physical characteristics" CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised September 9, 2022 331220-1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 10 1 SECTION 33 12 20 2 RESILIENT SEATED (WEDGE) GATE VALVE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 a. 24-inch and larger valves may require an integral bypass 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 33 1105 — Bolts, Nuts, and Gaskets 16 4. Section 33 11 10 — Ductile Iron Pipe 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Gate Valve 20 a. Measurement 21 1) Measurement for this Item shall be per each. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per each "Gate Valve" installed 25 for: 26 a) Various sizes 27 c. The price bid shall include: 28 1) Furnishing and installing Gate Valves with connections as specified in the 29 Drawings 30 2) Valve box 31 3) Extension 32 4) Extensions for valves in vaults 33 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 34 6) Petrolatum tape for connections to steel flanges 35 7) 2-inch risers (for 16-inch and larger gate valves) 36 8) Isolation kits when installed with flanged connections 37 9) Polyethylene encasement 38 10) Pavement removal 39 11) Excavation 40 12) Hauling CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised May 6, 2015 331220-2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 10 1 13) Disposal of excess material 2 14) Furnishing, placement and compaction of embedment 3 15) Furnishing, placement and compaction of backfill 4 16) Clean-up 5 17) Cleaning 6 18) Disinfection 7 19) Testing 8 2. Cut -in Gate Valve 9 a. Measurement 10 1) Measurement for this Item shall be per each. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with this 13 Item shall be paid for at the unit price bid per each "Cut -in Gate Valve" 14 installed for: 15 a) Various sizes 16 c. The price bid shall include: 17 1) Furnishing and installing Gate Valves with connections as specified in the 18 Drawings 19 2) System dewatering 20 3) Connections to existing pipe materials 21 4) Valve box 22 5) Extension 23 6) Extensions for valves in vaults 24 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 25 8) Petrolatum tape for connections to steel flanges 26 9) 2-inch risers (for 16-inch and larger gate valves) 27 10) Isolation kits when installed with flanged connections 28 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 29 12) Polyethylene encasement 30 13) Pavement removal 31 14) Excavation 32 15) Hauling 33 16) Disposal of excess material 34 17) Furnishing, placement and compaction of embedment 35 18) Furnishing, placement and compaction of backflll 36 19) Clean-up 37 20) Cleaning 38 21) Disinfection 39 22) Testing 40 1.3 REFERENCES 41 A. Abbreviations and Acronyms 42 1. NRS — Non Rising Stem 43 2. OS&Y — Outside Screw and Yoke 44 B. Reference Standards CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised May 6, 2015 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 331220-3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 10 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 4. American Iron and Steel Institute (AISI). 5. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. d. A536, Standard Specification for Ductile Iron Castings. e. 13117, Standard Practice for Operating Salt Spray (Fog) Apparatus. f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 6. American Water Works Association (AWWA): a. C509, Resilient -Seated Gate Valves for Water Supply Service. b. C515, Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Service. c. C550, Protective Interior Coatings for Valves and Hydrants. d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN through 12 IN, for Water Transmission and Distribution. 7. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. c. CI15/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. 8. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 0133 00. 35 B. All submittals shall be approved by the City prior to delivery. 36 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 37 A. Product Data 38 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 39 supplied, including: 40 a. Dimensions, weights, material list, and detailed drawings 41 b. Joint type 42 c. Maximum torque recommended by the manufacturer for the valve size 43 2. Polyethylene encasement and tape CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised May 6, 2015 331220-4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 10 1 a. Whether the film is linear low density or high density cross linked polyethylene 2 b. The thickness of the film provided 3 3. Thrust Restraint, if required by contract Documents 4 a. Retainer glands 5 b. Thrust harnesses 6 c. Any other means 7 4. Instructions for field repair of fusion bonded epoxy coating 8 5. Gaskets 9 B. Certificates 10 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 11 the provisions of this Section, each valve meets Specifications, all inspections have 12 been made and that all tests have been performed in accordance with AWWA C509 13 or AWWA C515. 14 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 15 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five 16 years experience manufacturing Resilient Seated Gate Valves of similar service and 17 size with experience record. 18 4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or 19 controls any foreign factory/foundry that supplies valve casings and can certify that 20 the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality 21 control at the foreign factory/foundry. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Qualifications 26 1. Manufacturers 27 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 28 project. 29 1) Change orders, specials and field changes may be provided by a different 30 manufacturer upon City approval. 31 b. For valves less than 16-inch, valves of each size shall be the product of 1 32 manufacturer, unless approved by the City. 33 1) Change orders, specials and field changes may be provided by a different 34 manufacturer upon City approval. 35 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 36 d. For valves equipped with a bypass, the bypass valve must be of the same 37 manufacturer as the main valve. 38 e. Resilient Seated Gate Valves shall be new. 39 f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 40 successful experience manufacturing of Resilient Seated Gate Valves of similar 41 service and size, and indicated or demonstrate an experience record that is 42 satisfactory to the Engineer and City. This experience record will be thoroughly 43 investigated by the Engineer, and acceptance will be at the sole discretion of the 44 Engineer and City. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised May 6, 2015 331220-5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 10 1 g. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and 2 bypass; that are not manufactured within the United States of America, shall be 3 manufactured by factories/foundries that are owned or controlled (partial 4 ownership) such that the Resilient Seated Gate Valve Manufacturer can control 5 and guarantee quality at the foreign factory/foundry. 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 8 1. Protect all parts so that no damage or deterioration will occur during a prolonged 9 delay from the time of shipment until installation is completed and the units and 10 equipment are ready for operation. 11 2. Protect all equipment and parts against any damage during a prolonged period at the 12 site. 13 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 14 strongly built and securely bolted thereto. 15 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 16 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 17 extremes in temperature. 18 6. Secure and maintain a location to store the material in accordance with Section 01 19 6600. 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY 22 A. Manufacturer Warranty 23 1. Manufacturer's Warranty shall be in accordance with Division 1. 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 0160 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 00. 33 B. Description 34 1. Regulatory Requirements 35 a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and 36 shall meet or exceed the requirements of this Specification. 37 b. All valve components in contact with potable water shall conform to the 38 requirements of NSF 61. 39 C. Materials CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised May 6, 2015 331220-6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 10 1 1. Valve Body 2 a. Valve body: ductile iron per ASTM A536 3 b. Flanged ends: Furnish in accordance withAWWA/ANSI C115/A21.15. 4 c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI 5 C111/A21.11. 6 d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 7 mils, meeting AWWA C550 requirements 8 e. Buried valves: Provide with polyethylene encasement in accordance with 9 AWWA/ANSI C105/A21.5. 10 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 11 2. Wedge (Gate) 12 a. Resilient wedge: rated at 250 psig cold water working pressure 13 b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a 14 permanently bonded EPDM rubber. 15 3. Bypass 16 a. For gate valves using a double roller, track and scrapper system, an integrally 17 cast bypass on the body of the valve is required. 18 1) Orient the bypass on the same side of the gate valve as the spur gear to 19 allow operation of both valves from the manhole opening. 20 2) The bypass shall be a minimum 4-inch in size. 21 4. Gate Valve Bolts and Nuts 22 a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM 23 A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non -buried service (4-inch 24 through 12-inch valves) or as specified in 2.2.C.4.b. 25 b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all 26 sizes) and for valves 16-inch through 36-inch (non -buried service) 27 5. Bolts and Nuts 28 a. Mechanical Joints 29 a) Provide bolts and nuts in accordance with Section 33 1105. 30 b. Flanged Ends 31 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 32 material. 33 2) Provide bolts and nuts in accordance with Section 33 1105. 34 3) Flanged isolation kits shall be provided when connecting to buried steel or 35 concrete pressure pipe. Kits shall conform to Section 33 04 10. 36 6. Joints 37 a. Valves: flanged, or mechanical joint or any combination of these as specified 38 on the Drawings or in the project Specifications 39 1) Flanged joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 40 a) Flange bolt circles and bolt holes shall match those of ASME B16.1, 41 Class 125. 42 b) Field fabricated flanges are prohibited. 43 2) Steel or concrete pressure pipe 44 a) Use flange joints unless otherwise specified in the Contract 45 Documents. 46 3) Ductile Iron or PVC pressure pipe 47 a) Use mechanical joints with mechanically restrained retainer glands 48 unless otherwise specified in the Contract Documents. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised May 6, 2015 331220-7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 10 1 7. Operating Nuts 2 a. Supply for buried service valves 3 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 4 c. Cast an arrow showing the direction of opening with the word "OPEN" on the 5 operating nut base. 6 d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) 7 direction. Nut shall be painted red per AWWA specifications 8 e. Connect the operating nut to the shaft with a shear pin that prevents the nut 9 from transferring torque to that shaft or the gear box that exceeds the 10 manufacturer's recommended torque. 11 f. Furnish handwheel operators for non -buried service, or when shown in the 12 Drawings. 13 8. Gearing 14 a. Gate valves that are 24 inch and larger: Equip with a spur gear. 15 b. Bevel gears for horizontally mounted valves are not allowed. 16 c. The spur gear shall be designed and supplied by the manufacturer of the valve 17 as an integral part of the gate valve. 18 9. Gaskets 19 a. Provide gaskets in accordance with Section 33 1105. 20 2.3 ACCESSORIES 21 A. All gate valves shall have the following accessories provided as part of the gate valve 22 installation: 23 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 24 within 1 foot of the surface of the ground, when the operating nut on the gate valve 25 is 3 feet or more beneath the surface of the ground. Extension Stems are: 26 a. Not required on City stock orders 27 b. Not to be bolted or attached to the valve -operating nut 28 c. To be of cold rolled steel with a cross -sectional area of 1 square inch, fitting 29 loosely enough to allow deflection 30 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 31 sufficient quantity for assembly of each joint. 32 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve 33 boxes and covers 34 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 '/4-inch 35 shafts, screw type, consisting of a top section and a bottom section. 36 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 37 in attached in Section 01 60 00. 38 c. Valve box covers shall be so designed that they can be easily removed to 39 provide access to valve operating nut. 40 d. Valve box covers must be designed to stay in position and resist damage under 41 AASHTO HS 20 traffic loads. 42 e. Each cover shall be casted with the word "WATER" or "RECLAIMED" in 43 raised letters on the upper surface. 44 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 45 1) Valve box covers shall be round for potable water applications and square 46 for reclaimed water applications. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised May 6, 2015 331220-8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8of10 1 g. Box extension material shall be AWWA C900 PVC or ductile iron. 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. All valves shall be installed in vertical position when utilized in normal pipeline 10 installation. 11 2. Valves shall be placed at line and grade as indicated on the Drawings. 12 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL 16 A. Field Inspections 17 1. Before acceptance of the installed valve, the City Field Operations Staff shall have 18 the opportunity to operate the valve. 19 2. The City shall be given the opportunity to inspect all buried flanges before they are 20 covered. 21 3. The Operator will be assessing the ease of access to the operating nut within the 22 valve box and ease of operating the valve from a fully closed to fully opened 23 position. 24 4. If access and operation of the valve meet the City's criteria, then the valve will be 25 accepted as installed. 26 B. Non -Conforming Work 27 1. If access and operation of the valve or its appurtenances does not meet the City's 28 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 29 the Contractor's expense. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised May 6, 2015 331220-9 RESILIENT SEATED (WEDGE) GATE VALVE Page 9 of 10 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised May 6, 2015 33 12 20 - 10 RESILIENT SEATED (WEDGE) GATE VALVE Page 10 of 10 MBiel IZI]W3x40YMei Revision Log DATE NAME SUMMARY OF CHANGE 1. LA — Modified acceptable size range and added requirement for bypass in 30-inch gate valves, Blue text added for exceptions 1.2 Measurement and Payment — Added Cut -In Gate Valve 1.2.A.l.c and 1.2.A.2.c — added additional items to be included in price bid 1.6.A — removed requirement for product data for bolts and nuts because it is to be included under Section 33 1105. 12/20/2012 D. Johnson 1.9.A.1 — Added requirement for bypass valve manufacturing 2.2.C. — Added requirement for 30-inch gate valves to have a bypass and bypass material requirements; Added reference to Section 33 1105 and removed material specification for bolts, nuts and gaskets; Added requirement for flanged isolation kits; Added restraint requirements for mechanical joint connections with ductile iron or PVC pressure pipe. 2.3.3 — Modified acceptable cast iron from Class 40 to Class 3513; Added requirements for reclaimed water applications 1.1.A.2 Revision - Gate valves larger than 24-inches may be approved by the City on a case -by -case basis 1.6.13.3 Added Section. Requires Affidavit for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.6.13.4 Added Section — Requires Affidavit on Gate Valve manufacturers ownership 6/24/2014 D. Townsend in foreign factories/foundries providing components to certify on -site quality control. 1.9.A. Lf Added Section. Requirement for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.9.A.1.g Added Section. Requirement for Gate Valve manufacturers ownership (or control) in foreign factories/foundries providing components to certify on -site quality control 1.1.A.1 Revised maximum allowable Resilient Seated (Wedge) Gate Valve from 30-inch to 48-inch 1.1.A. La Revised minimum size gate valve requiring bypass from 30-inch to 24- inch. 5/6/2015 D. Townsend 2.2.C.3. Changed requirement for an integrally cast bypass from 30-inch and above resilient seated gate valves to all double roller, track and scrapper system resilient seated gate valves 2.2.C.3.2 Added the minimum size bypass shall be 4-inches. 2.2.C.7.d Added that nut shall be painted red per AWWA specifications CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised May 6, 2015 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised February 6, 2013 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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 Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.1.A.1 — Modified to include precast manholes for water and reclaimed water applications 12/20/2012 D. Johnson 1.3.B.2 — Modified to include ASTM C443, D1187 and D1227 as references 2.2.13.1-3 — Modified in accordance with new ASTM references 2.2.B.10 — Modified in accordance with new ASTM references CITY OF FORT WORTH Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105519 Revised December 20, 2012 PRESSURE RELIEF/SUSTAINING/ SOLENOID VALVE SECTION 15113 PRESSURE RELIEF /SUSTAINING/ SOLENOID VALVE PART1 GENERAL 1.01 SUBMITTALS A. Shop Drawings: 1. Submit in accordance with Section 01 33 00. B. Operation and Maintenance (O&M) Data: 1. Submit in accordance with Section 01 78 20. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be each 16" Cla-Val Pressure Sustaining Valve bid item. 2. Payment a. The work performed and the materials furnished in accordance with this item shall be paid for at the per each price for the "16" Cla-Val Pressure Sustaining Valve in Vault' bid item, and no other compensation will be allowed. PART PRODUCTS 2.01 MANUFACTURERS A. B. 2.02 A. L? 03/23/2022 CLA VAL (Company Model No. 650-90 ) Or equal. 16-INCH COMBINATION BACK PRESSURE AND SOLENOID SHUT-OFF CONTROL VALVE EQUIPPED WITH PRESSURE RELIEF OVERRIDE 16-inch Main Valve: 1. Function a. The combination Back Pressure and Solenoid Shut -Off Control Valve shall automatically modulate to maintain upstream pressure above a preset minimum when activated by a solenoid control ("energize to open" for the solenoid). The solenoid control shall intercept the back -pressure control and allow for remote override capability to close the main valve. A separate independent relief override pilot system shall open the valve when the inlet pressure rises about the setpoint by bypassing or relieving excess inlet pressure. If upstream pressure decreases below the spring setting, this relief override pilot system shall close. Materials Component Body & Cover Main Valve Trim Disc Retainer Diaphragm Washer Seat Stem, Nut and Spring Seal Disc Diaphragm Internal Trim Parts Material Ductile Iron-ASTM A536 Stainless Steel Cast Iron Cast Iron Stainless Steel Stainless Steel Buna-N® Rubber Nylon Reinforced Buna-N® Rubber Stainless Steel: Bronze; Brass Page 1 of 6 SANTX-LAND\0007\400 LAND\460 SpecificationsTSV 15113 C End Detail Pressure Rating Temperature Range Any other wetted metallic parts Coating Accessories Manufacture PRESSURE RELIEF/SUSTAINING/ SOLENOID VALVE Flanged (1-1/2" — 36") Class 150 lb. 150psi Max.) Water to 180oF Stainless Steel; Bronze; Brass Fusion Bonded Epoxy Coating (Interior and Exterior); ANSI / NSF 61 Approved/AWWA coating specifications C116-03. Closing Speed Control, Isolation Valves, Inlet Gauge, X55A Orifice Plate Main Valve a.The main valve shall be hydraulically operated, single diaphragm actuated, globe pattern. The valve shall consiste of three major components; the body with seat installed, the cover with bearing installed and the diaphragm assembly. The diaphragm assembly shall be the only moving part and shall form a sealed chamber in the upper portion of the valve, separating the operating pressure from line pressure. Packing glands, stuffing boxes and/or rolling diaphragm technology will not be permitted and there shall be no pistons operating the main valve or pilot controls. No fabrication or welding shall be used in the manufacturing process. Y-pattern valves shall not be permitted. Main valve shall comply with NST/ANSI Standard 61 and certified lead free to NSF/ANSI 372 as a safe drinking water system component. 2. Main Valve End Connections a. End Connections for control valve shall be flanged per ASME/ANSI B16.42, Class 150 (1-1/2" thru 36"). 3. Main Valve Body a. No separate chamber(s) below the diaphragm shall be allowed between the main valve cover and body. No fabrication or welding shall be used in the manufacturing process. The valve shall contain a resilient, synthetic rubber disc with a rectangular cross-section contained on three and one-half sides by a disc retainer and forming a tight seal against a single removable seat insert. No O-ring type discs (circular, square, or quad type) shall be permitted as the seating surface. The disc guide shall be of the contoured type to permit smooth transition of flow and shall hold the discs firmly in place. The disc retainer shall be of a sturdy one-piece design capable of withstanding opening and closing shocks. It must have straight edge sides and a radius at the top edge to prevent excessive diaphragm wear as the diaphragm flexes across this surface. No hours -glass shaped disc retainers shall be permitted, and no V-type or slotted -type disc guides shall be used. The diaphragm assembly containing a non-magnetic stainless -steel stem; of sufficient diameter to withstand high hydraulic pressures and shall be fully guided at both ends by a bearing in the main valve cover and an integral bearing in the valve seat. The valve seat shall be a solid, one- piece design and shall have a minimum five -degree taper on the seating surface for a positive, drip -tight shut off. No center guides shall be permitted. The stem shall be drilled and tapped in the cover end to receive and affix such accessories as may be deemed necessary. The diaphragm assembly shall be the only moving part and shall form a sealed chamber in the upper portion of the valve, separating the operating pressure from the line pressure. No bolts or cap screws shall be permitted for use in the construction of the diaphragm assembly. d.The flexible, non -wicking, FDA approved diaphragm shall consist of nylon fabric bonded with synthetic rubber compatible with the operating fluid. The diaphragm's center hole for the main valve stem must be sealed by the vulcanized process or a rubber grommet sealing the center stem hole from the operating pressure. The diaphragm must withstand a Mullins Burst Test of a minimum of 600 X per layer of nylon fabric and shall be cycled tested 100,000 times to insure longevity. The diaphragm shall not be used as the seating surface. The diaphragm shall be fully supported in the valve body and cover by machined surfaces which support no less than one-half Page 2 of 6 15113 03/23/2022 S:\NTX-LAND\0007\400 LAND\460 SpecificationsTSV PRESSURE RELIEF/SUSTAINING/ SOLENOID VALVE 4 5 03/23/2022 of the total surface area of the diaphragm in either the fully opened or fully closed position. Bellofram type rolling diaphragms shall not be permitted. The main valve seat and stem bearing in the valve cover shall be removable. The cover bearing and seat in the 6" and smaller size valve shall be threaded into the cover and body. The valve seat in the 8" and larger size valves shall be retained by flat head machine screws for ease of maintenance. The lower bearing of the valve stem shall be contained concentrically within the seat and shall be exposed to the flow on all sides to avoid deposits. To insure proper alignment of the valve stem, the valve body and cover shall be machined with a locating lip. No "pinned" covers to the valve body shall be permitted. Cover bearing, disc retainer and seat shall be made of the same material. All necessary repairs and/or modifications other than replacement of the main valve body shall be possible without removing the valve from the pipeline. The valve shall be designed such that both the cover assembly and internal diaphragm assembly can be disassembled and lifted vertically straight up from the top of a narrow opening/vault. Y-pattern valves shall not be permitted. The seat shall be of the solid one-piece design. Two piece seats or seat inserts shall not be permitted. Packing glands and/or stuffing boxes shall not be permitted. Pilot Control System a.The pressure relief/sustaining pilot shall be a direct -acting, adjustable, spring -loaded, diaphragm valve designed to permit flow when controlling pressure exceeds the adjustable spring setting. The pressure relief pilot control is normally held closed by the force of the compression in the spring above the diaphragm and it opens when the pressure acting on the underside of the diaphragm exceeds the spring setting. Pressure relief pilot control sensing shall be upstream of the pilot system strainer so accurate control may be maintained if the strainer is partially blocked. Pilot shall comply with NSF/ANSI 61 and certified lead free to NSF/ANSI 372 as a safe drinking water system component. b.The pilot control system shall include a strainer, a fixed orifice closing speed and all required control accessories, equipment, control tubing and fittings. No variable orifices shall be permitted. The pilot system shall include an opening speed control on all valves sizes 3" and smaller as standard equipment. The pilot system shall include isolation ball valves on sizes 4" and larger as standard equipment. A full range of spring settings shall be available in ranges of 0 to 400 psi. Pilots to be manufactured by control valve manufacturer. c.The solenoid pilot control shall be a direct acting three-way solenoid valve controlling a two-way auxiliary hydraulic diaphragm valve. Solenoid is controlled by an external electrical power source. Solenoid shall have a NEMA IV enclosure. Material Specification for Pilot Control System Component Relief/Sustaining Pilot Control Body & Cover Pilot Trim Rubber Connections Pressure rating Temperature Range Adjustment range Auxiliary Diaphraam Pilot Valve Material Cast Bronze ASTM B62 Brass & Stainless Steel 303 Buna-N FNPT 400 psi Max. Water to 180OF Max. 20-105 psi Body & Cover Bronze, Low Lead CuZn21Si3P or UNS C87850 Trim Brass & Stainless Steel 303 Rubber Buna-N® Connections FNPT Pressure rating 400 psi Max. Page 3 of 6 15113 SANTX-LAND\0007\400 LAND\460 SpecificationsTSV PRESSURE RELIEF/SUSTAINING/ SOLENOID VALVE Temperature Range Water to 180OF Max. Solenoid Pilot Control Body 303 Stainless Steel Pilot Trim 303 Stainless Steel Seals and Disc NBR Core and Plugnut 430F Stainless Steel Core Springs 302 Stainless Steel Shading Coil Copper Disc -Holder CA Core Guide CA Connections FNPT Pressure rating 400 psi Max. Temperature Range AC: Water to 125oF Max. DC: Water to 104oF Max. Power Supply 120VAC / 60 Hz (standard) Enclosure NEMA Type 1, General Purpose, Watertight (standard) Manual Operator Control Tubing Stainless Steel Control Fittinas Stainless Steel 6. X55A Orifice Plate a.16-inch '/4" thick Stainless Steel construction 9.5" bore to be installed on the outlet side of the valve. 7. Factory Assembly a. Each control valve shall be factory assembled. b. For all control valves, the factory assembly shall include the complete main valve, pilot valve(s), and all associated accessories. Each control valve shall be factory assembled. c. The Quality Management System of the factory shall be certified in accordance with ISO 9001: 2008. d. For all control valves, the factory assembly shall include the complete main valve, pilot valve(s), and all associated accessories and control equipment. e. During factory assembly the control valve manufacture shall make all necessary adjustments and correct any defects. 8. Nameplates Page 4 of 6 15113 03/23/2022 S:\NTX-LAND\0007\400 LAND\460 SpecificationsTSV n PRESSURE RELIEF/SUSTAINING/ SOLENOID VALVE a. Each Control Valve and associated pilot(s) shall be provided with an identifying nameplate. b. Nameplates, depending on type and size of control valve, shall be mounted in the most practical position possible, typically on the inlet side of the valve body. c. Nameplates shall be brass and a minimum of 3/32" thick, W high and 2-3/4" long. d. Pertinent control valve data shall be etched or stamped into the nameplate. Data shall include control valve Catalog number, function, size, material, pressure rating, end- connection details, type of pilot controls used and control adjustment range. 9. Factory Testing a. Each control valve shall be factory tested. b.The Quality Management System of the factory shall be certified in accordance with ISO 9001: 2008 c. Tests shall conform to approved test procedures. d.The standard factory tests shall include a valve body and cover leakage test, seat leakage test and a stroke test. Control valves and pilot valves, in the partially open position, with both ends closed off with blind flanges (valves) and pipe plugs (pilots), shall be subject to an air test. The applied air pressure shall be 90 psi minimum. All air pressure tests shall be applied for a minimum of 15 minutes. No visible leakage is permitted through the valve seat, the pressure boundary walls of the valve body, valve cover, pilot body, pilot cover or the body -cover joint. e.Control valve manufacturer shall, upon request, offer additional testing, such as high- pressure hydrostatic testing, positive material inspection testing, ferrite testing, liquid penetration inspection testing, magnetic particle examination testing and radiographic examination testing. Product Data 1. The following information shall be provided: a. Control Valve manufacturer's technical product data. b.Control Valve manufacturer's Installation, Operation and Maintenance manual (IOM). 2. Provide specific information on all optional features specified above and confirm that these items are provided. 3. The valve manufacturer shall be able to supply a complete line of equipment from 1" through 48" sizes and a complete selection of complementary accessories and equipment. 4. The control valve manufacture shall provide a computerized cavitation analysis report which shows flow rate, differential pressure, and percentage of valve opening. Cv factor, system velocity, and if there will be cavitation damage. The manufacturer must also provide valve noise levels according to International Standards over the flow range of the valve. Noise calculation program will be specific to the control valve manufacturer, and based upon tests conducted by a third party, independent laboratory and will be able to provide dBA values for octave band frequencies between 31.5 and 8000 Hz. (Valves with KO trim calculations are per another industry accepted standard without the octave band Page 5 of 6 15113 03/23/2022 SANTX-LAND\0007\400 LAND\460 SpecificationsTSV A15113.doc E. Settings PRESSURE RELIEF/SUSTAINING/ SOLENOID VALVE frequency noise levels). Generic, third party noise calculation for non-specific control valves will not be accepted. Pressure sustaining valve settings shall be in accordance with the following guidance and to be coordinated with the Engineer and the City. Pressure sustaining valve settings may be fine-tuned for site conditions after installation. a.Interim Condition i.Flow: 4500 gpm ii.Upstream setting: 59 psi iii.Downstream setting: 8-15 psi b. Max Flow Condition i.Flow: 9100 gpm ii.Upstream setting: 59 psi iii.Downstream setting: 12-15 psi PART 3 EXECUTION 3.01 DELIVERY STORAGE AND HANDLING Delivery a.The Manufacturer shall coordinate delivery of the control valves with the contractor. 2. Packing and Shipping a.Control valves specified herein shall be factory assembled. Any control valve appurtenances, accessories, parts, and assemblies that are shipped unassembled shall be packaged and tagged in a manner that will protect the equipment from damage and facilitate the final assembly in the field. b.Care shall be taken in loading, transporting, and unloading to protect control valves, appurtenances, or coatings from damage. Equipment shall not be dropped. All control valves and appurtenances shall be examined before installation and no piece shall be installed which is found to be defective. Any damage(s) shall be repaired by the manufacturer. c. Prior to shipping, the control valves and all associated accessories shall be acceptably packaged and covered to prevent entry of foreign material. d.All packaged control valves shall be shipped, remain covered and stored on site until they are installed and put into use. 3. Installation a.lnstall equipment in accordance with manufacturer's written instructions, this specification, and approved submittals. 4. Field Testing a.A direct factory representative shall be made available by the equipment supplier for start-up, service, inspection, training, and necessary adjustments. END OF SECTION Page 6 of 6 15113 03/23/2022 SANTX-LAND\0007\400 LAND\460 SpecificationsTSV A15113.doc GR-01 60 00 Product Requirements Page 1 of 1 GR-01 60 00 PRODUCT REQUIREMENTS Pressure Sustaining Valve & Vault to serve North Side Pressure Plane 2.5 City Project No. 105519 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 Concrete Compny 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 Bumco Texas 30U101AG 4/12024 03 30 00 M. Design Bumco Texas 30USOOBG 9/92022 033000 M. Design Carder Concrete FWCC502001 9/92022 033000 M. Design Carder Concrete FWCC502021 9/92022 033000 Mix Design Charleys Concrete 3759 9/9/2022 033000 M. Design Charleys Concrete 4502 9/92022 033000 M. Design Chisholm Tral Red, Mix C13020AE 9/9/2022 033000 M. Design City Concrete Company 30HA2011 9/92022 03 30 00 M. Design Cow Town Red, M. 253-W 9/92022 033000 M. Design Cow To —Red, M. 250 9/92022 033000 M. Design Cow To —Red, M. 350 1/29/2024 033000 M. Design Espada Ready M. R3050AEWR 9/92022 03 30 00 Mix Design GCH Concrete Sc—s GCH4000 9/92022 033000 Mix Design Holcn-SOR, We 1261 9/92022 033000 Mix Design Holcn-SOR, lac 5177 9/92022 03 30 00 M. Design Holcim - SOR, Wc. 5409 9/92022 033000 M. Design 1, m Concrete&Aggregates 2MWR-147QW5D5 9/9/2022 03 30 00 M. Design 1, m Concrete & Aggregates 2MWR-70J23504 4/72023 03 30 00 M. Design Liqu,d Stone C301D 9/92022 03 30 00 M. Design Mart. Mnetta R2136214 9/92022 03 30 00 M. Design Mart. Mnetta R2136014 4/12023 03 30 00 M. Design Mart. Mnetta R21361414 6/12023 03 30 00 M. Design Mart. Mancha R2136R20 6/12023 033000 Mix Design Mart. Mancha R21361420 112/2022 033000 M. Design Mal. Manetta R2141K24 8/42023 033000 M. Deign Marta, Manetta R2136R14 4/72023 033000 M. Deagu Martin Mancha R2136K14 9/92022 03 30 00 M. Deagu Mat. Manetta R2131314 9/92022 03 30 00 M. Deign Mart. Manetta R2132214 9/92022 03 30 00 M. Design Mart. Manetta D9490SC 10/4/2023 033000 M. Design NBRReady Mue CLS A-YY 1 OA/2023 033000 Mix Design NBR Ready M. CLS A -NY 033000 Mix Des.g Osbum 30A50MR 17/10/2023 I/18/2023 03 30 00 Mix Design Rapid Red, Mix RRM5020A 11/24/2023 03 30 00 M. Design Rapid Redi M. RRM5525A �9/9/2022 03 30 00 M. Design Red, -Mix IOLI1504 9/92022 03 30 00 M. Design Red, -Min 10J11524 9/9/2022 03 30 00 M. Design Red, -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 033000 Mm Design Tarrant C-Acc, TCFW5020A 9/9/2022 033000 M. Design Tarrant Concrete FW5525A2 9/9/2022 3 30 00 033000 Min Deign Tin Ready M. 3020AE 9/9/2022 03 3000 Min Design Tme Gnt Red, Mix 0250 230 9/9/2022 03 30 00 Min Desr Tme Gnt Red, M. 0250 2301 Class CB (In Manholes, Junction Boxes,k.ncasement. Blocldns, Collars, Liehtpc Ie Foundations) 9/92022 0330 00 Mu Design Amm sa Concrete Compny 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 Chn cy's Cmcrete 4502 9/92022 03 30 00 M. Design Bumco Texas 40USOOBG 9/92022 03 30 00 M. Design Cow Town Red, M. 255-2 9/92022 03 30 00 M. Design Cow Town Rc& Mix 3" 9/92022 03 30 00 Mix Deign Cow Town Red, M. 255 9/9/2022 03 30 00 M. Deign Cow Town Red, M. 270 9/92022 03 30 00 M. Deign Cow Town Red, M. 370 9/9/2022 03 30 00 M. Deign Cow Town Red, M. 353 9/92022 03 30 00 M. Deign Cow Town Red, M. 257 9/92022 03 30 00 M. Deign Cow Towv Red, M. 357 9/92022 033000 M. Des,gn Holcn-SOR, Wc. 1701 9/92022 033000 Ma Deign Holcn-SOR, Its,. 1551 9/92022 033000 Mix Deign Holcn-SOR, Wc. 5409 4272023 033000 Mix Design L,qu,d Stan, C361DNFA 9/92022 03 30 00 Mix Design Mann Manetta 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. Mnetta R2136224 9/9/2022 03 30 00 M. Design Mart. Mnetta R2141233 9/9/2022 03 30 00 M. Design Mart. Mnetta R2146038 8/42023 03 30 00 M. Deign Mart. Manetm R2146R35 9/122023 3 30 00 033000 Min Deign NOR Ready Ma CLS PI-YY 9/9/2022 03 30 00 M. Design NOR Ready M. TX CYY 9/9/2022 033000 3 30 00 M,Deign NOR Ready M. TX C-NY 1/182023 033000 M. Design Rapid Red, M. RRM5320A 1/18/2023 03 30 00 M. Deign Rapid Rc& Min RRM6020ASS 9/9/2022 033000 M. Deign Rd AA. IRJ11524 9/9/2022 03 30 00 M. Deign Rd AA. 15611524 12/5/2022 03 30 00 M. Design Red,-Mn IOK115C4 )00 p„ Concrete for Sidewalks & ADA Ramps )00 psr Concrete for Sidewalks, Curbs )00 psr Con—Ic for U., Jonclmn Boxes, Manholes, Chanel L.—, Sidewalks, Dnveway,, Curb & Guner )00 psr Con—Ic for Curbs and Stdewalks )00 psr Concrete Mu for FWtwork )OOpsi Conc.. M. for Sidewalks )00 psi for Sidewalks, Dnveways, Ramps, Cmb &Gutter, FWtwork 500 psr concrete for Sidewalks, Dnveways, Ramps, Cob & Gutter )00 psr Concrete M. for Sidewalks )00 psr Concrete M. for Sidewalks )00 ps, Comet, for D—ays, Cob & Gutter )00 psi Conaete M. for Blocking Sidewalks, Flatwo,IS Pads )00 psi Concrete Ma Sidewalks, ADA Ramps, Dnveways, Curb & Gu , Safety End T,eatmeats, Nov-TxDOT Reta..g Walls )00 psi Concrete M. for Sidewalks, Dnveways, ADA Ramps )00 psi Cc— M. for Sidewalks, Dnveways, ADA Ramp, 00 Sacks / 3,000 ps, Co, ­for Sidewalks, Ramps, Wlets, and Manholes )00 psi Cc— for for Sidewalks, Ramps, Headwalls, Wlets, and Stom Drain S.— )00 psi C— Mix for Sidewalks )00 psi Cncrete Mix for Sidewalks )00 On Cm,c Ma f Sidewalks, h I N )00 On Cm,,(, Ma fro Sidewalks, ADA Ramps )00 On Cmmt, for Sidewalk, ADA Ramps 000 Ni Cc— for Sidewalks, Approaches, and Dmmays. 000 psi Cncrete for Sidewalks & Ramps 000 pa Cncrete for Sidewalks & Ramps 00 sack / 3,000 ps, concrete for Sidewalks 000 psi Cmc.w for Sidewalks sad Ramps 000 psi Concrete for Sidewalks and Ramps 000 psi Concrete for J.-- Boxes, Sidewalks nd Ramps 00 such / 3,500 p„ Comet, for Sidewalks nd Ramps 000 psi concrete for Wcwalks nd mops 000 psi Concrete for Sidewalks & Ramps 000 psi Concrete for Sidewalks & Ramps 000 psi Concrete for Sidewalks & Ramps 00 Sacks / 3,000 psi Concrete for SsIc-1ks & Ramps, sad Cu,b & Gutter 00 Sacks / 3,000 psi Cc— for SO-1ks & Ramps, sad d Cu,b & Gu SK / 3,000 ps, Concrete for Sidewalks )00 pa C—fo Curb, Gutter, Driveways, Sidewalk, Ramps 500 psi Concrete for Valley Gums, Sidewalks, Approaches, ADA Ramps 00 Snks / 4,000 ps, Con—Ic M. fro Sidewalks, Curb & Go—, Sewer Mnhole, Wlels, & Jonclmo Boxes )00 psi Covaele Ma f Dnveways, Sidewalks, ADA Ramps )00 psi Concrete Mu fro Curb & Guner 000 psi Cmc,ete fro Sidewalks, Romps, Wlets, Jonclmo Boxes, Thm,t Blocks, Curb and Ginter, Dnveways, Bamer Ramp )00 psi Concrete M. fro Curb & Ginter, Driveways, Sidewalks, ADA Ramps )00 psi Concrete M. fro Curb sad Gutter )00 ps, Concrete to, Sidewalk 500 p„ Concrete M. for Sidewalks, Dnve Approaches, ADA Ramp, Curb nd Gutter )00 ps, Concrete for Sidewalk )00 psi Concrete Ma for Flam,,k, Cob &Gutter, Driveways, Sidewalk,, ADA Raops )00 psi Concrete M. for Curb & Gutter, Dnveways, Sidewalks, ADA Ramps psi Concrete for Mnholes & Utility Snucmres psi Covcrele fo, h,1-, Boxes, E,,m mt, Blocking psi Coamc, to, Wlets, Jovclmv Boxes, Mnholes, Chmvel Lto m, Sidewalks, Dnveway,, Cu,b & Guller psi Conic to, Wlets, Boxes, Encasement, Blocking ps, Concrete M. fro Sidewalks, BWck.g psi Comet, Mix fro Smhn Dona Sttuau,e,, Dnveway,, Screen Walls, Collate psi Concrete M�xf 1,10,, Thmst BWck.g, Coacrele Encasemmt psi Covaete M. f Inlets, Thmet Block.g, Concrete Encasement p„ Comet, M. for FWtwock, Wlets, Thm,t Blocking Concrete Encasement ps, Comet, M. for Cast-m-Place Box C.W— ps, Comet, M. fo, Cast-m-Place Box Culverts psi Concrete M. for Sidewalks, ADA Ramps, Dnveways, Curb & Gutter, Safety End T.—., Non-TxDOT Reta..a Walls psi Concrete mix fo, Valley Guttem, L,ghtpole Foundahon, pa Concrete Mix fo, Valley Go.., Ughtpole Foundahons psi Cc— Mix for Storm D.. Structures, Snimry Sewer Mnholes, Junction Box psi Cc— Mix for Block.g P. C_ Mix to, Sidewalks, Wlett I psi Concrete to, Rc..mg wall, dnveway, lunchon box apron, approach I pa Concrete for Mnholes, filets & Headwalls, Valve Pads Sacks / 4,000 psi Concrete for Junction Box, Box Culved, Sidewalks and Ramps. Sack / 4,OOO psi Cm=c, M,x fro CB Sewer Mnholes Sacks / 4,000 psi Cmmc, Mix fro CIP Sewer Mnholes ) psi Concrete fro Manholes, Inlets & Headwalls DO psi Cncrete fro Curb h,1_ DO ps, Cm,,w fro St Sttucm,e,, Talels, Blockng & Encasement DO psi Concrete fro 1,10s, Storm Dma Stmcmre, 1 Sacks / 4,500 p„ Comet, to, Wlets, Manholes, and Headwalls D Such / 4,000 ps, Comet, to, Collars, Mnholes, Box Culverts 10 ps, Concrete Min for Curb Inlets b ps, Concrete Min for Curb lalets b p„ Conaete to, B1ock.g H) psi Concrete for Strom Dram Stmcmre, IO so Concrete Mix fo, Thm,t Blocks, Valve Pads IO psi Concrete Mix for Ca,b.-Platy Storm Dmm Structures 10 On Cm,,Ie to, Thmat Blocks, Valve Pads 3-5" Slump; 3-(1%Ai, 3-5" SWmp; 36%At, 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% An 3-5" SWmp; 36% An 3-5" Slump; 3-6% An 3-5" Slump; 4.5-7.5%An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Shoup; 36%An 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% An 3-5" SWmp; 36% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 4.5-7.5%An 3-5" Slump; 3-6% An 3-5" mp Slu; 36 An % 3-5" Slump; 3-6% An 3-5" Slump; 36% An 3-5" Sin 36% An 3-5" Slump; 36% An 3-5" SWmp; 36u An 3-5" SWmp; 3-6 An 3-5" SWmp; 36% An 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36 % An 3-5" SWmp; 36°/" Av 3-5" Stomp 36°/" Av 3-5" Slump; 36 % An 3-5" SW—; 3-6% An 3-5" SWmp; 0-3%An 3-5" Slump; 36%n A 3-5" SWmp; 36% An 3-5" Slump; 36% An 3-5" SWmp; 3-6% An 3-5" SWmp; 36%An 3-5" Slump; 36 % An 3-5" SWmp; 36°/" Av 3-5" SWmp; 36°/" Av 3-5" Slump; 36 % An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 36 % An 3-5" Slump; 36 % An 3-5" Slump; 36 % An 3-5" Slump; 36 % An 3-5" Shoup; 3-6 An 3-5" Shoup; 3-6 An 3-5" Slump; 36%An 311, Slump; 4.5-7.5%An 31" Slump; 36%An 3-5" SWm; 36An 3% 3-5" SWmp-6%An 3-5" SWm36" An 3°/ 3-5" Slump 6" Av 3°/ 3-5" Slump; 3-6% An 3-5" SWmp; 3-6% An 3-5" Su mp; 36%An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 36 % An 3-5" Slump; 36%Ai, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 19/92022 33000 00 Mu DaaO Redi-Mix 156115C4 4000 psi Concrete for CIP Stoma Draw Stmctua, 3-5" SWmp, 36% Air M. Deal 03 30 00 M. Dee Redi-Mu 14 P25P4 45500 psi Concate for Sturm Dmi, SM—, 3-5" SWmp, 31 Air 033000 3 30 00 M. Des , SRM Coneme 35050 3500 psi Concrete for Thant Blocks and Collars 3-5" SWmp, 3fi%Ah 033000o. Mia Des , Tarrant Concrete FW5320A 3000 psi Concrete Mu for Blocking 3-5" SWmp, 3L% 1 0330 M Crete TCFW6025A2 4000 psi Concrete for Manholes 3-5" SWmp, 3fi%Ah C.� X, m Its, y{I` ¢walls. Calverfs. Dr IT Shifts) Drilled f11am 03 30 00 Ma Design Bumco Texas 36U500BG 3600 psi Concrete Mi, for Lightine and Traffic Siena] Foundations (Drilled Shafts) 5 5-7 5" SWmp; 3-6 An 03 30 00 Mix Design Cow Town Redi Mu 360-DS 3600 asConcrete for Drilled ShaNL,ehting and Traffic Siena) Foundation (Drilled Shafts) 5 5-7 5" SWmp; 3-6 An 03 30 00 Mu Design Holcvn - SOR, Inc. 1822 3600 psi Concrete for (Drilled Shaftsl/Lightine and Traffic Siena) Foundations 5 5-7 5" SWmp; 0-3 'Ai' 033000 3 30 00 Mu Design Holcvn - SOR, Inc. 1859 4000 psi Concrete for (Drilled Sha(fsl/Liehtine and Traffic Siena] Foundations 5 5-7 5" SWmp; 36% Ai' 03 30 00 M. Design fgmm Concrete & Aggregates IOLQS50N 3.600 psi Concrete for (Drilled Shafts)/Liehting and TmDic Siena) Foundations 5 5-7 5" SWmp; 36% 'Ai' 03 30 00 M. Design Liqu,d Slone C361DHR 3.600 psi Concrete for (Drilled Shaf,)/Liehting and Tmftie Siead Foundations 5 5-7 5" Slump; 36%An 03 30 00 Ma Design Marlin M— U2146N41 6.44aacks /3.600 psi Concrete for (Drilled Shafts) / Liehtfe and Traffic Siand Foundations 5-7" SWmp; 36% Air 03 30 00 M. Design Marl. Manetta U2146K45 6.65 sacks / 3.600 psi Concate for (Drilled Shafts) / Liehtine and Trafic Siena] Foundations 5-7" SWmp; 366 An 03 30 00 M. Design Marl. Manetta U2146R41 6.44 sacks / 4,500 psi Conctete for (Drilled Piers)/Lieht Pole bases. 5-7" SWmp; 36%Ah' 03 30 00 Mu Design NBR Ready Mix 135K2524 3500 psi Concrete for MHU'd Shaft) Lichin 1, Foundations 5 5" SWmp; 36% AQ 03300 0 Mu Design NBR Ready Mix 135K0524 3500 psi Concrete for (DrIDed Sha(tl Liehtpole Foundations 5 5" Slump 36% AQ 30 00 M. Design R,d,-Mx 80LI15D5 3600 psi Concrete for fDrIDed Shaftsl /LiehtWe and Taffie Sienal Foundations 5 5-7 5" SWmp; 36%An `03 other Applicafions 033000 Mu Design Argos DIOOO0001083S 4000 ps, Concrete for Valve Pads, Inlets, Structures, Headwalls, Thmsl Blocking 3-5" SWmp; 36% An 03 30 00 Mu Design Argos D10000001083 4000 ps, Concrete for Valve Pads, Inlets, Structures, Headwalls, Thmsl Blockmg 3-S" SWmp; 36% Ai' 3 30 00 033000 M. Design Argos D70000001681 4000 ps, Concrete for Headwalls, Remining Walls, Box Culverts, Valley Gutters 3-5" SWmp; 3-6 Au' 03 30 00 M. Design Carder Concrete FWCC602001 4000 ps, Concrete for Stoma Dmh, Slmcmre,, Manholes, Headwalls, Refammg Walls, Valley Gnllers, Dnve Approaches 3-S" SWmp; 36% Av' 033000 3 30 00 Mis Design Charley, Concrete 4518 4000 psi Concrete for Headwalls, Wingwalls 3-5" SWmp, 3fi% A6 03 30 00 Mu Design Charleys Concrete 5642 4000 p,i Concrete for Storm Drain Simcuna, 3-5" SWmp, 3fi%Ah 03 30 00 Mu Design City Concrete Compnany 40LA2011 4000 psi Concrete Mu for Storm Draw S--res 3-5" SWmp, 36%Ah 03 30 00 Mu Des, Cow Tovm Redi td& 260-2 3600 psi Concrete Mu for Box Culverts, Headwalls 3-5" Slump; 36 % Av 3 30 00 033000 Mi. Des , Cow Tovm Redi Mu 360-1 3600 psi Concrete Mu for Box Culverts, Headwalls, W Wgwalls 3-5" Slump; 3-6% Ah 03 30 00 Mu Des , Cow Tovm Redi Mu 260-1 3600 psi Concrete Mis for Headwalls 3-5" Slump; 3fi % Ah 03 30 00 Mu DIP Eahada Ready Mu R3655AEWR 5.50 Sacks / 3,600 psi Concrete for Headwalls, Wf alls, and Culverts 3-5" Slump; 3fi % Air 03 30 00 Mu Des , GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, flcts, and Storm Draw Stmetuas 3-5" Slump; 36%Air 03 30 00 Mu DcsW, Holcim - SOR, lac. 1851 4500 psi Concrete for Storm Drain Stmetures, Hand Placed Paving 3-5" Slump; 3fi % Air 3 30 00 033000 is Mis Des,gp Mint f Marietta 310LBP 3,600 psi Concate for Retaffg Walls 3-5" Slump; 4-7%Air 033000 Deeigp Mint f M—cffa R2141R30 5.85 SK/4,000psiConeretefr Box Culverts&Headwalls 3-5"SWmp; 3fi%Ail 03 30 00 Mix Design Minn. Maricffa R2146035 4,000 psi Concatc for Manholes, Inlets & Headwalls, Valve Pads 3-5" Slump; 3fi % Air 03 30 00 Mix Dcsi¢p Redi-Mix 1OL115CI 3600 psi Concrete for Manhole, Inlet, Junction Box, Headwall 3-5" Slump; 3fi % An 03 3000 Mix Desigp SRM Concrete 40050 4,000 psi Concert, for Headwalls, Retaining Wall, Collars 3-5" Slump; 3fi % Au 03 3000 Mix Dcsigp SRM Concrete 35022 3,600 psi Concatc for Junction Box, Retaining Walls 3-5" Slump; 3-6% Au 4FW6020A2 3 30 00 .33.. M. Des�� TRananCt Concrete 4000 psi Concrete MixBfor Storm Drain 3W14urCS 3-5" SWmp, 36%Air class P(Mac fe Ple,ed�Pavf¢) 32 13 13 Mu Design Argos 510000001617 3600 ps, Concrete for Machine Placed Paving 1-3" SWmp; 36% An 32 13 13 Ma Design Big Town CovcreAe 360060-1 3600 psr CovcreAe for Machine Placed Paving 1-3" SWmp; 36% Air 32 13 13 Mix Design Big Town Can—, 362060-1 3600 psr Cm,,(, for Machine, Placed Paving 1-3" SWmp; 36% Air 321313 Mu Design Carder Concrete FWCC552091 3600 psr for Machine Placed Paving 1-3"SWmp;36%An 321313 Mix Design Cmder Concrete FWCC602091 4000 Psr for Machme Placed Paving 1-3"SWmp;36%An' 32 13 13 Ma Destgn CharWys Concrete 5167 3600 PaCpnaele Ma for Machine Placed Paving 1-3" SWmp; 36%An 32 13 13 Ma D—an City Concrete Company 36LA2011 3600 psr Comet, Mix f Machine Placed Paving 1-3" SWmp; 3-6% An 33 13 13 Mix Design Cow Towm Redr Mix 257-M 3600 pea Cpvrxele Mix f Machine Placed Paving 1-3" SWmp; 36 % An 32 l3 13 Mix Design Cow Towv Redi Mix 357-M 3600 psi Concrete Mix for Machine Placed Paving 1-3" SWmp; 36% Av 32 l3 13 Mix Design Cow Towv Red, Mix 260-M 4000 psi Concrete Mix for Machine Placed Pay.g 1-3" Stamp; 36 % An 32 13 13 Mix D,s,gn Cow Town Red, Mix 360-M .00 ps, Concrete Mix for Machine Placed Pay.g 1-3" Stamp; 36 % An 321313 Mix Des,go Panda Ready Ma TD3655AEWR 5.50 Sacks/3,600 ps, Concrete for Machine Placed Paving 1-3"SWmp; 36%An 32 13 13 Mix D,s,go Ingram Concrete & Aggregates 2MWR-056PS5D5 4000 ps, Concrete Machine Placed Paving 1-3" SWmp; 36% An 321313 Mix D,s,gn Martin Man,tta Q2141R27 5.69 sacks/4,000 ps, Concrete for Machine Placed Paving 1-3"Sl—P;36%An 32 13 13 Mix Des,gn Mar[. Manua Q2141K30 4,000 ps, Concrete for Machine Placed Paving 1-3" Slump; 36 % An 32 l3 13 Mix D,s,gn NBR Ready Mu TX C SF-Yy 5.50 Sacks / 3,600 ps, Concrete for Machine Placed Paving 1-3" Slump; 36 % An 32 13 13 Mn, Des,gn NBR Ready Mu TX C SF -NY 5.50 Sacks / 3,600 ps, Concrete for Machine Placed Paving 1-3" Slump; 36 % An 32 l3 13 Mix Des,ga SRM Concrete 40025 4000 ps, Concrete for Machine Placed Paving 1-3" Slump; 36 % An 321313 Mix Des,gn Taman[Concrete FW5520AMP 3600 ps, Concrete fin Machine Placed Paving 1-3"Slump;3b%An 32 13 13 M. Design Tme Gnt Red, Mu 0255 2301 3600 ps, Concrete M. for Machine Placed Paving 1-3" SWmp; 3.56.5 % Av 32 13 13 M. Design Tme Gnt Redi Mu 0260 2302 4000 va, Concrete Mu for Machin Placed P..g 1-3" SWmp; 3.56.5%An' Class H (Han PIneed Pavan¢) 32 13 13 Mu Design American Concrete Company 45CAF'076 4500 ps, Concrete for Hand Placed Paving 3-5" SWmp; 36% An 32 13 13 Ma Design Argos D70000001273 4500 ps, CovcreAe for Hand PWced Paving 3-5" SWmp; 36% Air 32 13 13 Mix Design Argos D10000001737 4500 ps, Concrete for Hand Placed Paving 3-5" SWmp; 36% Av 32 13 13 Mix Design Argos D70000002107 4500 ps, Concrete for Hand PWced Paving 3-S" SWmp; 36%Air 32 13 13 Ma Design Argos DIP 00001791 4500 ps, Concrete for Hand Placed Paving 3-5" SWmp; 36%Aa 32 13 13 Mix Des,ga Argos D10000001103 4500 ps, Can aele for Hand Placed Paving 3-5" SWmp; 36% An 32 13 13 Ma Des,ga Big D Concrete CM14520AE 4500 ps, Concrete far Hand Placed Paving 3-S" SWmp; 3-6% An 32 13 13 Mix De an Big Town Concrete 452065-1 4500 ps, hand placed paving 3-5" SWmp; 3-6% An 32 13 13 Mix Des,gn Big Town Concrete 450065-1 4500 ps, hand placed paving 3-S" SWmp; 36./ 32 l3 13 Mix Des,gn Bumco Texas 4SUSOOBG 4500 ps, Concrete Mix for Hand Placed Paving, Storm Structure, 3-5" Stamp; 36 % An 321313 Mix Des,gn Carder Concrete FWCC602021 4500 ps, concrete for Hand Placed Paving 3-S"SWmp; 36%An 32 l3 13 Mix De an Charley¢ Concrete 4609 4500 pe, Concrete Mix for Hand Placed Paving, Manholes 3-5" SWmp; 36 % An 32 l3 13 Mix Des,go Charley¢ Covcrea 6103 4500 ps, Concrete Mix for Hand Placed Paving, MaMolee 3-5" SWmp; 36 % An 32 l3 13 Mix Des,g i City Concrete Company 45NA2011 4500 ps, Concrete Mix for Hand Placed Paving 3-5" Slump; 3-6% An 32 l3 13 Mix Des,gn Cow Towv Red, Mix 265 4500 psi Concrete Mix for Hand Placed Paving 3-5" Slump; 36 % An 32 l3 13 Mix Des,gn Cow Towv Red, Mix 365 4500 ps, Concrete Mix for Hand Placed Paving 3-5" Slump; 36 % An 321313 Mix Des,gn Estrada Ready Mu R4560AEWPJ 6.00 Sacks/4,500 ps, Concrete for Hand Placed Paving 3-5"Slump; 46%An 32 l3 13 Mix D,s,gn GCH Concrete S— GCH4500 4500 pal Concrete Hand Placed Paving 3-5" Slump; 3-6% An 32 l3 13 Mix Des,gn Holcan - SOR, Inc 1851 4500 ps, Concrete fin Sturm Drain Snucancs, Hand Placed Paving 3-5" SIumP; 3-6% An 32 13 13 M. Design fgmm Concrete & Aggregates 2MWR-161PS5EM 4500 psi Concrete Mu for Hand Placed Paving 3-5" SWmp; 3.56.5 % Ai' 5"` 5% 32 13 13 M. Desgn h=m Concrete & Aggregates 2MWR-16DJV5DM 4500 ps, Concrete for Hand PWced Paving MI. SWmp; 3 32 13 13 M. Design fgrsm Concrete & Aggregates 2MWR-IOMQS50N 4500 ps, Concrete for Hand Placed Paving 3-5" SWmp; 36% Av 32 13 13 Mu Design Marl. Manetta R2146N35 b.11 sacks / 4,500 ps, concrete for Hand Place Paving, Inlets, Manholes, Headwalls 3-5" SWmp; 36% An 32 13 13 M. Design Marl. Manetta R2146R36 6.17 / 4,500 ps, Concrete for Hand Placed Paving 3-5" SWmp; 36%Ah CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 32 13 13 M.6 esip Manctta 32 13 13 Mu 119p IMani Mani Manctta 32 13 13 Mu Delip Mani Marietta 32 13 13 Mu Derr Martin Marietta 32 13 13 Mu DIV Martin Marietta 32 13 13 Mu Des r Martin Marietta 32 13 13 Mu Des r Martin Marietta 32 13 13 Mu Desr Martin Marietta 32 l3 13 Mu Dear Martin Marietta 321313 Mu DIF Martin Marietta 321313 Mu DIF Marti Marietta 32 13 13 Mu Des�r Marti Marietta 32 l3 13 Mu DesVr NBR Ready Mu 32 l3 13 Mu Des r NBR Ready Mu 321313 Mu Desr Osbum 321313 Mu Desp Rapid Redi Mu 321313 Mix Des- Redi-Mu 321313 Mix Desigp Reri-Mu 32 13 13 Mix Dmm Redi-M6e 32 13 13 Mi, Des0 Redi-Mi. 32313 M& Dell SRM Concrete 32 13 13 Mu Deslyp SRM Concrete 32 13 13 Mu Deer Tarrant Concrete 32 13 13 Mu De p Tarrant Concrete 32 13 13 Mu Desfr Tarrant Concrete 32 13 13 Mu Desp Titan Ready Mu 321313 Mu Desfr T. Grit Redi Mu 32 13 13 Mu Des�r T. Grit Redi Mu g21313 i.D—m Tme Grit Redi Mu es HES h EarIN Sbenath —bu l 32 13 13 & Desl1. Hia D Cum- 32 13 13 Mu Deny, Humco Texas 32 13 13 Mi, Des�r Charlays Concrete 321313 Mu Deefnr Cow Town Redi Mu 321313 Mu Der r Cow Town Redi Mu 321313 Mu Des r Cow Tovm Redi Mu 321313 Mu Des r Cow Tovm Reds Mu 32 13 13 Mu Des r Estrada Ready Mu 3213313 Mu Des�r Holcim -SOR, Inc. 32 13 Mix Des�r Lirmd Stone 32 l3 13 Mu Des�r Marti Marietta 321313 Mix Des Redi-Min 321313 Mix DeeV SRMC vcrete 32 l3 13 Mix Des SRM Concrete 321313 M.Des T--tConcrete 321313 alas S ridge uDes��rj� abs Tou Slabs of Direct Tapaut Concrete Trafl a Cube / AJ��rm,h Slabs) 32 13 1 f Mix D" a Cow Town R d. iv). 32 13 13 Mix D.,11, Cow Town Redi Mix 32 13 13 Mix Dent Cow Town Redi Mix 321313 Mu Deer Eatrada Ready Mix 32 13 13 Mu Dent Mani Marietta 321313 Mu Des'r Marti Marietta 321313 Mu Dent NBRReady Mu 321313 Mu D-W. NBR Ready Mu 32313 Mix Dea r Redi-Min 32 13 13 Des,Wp SRM Concrete `Mix Concrete Base Trench R-4, 03 34 16 Mu Dcs��f Humco Texas 03 34 16 Mu Des,",r Humco Texas ontrolled Low Sbener6 Material 0334 13 Mu Desl"f Humco Texas 03 34 13 Mix Des�� Carder Concrete 033413 M-Des'r Carder Concrete 033413 M&D., City Concrete Comrauy 03 34 13 Mu Deefr Cow Town Redi Mu 0334 13 Mu Dent Manf Marietta 0334 13 Mu Dent NBR Ready Mu 033413 Comrete lD Mu Design j Tarsal Concrete 37 00 tr� Des��f Marietta I31 31 37 00 Mu Design IMani Mani Marietta R2146N36 R2146K36 R2146K37 R2146R44 R2146K44 R2146P36 R2146K36 R2147241 R2146236 R2146036 R2146242 R2146042 CLS P2-YY CLS P2-NY 45A60MR RRM6320AHP 10MI 1524 10M 115D4 10M11504 145CD5P4 45023 45000 FW6020AHP FW60AHP TCFW6020AHP TRC4520 0260.2301 0265.2301 270.230 14500AE 55UI20AG 6589 370-INC 375-NC 370-NC 380-NC 4575AESC 2125 C451DHR-A R2161K70 ION11507 50310 141326 FW6520AMR FW7520AMR 4,500 pMi Concrete for Hand Placed Pavin,°g ml 6.22sa k /C4,SOOtpsioConacarelfor Hanad Placed Pavi�P. 6.60 Sacks / 4,500 psi Concrete Mu for Hand Placed Paving 6.60 Sacks / 4,500Ijlei Concrete Mi for Hand Placed Paving 4,500 psi Concrete for Hmd Placed Paving 4,500 psi Comrete for Hand Placed Paving 4,500 psi Concrete fur Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving, Inlets 4,500 psi Concrete for Hand Placed Pavia 41500 psi Comrete for Hand Placed Pavirl�r 6.50 Sacks / 4,500 psi Concrete for Hand Placed Pavia 6.50 Sacks / 4,500 psi Concrte fr Hand Placed Pavia 6 SK / 4,500 psi Concrete for Hand Placed Pavia 4500 psi Concrete fr Hand Placed Pavi9f 4500 psi Concrete Mix fur Hand Placed Pavia 4500 psi Concrete Mu for Hand Placed Pavmg, Storm Dram Stmetares 4500 psi Concrete Mu for Hand Placed Pavmg 4500 psi Concrete Mu for Hand Placed Pavmg, Smmr Drain Structures 4,500 psi Concrete for Hand Placed Pavia 4,500 psi Concrete for Hand Placcd Pavmg 4500 psi Concrete Mu for Hand Placcd Pavmg 4500 psi Concrete Mu for Hand Placcd Pavia 4500 psi Concrete Mu for Hand Placcd Pavmg 4500 psi Concrete for Hand Placcd Pavia 4500 psi Concrete Mu for Hand Placed Paves° 4500 psi Concrete Mu for Valley Gutters, Hand Placed Pavia 5000 psi Concrete for Hand Placed Pavmg 4500 psi Concrete for H;`1rPp Early ShyyenaOr P^�aprv-u'�`Rp Psi ConrMe M. or Stua� avig 4500 psi Concrete Mu for Haarly Strenglh Pavia 4500 psi Concrete for DES Pavmg 5000 psi Concrete for DES Pavia 4500 psi Concrete for HES Paving 4500 fjsi Concrete for HES Pa 1.50 Sacks / 4,500 epi (3,000 71 (aJ 3day) Concrete fr HES Pavia 5000 �i C ncrele iioB� Pavmg 4500par Comrete for HES Pavl' 6'000 psi (3,000 psi 24 iaJ HES Pavi' 4500 psi (2600 psi �4 isJ Concrete M, � HES Paving 5,000 psi Concrete or HES Pavmg 4,500 (3,000 (1a, 3-0ays) psi Concrete for HES Paving 4500 (3000 pa\ 3-&ya) psi HES Pavi9 4500 (3000 psi , 3Jays) psi Concrete RES Paving 31" Slum, 36%Air 31" Shunp, 36%Atr Slump 3-5" Slp, 36%Air 31" Slump, 36% Air 3-5" Slump, 36% Air 3-5" Slump, 36% AQ 3I:: Slump, 36% Ain 3-5" Slump; 4.5-7.5%Air 3-5" Slump; 31 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; 36 % Air 3-5" Slump; 36 % Air 3-5" Slump; 36 % Air 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump, 3-6 Air 31" Slump, 3-6 Air 3-5" Slump, 36% Air 3-5" Slump, 36%Air 31" Slu 36% Air 3-5" Sfmp, 36%Air 3-5" Sfmp, 36% Ain 3-5" Slump, 36%Air 3-5" Slump; 3.56.1%Air 3-5" Slump; 3-6% Air 3-5" Slump, 36%Air 31" Slum' l unp, 36%Atr Slump 3-5" Sl p, 36%Air 31" Sfmp, 3-%Air 3-5" Sfmp, 36%Air 31" Sfmp, 36% Ain 3-5" Slump, 36%Ate 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 si e labs, Box Culvens, Hdwls 35 36% A 4000pCoe SSmp 3-5lmp,36%Air360 365-STX 4000 sii Concrete for Bridge sl s, ro� slabs .£dried msffrc cal— aprT ..h slabs-TXDOT Class S-No Fly Ash 3-5" Shunp, 36%Air R4060AEWR 6.00 3 arks / 4,000 �gj i Concare for Brdge Slabs, Top Slabs, and Approach Slabs 4-6 Sfmp, 36%Air M7842344 4,000 psi Couuft,?.r Brdge Deck 3-5"Sfmp, 4.5-7.5%Air R2146P33 6.01 sacks / 4,000 Rai comrete for Bri Deck 3-5" Sfmp, 3-6 Ain TX S-NY 5.50 Sacks / 4000psr Concrete Mu for C s S Sfb Paving -No Fly Aah 3-5" Slump, 36%Ate TX S-YY 4.50 Sacks / 400 Concrete Mu for Class S Slab Pavia 3-5" Slump; 36 % Air 156115D4 4000 pai Bridges 3-5"Slmap;36%Air D100008553CB 4,000gppa�i Comrete for Bdridge Approach Slab, Deck Slab 3-5" Slump; 36 te %A I08Y4 0BA IS00 psl lomrete M'b fo Bss-for Trench RepT 11.1 Shlump, 36%Air OIY61OBF 100}lsiConcrete Mix bur Plowable Fill Plowable, 8.5-11.5%Ate FWCC359101 50-150 psi Plowable Fill - CLSM 3-5" ShangQ, 8-12%Ate FWFF237501 50-150 psi Flowable Fill - CLSM Plowable, 8.5-11.5%Ate I1-350-FF 50-150 si Concrete for Flowable Fill-CLSM Flowable, 8-12%Ate Mixif9 70nMi�lowable Fdl-CLSM 7-9"Sfmp, 8-11%Ate FL W25A 8-10"SluoJp�, FTW FLOW FR,L I50,,sr iconcre�efor 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%Air Asphalt Pavia 9/9Y1022 321216 Mu Design Aama Asphalt FT5BI17965 FT5B117965PG64-22Ty BFie 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 DeAaa 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 Sm mount Pavmg 3076BV6422 3076BV6422 PG62-22 Type B Fme Base 9/92022 32 1216 Mu Design Surmount Pavmg 34 1 -BRAP6422ERG 34 1 -BRAP6422ERG PG64-22 Type B Fme Base 9/92022 32 1216 Ma Design TXBrr 37-211305-20 37-211305-20 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 Mm 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 So nee 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 �32 DWS-Composae 9/9/2022 32 13 20 DWS-Composite ADA Solutions(Wrknmgton, ME 4/72023 13 20 DWS - Pavers ADA Solutions(W1.inieon, MA) Silicone Joint Sealant 022 32 D 73 Joint Scala,[ Dow9/9/2022 �919/2 32 13 73 Joint S.Im Tremco 9/92022 32 13 73 Jint Slant Pec9/9022 32 13 73 Join[ Sealant C.f.. U01iH Trench Embedment Sand 9/92022 33 05 10 Embedment Sand Silver Creek Materials 9/92022 33 05 10 Embedment Sand Crouch Metenals 9'92022 33 05 10 Embedment Sand Me. F and L Dvt Movers 33 05 10 Embedment Sand F and L Did Movers 9/92022 3305 10 Embedment Sand I. Top Mmtm ManeOa I64 224125-18 PO I64 224125-18 PO70 22 T—D 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 Hendge Brick CB Composite Pavg Delegable Wamine Pavers 190SL 1890SL-Cold AInhd,Si,glc Component, Silicone Jowt Sealant 900SL 900SL-Cold APP1,W, Single Component, Silicone Joint Sealant 300SL 300SL-Cold Applied, Single Component,Silicone Joint Sealant RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant Uhhry Embedment Sand U: ny Embedment Sand Uldtry Embedment Sand Uldtry Embedment Sand Utdny Embedment Sand Storm Sewer - Manholes & Basen/Frarrrea & Covers/Standl,:r und) 33-05-13 9282018 33013 Medwle Fmmee sad Covers A —Cast (GvuW Steel Compevy, LTD) IMHRC 4220605 MHRC #220605 (Si.- ""24" DW 19/28/2018 330513 Manhole Covu Neenah Foundry NP-1274-T91 NF-1274-T91(Size -32"Die.) 1928/2018 33 ManholeFrame,and Covers Neenah Foundry NF-1743-LM(Hmged) NF-1743-LM(Hinged)(Size-32"Die.) 9/28/2018 330513 Manhole Frame Neenah Foundry NP-1930-30 NF-1930-30(Size-32.25"Die.) 9/282018 330513 Manhole Frames and Covers Neenah Foundry R-1743-HV R-1743-HV (Sim -32" Die.) 4/32019 330513 Manhole Frames and Covers SIP lndastries++ 2279ST 22795T (Size-24"Die.) 4/3/2 330513 Manhole Framesand Covers SIP Industries++ 2280ST 2280ST (Size-32"Dia.) 11118/2020 3305 13 Manhole Frames and Covers EJ ( Formally East Jordan Iron Work,) E11033 Z2/A EJ1033 Z2/A (Size-32.25" Dk,) 330513 Cmb Inlet Covers SIP Industies ++ 2296T 2296T(Sim -"""24"Dk,) �3/82024 6/18/2024 330513 Curb Inlet Covers SIP Industries++ 1I2279STN 2279STN(Size -24"Dk,) •*Note: Annewdeve(opmen and urn innallarian manho/e /ids sxa/l med the minimum 30-inch opening requlemenlas sperled in Ciry Speril+ra�ian 33 OS l3. Arrysmaller opening sius wJl Duty De allowedfor exisn'ng mantra/es that require replarementframes gnd rovers. Storm Sewer - Inlet& Slrudures 33-05-13 10/8/2020 33 49 20 Cmb We. I-- 10/8/2020 33 4920 Curb Inlets Foneme 10/82020 33 49 20 Curb 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 Gm P 3/19/2121 333492 0 Curb Inlets Thompson Pipe C—P 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group 3/19/2021 333920 Manhole Thompson Pipe Oroup 3/19/2021 333920 Manhole Thompson Pipe Gcop 3/19/2021 333920 Manhole Thompson Pipe Oroap 3/19/2021 333920 Manhole Thompson Pipe Oroap 3/19/2021 333920 Manhole Thompson Pim G—p 3/19/2021 333920 Manhole Thompson Pipe Goop 3/19/2021 333920 Menhole ThompsonPipeC- 3/19/2021 333920 Manhole Thompson Pipe C—p 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 333920 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 Inld Thompson Pipe Goup 13/19/2021 33 49 20 Dmp It Thompson Pipe Goup 13/19/2021 33 49 20 Drop I.I. 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 Oldcugle 8/28/2023 33 49 10 Manhole Oldcagle 8/28/2023 334910 Manhole Oldcastle 8/28/2023 334910 Manhole Rieke, Materials 8/28/2023 333920 Curb Inlet ] 0 k 3' Rises Thompson Pipe Geop 8/28/2023 333920 Cnrb Inlet 15 k3' Rica Thompson Pipe Gonp 8/28/2023 333920 Cuff ln1ct 20'x 3' Rises Thompson Pipe Gonp 1/12/2024 334920 Drop lnld AmeriTex Pipe&Products 1/12/2024 33 49 20 Drop Inlet Ame U. Pipe&Products 1/19/2024 334920 Manhole AmeriTex Pipe&Products 1/19/2024 334920 Manhole AmeriTex Pipe&Products 1/192024 334920 Manhole AmenTex Pipe&Products 1/19/2024 334920 20 Manhole Ain iTex Pip&Products 1/19/2024 334920 Manhole Pipe &Pe AmeriTex roducts 1/19/2024 33 49 20 Manhole AmenTex Pipe &Products 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 1/19/2024 334920 Medwle Ame,T Pipe&Products 7/16/2024 33 49 20 Curb Ides ":Tex Pipe &Prodmre 7/16/2024 33 49 20 Cmb Wets Ameri'Fex Pipe &Prod — •*Noce: Pre -cast inlets are ap—d/r Me s ge 1ponlonefM,n enure@as/n/oMy. Sug, 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 16411-PRECAST-TOP (Si. - 6' X 6) :641 l-PRECAST-BASE (Si. - 6' X 6) X3-005-PRECAST INLET"" (Size - l0' X 31 X3-0LE 05-PRECAST INT"^ (Size - l5' X 31 iX3-005-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 C5-01 0-PRECAST TOP (Si. - 5' X 51 C5-01 0-PRECAST BASE (Size - 5' X 51 C54l2-PRECAST 5-17 RISER (Si. - 5' X 51 C6-0I 1-PRECAST TOP (Size- 6' X 61 C6411_PRECAST BASE (Size - 6' X 61 C6412-PRECAST 6-17 RISER (Si. - 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 Stacked Mmhole (Size -4' X 4) 5x8Stom Jmton Bx(Sz-5X 8) 4'x4' Stomton xSiz-4'X41 5' x 5' Storm Jmction Box (Si-- 5' X 51 6' x 6' Storm Juuctiou Box (Si. -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 hi- Riser (Size - 3 F11 held Riser (Size - 3 FT) Inlet Riser (Si. - 3 FF) Drop Inld (4' X 41 Drop Inlet (5' X 51 Precast 4'x4' Storm Jmdi,, Box Pree. 5k5' Storm Junction Box T Precast Taman MIT (T MH on the top of 5' 1B) Precast 0,6' Storm Junction Box 6' Precast Taman MIT (T MH on the top of 6' 1B) Pmem 8M' Storm Junction Box 8' Precast Taasition MIT (T MH on the top of 8' 1B) Tvm C Storm Drain Manhole on Box (T MH on the top of RCB) 100 Precast' (Size 10'. 3) 150 Precast'" (Si,, 15' x 3) are requued m be roar m-Place No eroepd—& this requirementshal/ be a/lowed. FAS D5893 TM D5893 TM D5893 TMTM 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 ASTM 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 C478 AS C478 AS C433 AS 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 Prpea Ad—ed D..ge Systems, Inc (ADS) ADS HP Storm Polwmvvleue (PP) Pipe (Sim -12" - 601 ASTM F2881 & AASHTO M330 334110 Sturm Dram Pipes Rinker Materials Reinforced Concrete Pipe Tongue end Goove Joint Pip, (Sim -21"or 1-0 ASTM C76, C655 334110 C.1—Box Rinker Mmenels Reinforced Concrete Box Culvert(Sze- Venous) ASTM C789, C850 334110 Storm Dram Pipes Ameffe Pipe&Pmdacts Reinforced Concrete Pipe Tongue end Goove Joint Pipe' (Size - 15" .1 Imer) ASTM C76, C506 344110 Culvert Box AmenT-P��'PPe&Pmdacts Reinforced Concrete Box Culvert(size-Various)) ASTM C1433,C1577 3541 10 Storm D1am Pipes The T— Co. Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size -15" or huger) ASTM C76, C506 3341 10 C — 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 Ppea Old —de Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size Various) ASTM C76, C506 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) I 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 I 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 I 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 I 1126199 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area I 5/13105 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System I Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) I I 1126199 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowthe ASTM 3753 Non -traffic area I 08/30/06 I 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area I Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) I33 05 13 IManhole Frames and Covers I Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) " 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. I33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N I33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N I33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" this. I3305 13 Manhole Frames and Covers Neenah Casting 24" this. I 10/31/06 3305 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. I 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamnex/nexus) RE32-R8FS 30" Dia. I 01/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works V 1432-2 and V 1483 Designs AASHTO M306-04 30" Dia. I 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH165IFWN & MH16502 30" Dia I 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products NIH32FTWSS-DC 30" Dia I 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSITID MI 05 & ASTM A536 30" Dia I 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. I 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 M 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hmg 30" Dia. I 10/07/21 I 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. I Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) I* 3305 13 Manhole Frames and Covers Pont-A-Mousson Fortnight 24" Dia. I I3305 13 Manhole Frames and Covers Neenah Casting 24" Dia. I I3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. I I * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. I I 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. I I 04/20/01 I 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. I Water & Sewer - Manholes & Bases/Precast Concrete Bev 1/8/131 I * 33 39 10 Manhole, Precast Concrete Hydro Condurt Corp SPL Item 449 ASTM C 478 48" I * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" I 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 I 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" I 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, sr• upenprg and Plat top, (No 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones) ASTM C 478 48" to 84" I.D. I 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" I 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" I 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" I 10/07/21 33 3920 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" I 10/07/21 33 3920 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; -1/07/23 33 3920 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 I 03/07/23 33 3920 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardsep 48" & 60" I.D. Manhole w/32" Cone I 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amiteeh USA Meyer Polycrete Pipe I Sewer -(WAC) Wastewater Access Chamber 33 39 40 I For use when Std. MH cannot be 12/29/23 33 39 20 Wastewater Access Chamber Onickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) installed due to depth I Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious I I * EI-14 Manhole Rehab Systems Ouadex I I 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP I E1-14 Manhole Rehab Systems AP/M Permaform I I 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System I I 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 I I08/30/06 I General Concrete Repair FlcxKretc Technologies Vinyl Polyester Repair Product Misc. Use I I * From Original Standard Products List 1 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 (Approval Spec No. IClasssification I Manufacturer Model No. national Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious I 05/20/96 E1-14 Manhole Rehab Systems Spraynal Spray Wall Polyurethane Coating ASTM D639/13790 I I 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only I I 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test Sewer Applications I I8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I 33 01 16, 33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 I 33 39 20 Coating for Corrosion protecticn(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only I Water & Sewer - Manhole Inserts - Field Onerations Use Only (Rev 2/3/16) I * 33 05 13 Manhole Insw Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. I * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. I * 3305 13 Manhole Insert Nofiow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. I 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. I 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia I Water & Sewer - Pine Casine Spacers 33-05-24 (07/01/13) I 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) 03/19/18 Casing Spacers BWM for Non_rressure Pipe and Grouted Casing 03/29/22 33 M 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Per Manufacturers Requirements (Sewer 09/03/24 33 M 13 Casing Spacers Race (Completely HDPE) Applications Only) 8^ _ 12" (Sewer Only) I Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) I I * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 I 3" thru 24" OS/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AW WA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe MCWane Cast Jon Pipe Co. AW WA C150, C151 Water &Sewer -Utility Line Marker (08/24/2018) I Sewer - Coatiini,s/EDoxv 33-39-60 (01/08/131 I 02/25/02 Epoxy Lining System Sauereisen, Inc S—Gard 21 ORS LA County 4210-1.33 I 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series I 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only I01/31/06 Coatings f Corrosion Protection Chesterton Arc 791, SIBB, Sl, S2 Acid Resistance Test Sewer Applications I8/28/2006 I Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I I Sewer - Coatines/Polvurethane I I I Sewer - Combination Air Valves I I 05/25/18 I 33-31-70 Air Release Valve A. -I. USA, Inc. D0251P02(Composite Body) 2" I I I Sewer - Pipes/Concrete I * 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 * EI-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL item #95 P laribele,- ASTM C 76 * EI-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment Svstem (Method)33-31-23 (01/18/13) M System PIM Corporation Polyethylene PIM Corp., Piscam Way, 11.1. Approved Previously I Connell Systems �PRS McLat Construction Polyethylene Houston, Texas Approved Previously I I Systems Trcnchless Replacement Svstem Polyethylene Calgary, Canada Approved Previously I I Sewer - PiDe/Fiberglass Reinforced/ 33-31-13(1/8/13) I 7/21/97 3331 13 Cent. Cast Fiberglass (FRP) Hates Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM 133262/133754 I I 03/22/10 3331 13 Fiberglass Pipe (FREI Amcron Bondstrand RPMP Pipe ASTM D3262/1)3754 I I 04/09/21 3331 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM 133262/133754 I 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 I 3331 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM 3754, AW WA C950 I * From Original Standard Products List 2 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size Sewer - Piue/Polvmer Pioe 4/14/05 Polymer Modified Concrete Pro, Amrtech USA Meyer Polycrete Pipe AS— C33, A276, -11 8" to 102", Class V 06/09/10 El-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Piues/HDPE 33-31-23(1/8/131 * High-dens�ry polyethylene pipe Phillips Dnscooipe, hp:. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" * High -ma ty polyethylene pipe Plesco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High-densnv polyethylene pipe CSR Hydro Conduit/Pipeline 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 Pipch. letstream PVC Pressure Pipe AW WA C900 4" thou 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Budding Products Royal Seal PVC Pressure Pipe AW WA C900 4" thou 12" Sewer - PiDes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe 1-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 11" 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 Won 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 Graytty Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer PiJ7e 1-M Man ufacturin\v�Co, Ina (JM Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Finings Harco SDR-26 (PS 115) Gasket Finings ASTM D-3034, D-1784, etc 4" - 11" * 33-31-20 PVC Sewer Finings Plastic Trends, Ina.(Weadake) Gasketed PVC Sewer Main Finings ASTM D 3034 1 3/19/2018 33 3120 PVC Sewer Pipe Aoelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 1 3/19/2018 33 3120 PVC Sewer Ppe Aoelife 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" - 11" 1 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 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: 11-6-24 (Approval Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Auour^enances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc 202B 1"1" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"1" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair 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"1" 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, 111101. 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 _ FB600-6-NL, FB1600-6-NL, FV23-666-W- 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. 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., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I, B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSE 61, 1/21/2.1. 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 2" 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, ANSE 61, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 1553ON 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" 0/5/21/12 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, Inc. 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 Steep Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) 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) * E1-11 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" * EI-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hvdrants 33-12-40 (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 AWWA 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 09/16/97 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous 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 AW WA 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: 11-6-24 IApprovall Spec No. IClasssification Manufacturer Model No. national Spec Size Water - Pioes/PVC (Pressure Water) 33-31-70 (01/08/13) AW WA C900, AW WA C605, 1.113 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 1.113 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 ASTM D1784 16"-18" AW WA C900, AW WA C605, 0.314 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 0.314 33-11-U PVC Pressure Pipe Northern Pipe Products DR18 ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AW WA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AW WA C900 16"-24" 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AW WA C900 4"-12" 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AW WA C900 16"-24" AW WA C900-16 UL 1285 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 ANSIMSF 61 4"-28" FM 1612 AW WA C900-16 UL 1285 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 ANSIMSF 61 16"-24" FM 1612 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AW WA 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 AW WA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AW WA C900 4"- 12" Water - PinesNalves & Fittings/Ductile Iron Fittines 33-11-11 (01/08/13) 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AW WA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AW WA C 110 * E1-07 Ductile Iron Fittings McWane/lyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AW WA C 153, C 110, C 111 08/11/98 EI-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWAC 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 CoXin-Flange Uni-Flange Series 1400 AW WA CI I IIC153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box CoXin-Flange Uni-Flange Series 1500 Circle -Lock AW WA CI I IIC153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWAC111/CI16/C153 4"to12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AW WA CI11/C116/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 CI11/C116/C153 4" to 24" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AW WA CI I IIC153 4" to 10" 03/06/19 33-I1-I1 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA C111/C153 4" to 12" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA C111/C153 12" to 24" 08/10/98 E1-07 MJ 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 .3119118 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 03/19/18 33-11-11 Mechanical Joint Retaner Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA CI I I 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-1141 Mechanical Joint Retaner Glands SIP Industnes(Serampore) DR18 PVC Pipe ASTM A536 AW WA C111 16"-24" * From Original Standard Products List 5 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. [Classsification Manufacturer Water Pines & Fittings/Resilient Seated Gate 33-12-20 (05/13/151, Model No. national Spec Size - alves Resilient Wedged Gate Valve w/no Gears alve* American Flow Control Series 2500 Drawing # 94-20247 16" I I 12/13/02 Resilient Wedge Gate Valve American Flow Control Series2530 and Series 2536 AW WA C515 30" and 36" I I 08/31/99 Resilient Wedge Gate Valve American Flow Control Senes 2520 & 2524 (SD 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 Seaded GV AW WA C509 4" to 12" I I 01/24/02 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 E1-26 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 We Gate Valve Clow Valve Co. Clow Valve Model 2638 AW WA C515 24" to 48" (Nora 3) 05/08/91 E1-26 Resilient Seat eedd Gate Valve Stockham Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - 12" I * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Mcuoseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ FI—Master Gat. Valve & Boxes 08/24/18 Mateo Gate Valve Matco-Norca 225 MR AW WA/ANSI C115/An21.15 4" to 16" I Water - Pioes/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 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmahc 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" I 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AW WA C504 Butterfly Valve AW WA C-504 30"-54" I I 09/03/24 I 33 1221 Rubber Seated Butterfly Valve American AVK Company AW WA C504 Butterfly Valve Class 250B AW WA C-504 24" - 48" I I Water - Polvethvlene Encasement 33-11-10 (01/08/13) I 05/12/05 E1-13 Polyethylene Encasmcnt Fl-sol Packaging Fulton Enterprises AW WA C105 8 it LLD I I 05/12/05 E1-13 Polyethylene Encasmcnt Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD I I 05/12/05 E1-13 Polyethylene Encasmcnt AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD I I 09/06/19 33-11-11 IPolvethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD I I Water - SamnlinH Station I 03/07/23 33 12 50 lWater Sampling Station Kupf le Foundry Company Eclipse, Number 88, 12-inch Depth ofBury As shown in spec. 33 12 50 09l02F24 3344-M - Sampling Statio is, hie -D NL, ReezeThis Proof, I !asp for Lacking Access Hatch product removed Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 1.110 Automated Flushing System Mueller Hydrosami d HG2-A-IN--2-PVC-018-LPLG(Perno,... ) 04/09/21 Automated Flushing System KupliMe Foundry Company Eclipse #9800wc 04/09/21 I Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) I 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 or 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 6