HomeMy WebLinkAboutContract 42080CITY SECRETARY~ f d'\
CONTRACT NO .__µ~"--=--~-v_
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
THE CONSTRUCTION OF
KHA No. 061018077
CITY OF FORT WORTH
NORTH HOLLY WTP
PUMP STATION DISCHARGE PIPE
REPLACEMENT
CAPITAL PROJECT N0.1631
Prepared for
Fort Worth Water Department
April 2011
11111"'1-a,-. Kimley-Horn
11111......J-~ and Associates, Inc.
08 -02-11 P02:4o I N
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Listing of Certified Companies: Surety Bonds : Programs and Systems: Financial Manage... Page 1 of 1
Travelers Casualty and Surety Company (NAIC #19038)
BUSINESS ADDRESS: ONE TOWER SQUARE, HARTFORD, CT 06183 . PHONE: (860 ) 277-0111. UNDERWRITING
LIMITATION b/: $335,413,000. SURETY LICENSES c ,f/: AL, AK, AZ, AR, CA, CO, CT, DE , DC, FL, GA, GU, HI, ID,
IL, IN, IA, KS, KY, LA, ME, MD , MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ , NM , NY, NC , ND, OH, OK , OR, PA , PR ,
RI, SC, SD , TN , TX, UT , VT, VA, VI, WA, WV, WI, WY . INCORPORATED IN: Connecticut.
Travelers Casualty and Surety Company of America (NAIC #31194)
BUSINESS ADDRESS : ONE TOWER SQUARE, HARTFORD, CT 06183 . PHONE : (860) 277-0111. UNDERWRITING
LIMITATION b/: $180,222,000. SURETY LICENSES c ,f/: AL, AK, AZ, AR, CA , CO, CT, DE, DC, FL , GA, GU, HI, ID,
IL , IN , IA , KS, KY, LA, ME, MD , MA, MI, MN, MS , MO, MT , NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR , PA , PR,
RI, SC, SD, TN, TX, UT, VT, VA , WA, WV , WI , WY. INCORPORATED IN : Connecticut.
Travelers Casualty Insurance Company of America (NAIC #19046)
BUSINESS ADDRESS : ONE TOWER SQUARE, HARTFORD , CT 06183 . PHONE : (860 ) 277-0111. UNDERWRITING
LIMITATION b/: $51 ,441,000 . SURETY LICENSES c,f/: AL , AK , AZ, AR, CA, CO , CT, DE, DC, FL , GA, HI, ID , IL , IN ,
IA, KS, KY, LA, ME, MD, MA , MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH , OK, OR, PA, RI , SC, SD,
TN , TX , UT , VT , VA, WA, WV , WI , WY. INCORPORATED IN : Connecticut.
Travelers Indemnity Company (The) (NAIC #25658)
BUSINESS ADDRESS : ONE TOWER SQUARE, HARTFORD, CT 06183. PHONE : (860) 277-0111. UNDERWRITING
LIMITATION b/: $706,945,000 . SURETY LICENSES c,f/: AL, AK, AZ, AR, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL,
IN , IA , KS , KY , LA , ME , MD, MA, MI, MN, MS , MO, MT, NE, NV, NH , NJ, NM , NY, NC , ND , OH , OK , OR, PA, PR, RI ,
SC, SD, TN, TX, UT, VT, VA, WA , WV, WI, WY . INCORPORATED IN : Connecticut.
http://www.fms.treas.gov/c570/c570_a-z.html 7/26/2011
~ TRAVELERS J
City of Fort Worth
1000 Throckmorton Street
Fort Worth , TX 76102
RE: REYNOLDS, INC.
July 21 5
\ 2011
Bond & Financial Products
7465 W. 132"d Street
Overland Park, KS
Phone: (913)402-5392
Fax: (866)842-3972
PROJECT: North Holly WTP Pump Station Discharge Pipe Replacement
Capital Project No. 1631
BOND NO.: 105648730
To Whom It May Concern:
This letter will serve to confirm , that as the surety representative of the Travelers Casualty and
Surety Company, the surety company listed on the abo ve referenced bonds , it is acceptable to the
surety for a representati ve of either City of Fort Worth or engineer to date the bonds and
corresponding powers of attorney. At the time the bonds were issued , it had been determined a
contract date had not been issued ; therefore if there is not a contract date , we are unable to date
the bonds ; and corresponding powers of attorney .
If you have any questions or concerns relating to this matter , please feel free to give us a call.
SMG:dy
Enclosure
TRAVELERS CASUALTY AND
SURETY COMPANY
----. :
-=:.. .......... ·-. -~ .
.......... ....... .. ,, -....
. ..,. ·· ..... /
-,""-
::
"·
~ TRAVELERS J
WARNING : THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
Atto rney-I n Fact No.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insur ance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
22004 8
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. Q Q 41 3 8 1 8 9
KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marin e In surance Company , St. Paul Guardian In surance Company and St. Paul Mercury Insurance
Company are corporations duly organized under the laws of th e State of Minnesota, that Farmin gton Casualty Company, Trave le rs Casualty and Surety Company , and
Travelers Casualty and Surety Company of America are corporation s duly organized under the laws of the State of Connecticut, th at United States Fidelity and Guaranty
Company is a corporation duly organized under the laws of the State of Maryl an d , that Fidelit y and Guaranty In suran ce Company is a corporation duly organized under
the laws of the State of Iowa, a nd that Fidelity and Guaranty Insurance Underwriters, Inc ., is a corporation duly organi zed under the laws of the State of Wi scon sin
(herein co llecti vely called the "Companies"), a nd th at th e Companies do hereby make , constitute and appoi nt
Deborah A. Ya tes, Steven M . Garrett, William A. Kantlehner Ill, Thomas J. Mitc hell , Jeffrey A. Brown, Di a ne L. Phe lp s,
S. Anne tte Mull e t , Ro ge r A. Neal, a nd Linda Kapfhamme r
of the City of I .oujsyjl]e , State of Kentucky , their true and la wful Attomey(s)-in-Fact ,
each in their separate capaci ty if more th an one is named above , to sign, exec ute , seal and acknowledge any and all bond s, recognizances , condition al und ertakings and
other writin gs obligatory in the nature thereof on behalf of the Companies in their bu siness of g uara nteein g th e fidelity of persons , g uarantee in g th e performance of
contracts and executing or guaranteein g bonds and undertakin gs required or permitted in any actions or proceedings a llo wed by law.
Not limited to a specific dollar amount.
29th
IN WITNESS WHEREOF , the Companies hav e caused th is in strument to be signed and their corporate sea ls to be hereto affixed , thi s -----------
day of May 2008
State of Connecticut
City of Hartford ss.
Farmington Casualty Com pany
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian In surance Company
0 ~
By:
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of Americ a
United States Fidelity and Guaranty Company
'
29 th May 2008 On thi s the day of , before me perso nally appeared George W. Thompso n , who acknow ledged
him self to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty In surance Company , Fidelity and Guaranty Insurance Underw riters ,
In c., St. Paul Fire and Marine In surance Company, St. Paul Guardian In surance Company, St. Paul Mercury In surance Company , Travelers Cas ualty and Surety
Company, Travelers Casualty and Surety Company of America , and United States Fidelity and Gu aranty Company , and that he , as s uch , bein g authorized so to do ,
exec uted the forego in g in strument fo r the purpo ses therein contained by sign in g on beh alf of th e corporation s by him se lf as a duly au thori zed officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commiss ion expires the 30th day of June , 2011 .
58440-4-09 Printed in U.S .A.
'-Marie C. Tetrea ult , No tary Public
WARNING : THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of th e following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company , Fidelity and Guaranty Insurance Underwriters , Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America , and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED , that the Chairman, the President , any Vice Chairman, any Executive Vice President, any Senior Vice President , any Vice President , any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may presc ribe to sign with the Company's name and seal with the
Company 's seal bonds, recognizances , contracts of indemnity , and other writings obligatory in the nature of a bond , recognizance, or conditional undertaking , and any
of said officers or the Board of Directors at any time may remove any such appo intee and revoke the power given him or her ; and it is
FURTHER RESOLVED , that the Chairman, the President , any Vice Chairman , any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary ; and it is
FURTHER RESOLVED , that any bond , recognizance, contract of indemnity, or writing obligatory in the nature of a bond , recognizance , or conditional undertakin g
shall be valid and binding upon the Company when (a) signed by the President , any Vice Chairman , any Executive Vice President , any Senior Vice President or any Vice
President , any Second Vice President , the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assi stant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal , if required) by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority ; and it is
FURTHER RESOLVED , that the signature of each of the following officers: President , any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President , any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimi le to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents , Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds
and und ertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company a nd any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I, Kori M. Johan son , the undersigned , Ass istant Secretary, of Fannington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc ., St. Paul Fire and Marine In surance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed the seals of said Companies this 21 St day of _____ J_u_l_y ____ , 20 11
Kori M. Johans
-.' -.
. ,/ . ..-
To verify the authenticity of this Power of Attorney , call 1-800-421-3880 or con tac t us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the
above-named individuals and the details of the bond to which the power is attac hed.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
.ff'.
:: _,., -
--.
~ TRAVELERS J
Jul y 21 5\2011
City of Fort Worth
1000 Throckmorton Street
Fort Worth, TX 76102
RE: REYNOLDS, INC.
Bond & Financial Products
7465 W. 132°d Street
Overland Park, KS
Phone : (913)402-5392
Fax: (866)842-3972
PROJECT: North Holly WTP Pump Station Discharge Pipe Replacement
Cap ital Project No. 1631
BOND N O.: 105648730
To Whom It May Concern:
As the surety representative for Travelers Casualty and Surety Company, the surety
company listed on the abo ve referenced bonds , this letter will serve as confirmation, as
well as the "notice" attached, that an y claim information should be forwarded to either of
the following:
Travelers Casualty and Surety Company
Construction Services , Travelers Bond & Financial Products
One Tower Square
Hartford, CT 06183
PH: (800)328-2189
OR
Garrett-Stotz Company
160 I A ll iant A venue
Louisville, KY 40299-6338
PH: (502)415-7000
Thank y~-n 7.ce for your consideration.
Ste v e~
A:ttom ey·-in-Fact
C" ::.. --. ---
""--.. '· .. ---
, .,..
........
WARNING: THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
TRAVELERS J
Attorney-In Fact No .
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
220048
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. Q Q 413 819 2
KNOW ALL MEN BY THESE PRESENTS : Th at St. Paul Fire and Mari ne In surance C o mpan y, St. Paul G uardi an In s ura nce Co mp any and St. Paul Me rcury In surance
Company are corp o rations duly orga ni zed und er th e laws of th e State of Minn esota , that Farmingto n Cas ualty Company, Trave lers Casualt y and Sure ty Company, and
Trave le rs C as ualty and Surety Company of America are corp oration s dul y orga ni zed und er th e laws of the St ate of Conn ecti c ut , that Unit ed States Fide lit y and Guaranty
Company is a corp o ration du ly organi zed under th e laws of the State of Mary land , th at Fide lit y a nd Gu aranty In sura nce Comp any is a corp orati o n dul y organized under
the laws of the State o f Iow a, and th at Fide lit y and Gu aranty In surance Und erwriters, In c ., is a corp orati o n dul y orga nj zed und er th e laws of th e State o f Wi scon s in
(here in coll ec tiv e ly called th e "Compani es"), and th at th e Compani es do he re by make, constitute and appo int
Deborah A. Yates, Steven M . Garrett, Willi a m A. Kantl e hner III , Thomas J. Mitchell , Jeffrey A. Brown, Di a ne L. Phelp s,
S . Annette Mulle t, Roger A. Neal , a nd Lind a Kapthamme r
of the Cit y of __ L~o=u=i=sv~il=le~-----------• State of _____ K_e_n_tu_c_k~y _________ , the ir true a nd law ful Attom ey(s)-in-Fact ,
eac h in th e ir separate ca pacity if mo re th an one is nam ed ab ove, to sig n , exec ut e , sea l and acknow ledge any and all bo nds , recog ni za nces, condit io nal unde rtilings and
oth er writings obli gatory in the nature thereof o n beha lf of th e Co mp ani es in th e ir bu s in ess of g uara nteein g th e fidel it y of pe rso ns, g uara nt ee in g th e pe rforman ce of
contracts and exec utin g or g uarantee in g bond s and und e rt akin gs required or pe rmitted in any ac ti ons or proceed in gs a ll owed by law.
Not limited to a specific dollar amount.
29th
IN WITNESS WHEREOF , the Co mpanie s have cause d thi s in strume nt to be s igned a nd th e ir corpo rate sea ls to be he reto affixed , th is __________ _
f May 200 8 dayo , ___ _
State of Connecticut
City of Hartford ss.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fi delity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
0 ~
By:
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
-· ·--
~ Mey W~ On thi s th e day of , before me perso nall y a pp eared Geo rge W. Th o mp son, who acknowledged
himself to be th e Senior Vice Pres ident of Farmin gton Cas ualty Co mp a ny , Fi de lit y and Guara nt y In surance Com pa ny, Fide li ty a nd G uarant y In s urance Underwriters,
In c., St. Paul Fire and Marine In surance Comp any, St. Paul Guardi a n In sura nce Co mpan y, St. Paul Mercu ry In sura nce Co mp any, Trave lers Casua lty and Surety
Co mp any, Travelers Cas ualty and Surety Company o f America, and United States Fide lit y and Guaranty Co mp any, and th at he , as such , be in g auth ori zed so to do ,
exec uted th e forego in g in stru me nt fo r th e purposes th e re in cont ain ed by sig nin g on behalf of the corp orati ons by himself as a dul y a uth orized officer.
In Witness Whereof, I hereunto set my hand and o ffi cial seal.
My Co mmj ssio n ex pires the 30th day of June , 2011 .
58440-4-09 Printed in U.S .A.
\... Marie C. Tetreau lt , No tary Public
WARNING: THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATTORN EY IS IN VALID W ITH OUT THE RED BORDER
Thi s Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Comp any, St . Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
F ide li ty and Guaranty Company, which resolutions are now in full force and effect , reading as follows:
RESOLVED , that the Chairman, the President , any Vice Chairman, any Executive Vice President , any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoi nt Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President , any Vice Chairman, any Executive Vice Pres ident, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
th ereof is fi led in the office of the Secretary ; and it is
FURTHER RESOLVED , that any bond , recognizance , contract of indemnity, or writing obligatory in the nature of a bond, recogni zance, or conditional undertaking
shall be va li d an d binding upon the Company when (a) signed by the President, any Vice Chairman , any Executive Vice Pres ide nt , any Senior Vice President or any Vice
Presid ent , any Seco nd Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary an d dul y attested and sealed with the
Co mpan y's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if req uired) by one or more Attorneys-i n-Fact an d Agen ts purs uant to the power
prescri bed in his or her certificate or their certificates of authority or by one or more Company officers pursuan t to a written delegation of authority; and it is
FURTHER RESOLVED , that the signature of each of the following officers: President , any Executive Vice President, any Senior Vice President , any Vice President ,
any Ass istant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimi le to any Power of Attorney or to any
certifi cate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds
an d un dertakings and other writings ob ligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and bi ndi ng upon the Company and any such power so executed and certified by such facsimi le sig natu re and facs imile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I , Kori M. Jo hanson, the undersigned, Assistant Secretary , of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc ., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, which is in full fo rce and effect and has not been revoked.
21st July
IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed the sea ls of said Companies this day of ___________ , 20
-· ' -. r
Kori M. Johans
11
To ve rify the authenticity of this Power of Attorney , call 1-800-421-3880 or contact us at www.trave lersbond.com. Please refer to the Attorney-In-Fact number, the
above-n amed individuals and the details of the bond to which the power is attached.
WAR NING: TH IS POWE R OF ATTO RNE Y IS INVALID W ITHOUT THE RED BORDER
M&CReview Page 1 of 2
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA FORT WORTH -.....,..,-
COUNCIL ACTION: Approved on 7/19/2011
DATE: 711912011 REFERENCE
NO.: C-25044
NON-
CONSENT
LOG NAME: 60NORTH HOLLY HSPS
REPL PROJECT
CODE: C TYPE: PUBLIC
HEARING: NO
SUBJECT: Authorize Execution of a Contract in the Amount of $3,137,000 .00 with Reynolds , Inc., for
the North Holly High Service Pump Station Discharge Pipe Replacement Project
(COUNCIL DISTRICT 9)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract with
Reynolds, Inc., in the amount of $3 ,137 ,000 .00 for the North Holly High Service Pump Station
Discharge Pipe Replacement Project.
DISCUSSION:
The North Holly High Service Pump Station was constructed in 1892 while the North Holly Water
Treatment Plant was constructed in 1912 . Since that time , numerous expansions , rehabilitations and
improvements have been made to the treatment, pumping and piping facilities at North Holly .
The majority of the existing pump station discharge piping at the North Holly Water Treatment Plant
was installed in the 1940s. A portion of the pipe is buried and a portion is located underground in
reinforced concrete tunnels constructed in the 1930s. Pressures in these pipelines generally range
from 95 to 105 psi. With pressures this high , a major leak or pipe break would result in significant
damage to the plant facilities and reduce the capability to meet water demands until repairs are
made.
On June 19 , 2007 , (M&C C-22199) City Council authorized the execution of an Engineering
Agreement for the North and South Holly Water Treatment Plant Condition Assessment. This
assessment recommended replacement of the pump station discharge piping due to the age ,
condition , the difficulty in making repairs and the consequences should a break occur. On November
16 , 2010 , (M&C C-24602) City Council authorized the City Manager to execute an Engineering
Agreement with Kimley Horn and Associates , Inc., for the design of the North Holly High Service
Pump Station Discharge Pipe Replacement Project.
The project was advertised for bid in the Fort Worth Star-Telegram on April 14 , 2011 and April 21 ,
2011. On May 12 , 2011 , the following nine bids were received:
I BIDDER I TOTAL BID CONTRACT TIME
Reynolds, Inc. $3,137,000.00 360 Calendar Days
Archer Western Contractors i3,294,000.00
S.J. Louis Construction >3,575,001.00
Red River Construction Co . $3 ,787 ,300 .00
IAU I Contractors I $4 ,025,000.00
Legacy Contracting $4,055,000.00
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=l5433&councildate=7/19/2011 7/26 /2011
M&C Rev ie w Page 2 of2
.:. .. '
!Ark Contracting Services 11$4, 100,000.00
!Oscar Renda Contracting 11$4,560 ,000.00
!Conatser Construction 11$4,579,000.00
This project will remove and replace existing pipe ranging in size from 24-inch to 54-inch diameter,
remove and abandon existing tunnels deemed to be structurally unsound and install a new reinforced
concrete pipe chase . Project has been sequenced and coordinated as required to allow uninterrupted
pumping from the North Holly Pump Station throughout the course of construction.
In addtion to the contract cost , $63 ,000 .00 is provided for project contingencies .
Reynolds , Inc ., is in compliance with the City's M/WBE Ordinance by committing to 22 percent
M/WBE participation . The City's goal on this project is 22 percent.
This project is located in COUNCIL DISTRICT 9.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budget, as appropriated , of the Water Capital Projects Fund .
TO Fund/Account/Centers
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
FROM Fund/Account/Centers
P265 541200 601530163180 $3 ,137 ,000 .00
Fernando Costa (6122)
S. Frank Crumb (8207)
Chris Harder (8293)
ATTACHMENTS
60NORTH HOLLY HSPS REPL PROJECT MAP.pdf
http://apps.cfwnet.org/council_packet/mc _review.asp?ID= 15433&councildate=7/1 9/2011 7/26/2011
ADDENDUM NO. I
CITY OF FORT WORTH
NORTH HOLLY WTP PUMP STATION DISCHARGE PIPE REPLACEMENT
Capital Project No. 1631
Addendum No. 1. Issue Date: May 5, 2011
Bid Receipt Date: May 12, 2011
This addendum forms part of the contract documents referenced above and modifies the original Contract
Documents . Acknowledge receipt of this addendum by signing and attaching it to the Contract
Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your
bid.
I.I PART E -TECHNICAL SPECIFICATIONS
• Section 01040 Construction Sequence
Section 3.02 B. REPLACE with the following (bold indicates change):
B. For the purpose of identifying the major work items , time constraints , and pump station operation
requirements associated with meeting the Owner 's desired level of water production , quality and
discharge, the construction work schedule has been divided into the following five pha s es :
a. Phase l -Area east of the pump station. It includes the removal of pipe, pipe tunnel and
appurtenances, and the installation of Water Lines I A thru 1 G and its
appurtenances
Key ]tern: • Keep discharge piping on the north and south side of
the North Holly Pump Station in service.
General Work Description • Contractor Move-ln
• Submittals
• Demolition of pipe and pipe tunnels on cast side of
North Holly Pump Station
• Install pipe gallery east of North Holly Pump Station
• Install Water Lines IA , IB, IC, JD , lE, JF,and JG
and appurtenances
• Testing and place said water line in service
Construction Period • 150 Days
ADDENDUM NO. 1, Page l
b. Ph ase 2 -Includ es th e removal of th e 48-inch and 42-inch pipe, and a ppurt enances from east
of th e pump s ta tion to Fournier Street , and th e in s ta ll a ti on o f W a ter Li11 es 2A , and
2 B and its appurtenances
Key ]t ern: • K ee p a ll of Nor th Holly Pump Station in servic e
General Work D escription • Jn s ta ll Water Lines 2A , a nd 2 B and appurtenances
• Tes tin g and place sai d water line in ser vice
• Surface res tora ti o n
Con s tructi on P e riod • 30 D ays
c. Phase 3 -Area n ort h of th e pump station. It includes the re mo va l of pip e, pipe tunnel a nd
a ppurtenances, and the in stallation of W a ter Lines 3A thru 3D and it s
a ppurtenances
K ey It em : • Keep disch ar ge piping on the east and so uth side of
the N or th Holly Pump Station in serv ic e
General Work D escription • Demolition of pipe and pipe tunn e l on n orth eas t s ide
of North Holly Pump Station
• Install Wat er Lines 3A, 3B, 3C, a nd 3D an d
appurtenances
• Tes ting and pl ace s aid water line in service
Construction Period • 30 Days
d . Ph ase 4 -Jn c lud es th e remova l of th e 42-inch and 36-inch pipe, a nd appurtenances fr o m west
of the pump station to s outh of the West Lancaster Street brid ge, a nd th e
in s tall a ti on of Water Lines 4A , thru 4C and its a ppurten a nc es
Key ]tern: • Keep a ll of North H o lly Pump Station in service
G e n era l Work D escription • Jn s ta ll Wat er Lines 4A, 4B , and 4C and appurtenances
• Testin g a nd pl ace sai d w a ter line in ser v ic e
Construction Per iod • 45 Days
ADDENDUM NO . 1, P age 2
e. Pha se 5 -]n cludes the remova l of the 36-inch pipe , pipe tun nel an d ap purtenance s, and th e
in sta ll ation of Water Line 5 and its ap purt ena nc es
Ke y lt em : • Keep a ll of North Holly Pump Sta ti on in serv ic e
Ge neral Work Desc ript ion • Demolition of pip e and pipe tunn e ls so uth of North
Holly Pump Station
• lnst a ll Water Line 5
• Testing a nd pl ace sa id water lin e in servic e
• Surface res tora ti on
• Punch li st
• Final Co mpl eti on
Construction Period • 45 Davs
• SECTION 3312 20 RESJLJENT SEATED (WEDGE) GATE VALVE
S ec tion 2.2 A. ADD th e following:
4. J&S Va lve , ln c.
Section 3 .2 ADD the followin g :
3.2 EXAMINA TION
A. ln spec tion and Factory Test s
J. The En gin ee r a nd City have th e ri ght to in sp ec t a ll materials to be furnished under
thi s specifica ti on , prior to th ei r shipment from th e point of m an ufac ture and/or
asse mbl y.
B. 54 -ln c h Valv e Witne ss ed Test
J . The witnessed tes t sha ll be conduct e d at th e manufacturers ' facilities within th e
United States .
2. The te sts to be witn essed are as follows :
a . Op era ti on Tes t. per Sec . 5.2. J of A WWA Standard C509.
b . Sh ell Tes t. p er Sec 5 .2.2 of AWWA Standard C509.
c. Sea t Test. per Sec 5 .2.3 of A WWA Standard C509
d . Flan ge B ol t Ho le Alignment Te s t.
I) Connect valve t o fl a nge d-joint as defined in Section 2 .2 .C.5.a.l) of thi s
s pecification . Verify fl an ge bolt hole s me et a li g nm en t s pecification
r equir e ment s.
3. The City is respo nsibl e fo r providin g all travel expenses to and fr o m the t es t loca ti on
for th e E ng ine er and represe nt ati ves for th e C ity . Travel expen ses include airfare
(bu s ine ss clas s, non-st op, majo r air lin e) if required , lod g in g, food , rental ca r , a nd
p arki n g fees. The tr ave l tim e s hall las t for th e entir e du ra ti o n of th e tes t and a t a
minimum, on e overnigh t stay. If th e va lves fai l t es tin g the Con trac tor i s res pons ible
fo r a ddition a l trave l ex pen ses as defin ed above.
A DDENDUM N O. 1 , P age 3
CONSTRUCTION PLANS
• Sheet Cl, CJVJL NOTES-REMOVE WATER GENERAL NOTE 14 . And REPLACE with
th e following:
14. REMOVE EXISTING GATE VALVES INTACT, PLACE IN A ClTY PRE-
ESTABLJSHED LOCATION. ALLOW ClTY FIELD OPERATIONS STAFF JO
WORKING DAYS TO REMOVE VAL VE APPURTENACES. UPON APPURTENCES
REMOVAL CONTRACTOR IS RESPONSIBLE FORV AL VE DISPOSAL. PLACE 36-
INCH RENSSELAER (YEAR 1888) VALVE IN LOCATION DESIGNATED BY ClTY
STAFF FOR FUTURE DISPLAY. TAKE PARTICULAR CARE IN JTS REMOVAL
AND RELOCATION .
All other provisions of the contract documents , plans and specifications s ha ll r emain unchanged.
Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid
non-responsive . A signed copy of this addendum shall be placed into the Proposa l at the tim e of bid
submittal.
RECEIPT ACKNOWLEDGED:
By: _________ _
Company: _________ _
Water Depa rtm en t
Chris P. H arder, P.E.
Project Manager
ADDENDUM NO . J, Page 4
CITY OF FORT WORTH, TEXAS
NORTH HOLLY WATER TREATMENT PLANT
PUMP STATION DISCHARGE PIPE REPLACEMENT PROJECT
CAPITAL PROJECT NO. 1631
John R. Atkins, P .E.
Kimley-Horn and Associates, Inc .
TBPE Reg # F-298
801 Cherry Street, Unit 11
Suite 950
Fort Worth, TX 76102
APRIL 2011
---"'"''"'"' ---'E. 0 F -,.L--,,,
Civil
Christopher N . Story , P .E.
Jaster-Quintanilla Dallas, LLP
TBPE Reg # F-1294
: I">."\ ••••• ,.)..-,, --<.,.r ·.•*'•,•..<1 1
_:'v:y .·' . . '•. 1\j"l 'f Structural
2105 Commerce Street
Dallas, TX 75201
: * :' \,.\ · .. * ;~
1"1!• "' •*A if ...................... ~
I CHRiS TO PH ER N. ST ORY;, ~ ...................... ,
.,, ,¢ ••• 894 85 .. · '<" f
41 1 -90;_:~~C~E <.;_<:> ••• q e. ~--..... ~~/1 \ ION· l '~-.: L, l-"<.:s.: '
~+/r3 ( H
TABLE OF CONTENTS
Notice to Bidders (Advertisement)
Special Instructions to Bidders
Proposal (completed forms to be submitted with Bid)
Minority and Women Business Enterprises Specifications
Insurance
Contract
Contractor's Compliance with Workers' Compensation Law
Conflict of Interest Questionnaire
Bonds
General Conditions
Supplementary Conditions to Part C
Special Conditions
Technical Specifications
Division l -General Requirements
01010
01011
01035
01040
01110
01200
01300
01315
01410
01600
01665
01700
01720
01730
01740
Summary of Work
Site Conditions
Control of Work
Construction Sequence
Environmental Protection Procedures
Project Meetings
Submittals
Progress Schedule and Reports
Testing and Testing Laboratory Services
Delivery, Storage and Handling
Trench Safety Requirements
Contract Closeout
Project Record Documents
Operation and Maintenance Data
Warranties and Bonds
Division 03 -Concrete
03 IO 00 Concrete Formwork
03 20 00 Concrete Reinforcement
03 25 10 Concrete Joints
PART
A
A
B
B
B
B
B
B
B
C
Cl
D
E
03 30 00 Cast-in-Place Concrete
03 34 16 Concrete Base Material for Trench Repair
03 60 00 Grout
03 74 00 Modifications to Existing Concrete
03 93 00 Concrete Repair and Reh a bilitation
Division 05 -Structural
05 05 IO Anchorages
05 12 00 Structural Steel
05 50 10 Miscellaneous Metal Fabrications
05 53 20 Aluminum Grating and Checker Plate
Division 31 -Earthwork
31 10 00 Site Clearing
31 22 00 Grading
31 23 23 Fill
31 25 00 Erosion and Sediment Control
Division 32 -Exterior Improvements
32 0 I 17 Permanent Asphalt Paving Repair
32 12 16 Asphalt Paving
32 13 13 Concrete Paving
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps
32 13 73 Concrete Paving Joint Sealants
32 16 13 Concrete Curbs and Gutters and Valley Gutters
32 31 13 Chain Link Fences and Gates
32 91 19 Topsoil Placement and Finishing of Parkways
32 92 13 Hydro-Mulching, Seeding, and Sodding
Division 33 -Utilities
33 04 IO Joint Bonding and Electrical Isolation
33 04 11 Corrosion Control Test Stations
33 04 12 Magnesium Anode Cathodic Protection
33 04 40 Cleaning and Acceptance Test ing of Water Mains
33 05 IO Utility Trench Excavation Embedment and Backfill
33 05 13 Frame Cover and Grade Rings
33 05 14 Adjusting Manholes , Inlets , Valve Boxes, and Other Structures
33 05 30 Exploratory Excavation for Existing Utilities
33 11 IO Ductile Iron Pipe
33 11 11 Ductile Iron Fittings
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe
33 11 14 Buried Steel Pipe and Fittings
33 12 IO Water Services ] -inch to 2-inch
33 12 20 Resilient Seated (Wedge) Gate Valve
33 12 25 Connection to Existing Water Mains
33 12 30 Combination Air Valve Assemblies for Potable Water
33 12 35 Venturi Meter
33 12 40 Dry-Barrel Fire Hydrant s
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
33 39 IO Cast-in-Place Concrete Manholes
33 39 20 Precast Concrete M a nholes
Division 34 -Transportation
34 71 13 T ra ffic Control
APPENDIX
Geotechnical Report
C MJ E ng in eerin g, Inc .
Cathodic Protection Report
C o rrpro Companies , Inc .
GHA Shop Drawing No. 1116-057
GHA Shop Drawing No. 4-1071
Hanson Shop Drawing No. 99-74L
GHA Shop Drawing No. 1116-1556
Hanson Shop Drawing No. 09-435B
A ppendix A
Appendix B
Appendix C
Appendix D
Appendix E
Appendix F
Appendix G
City o f Fort W o rth
North Ho ll y WTP
Pump Stat io n Disc h a rge Pipe Rep lacement
Sealed proposals for the following:
NOTICE TO BIDDERS
FOR: NORTH HOLLY WATER TREATMENT PLANT
PUMP ST A TION DISCHARGE PIPE REPLACEMENT PROJECT
CAPITAL PROJECT NO. 1631
will be received at the office of the Purchasing Manager, located on the lower level , Municipal Building,
1000 Throckmorton Street, Fort Worth, Texas 76102, until 1 :30 P.M ., on May 12 , 201 I. Bid s will be
publicly o pened and read aloud in the City Council Chambers at:
2:00 p.m ., May 12 , 2011
Contract Doc uments have been prepared by Kimley-Horn and Associates, Inc., (817) 33 5-6511, 80 I
Cherry Street, Suite 950, Fort Worth, Texas 76102, and may be examined without charge at their office.
Contract Documents may be obtained from Kimley-Hom and Associates, Inc . at the above address for a
non-refundable charge of:
Set of full-size Plans and Specifications: $150 .00
Docum en ts may also be obtained free of charge at the City of Fort Worth online document manage ment
system (Buzzsaw). Contact Fred Griffin for access to the site at Fred .Griffin @ fortworthgov.org .
However, any Contractor wishing to bid the project must purchase a hard copy of the contract documents
from Kimley-Hom and Associates, Inc ., which will be turned in with their bid .
All bidders submitting bids are required to be pre-qualified in accordance with the requirement s of the
Special In s tructions to Bidders .
The City re se rves the right to reject any and/or all bids and waive any a nd /or all formalities . No bid may
be withdrawn until the expiration of ninety (90) days from the date the bids are recei ve d .
For additional information, please contact Mr. John R. Atkins, P .E ., Kimley-Horn and Associates , Inc. at
(817) 335 -6511 .
Publicatio n Dates :
April 14 , 2011 and
April21 ,2011
Part A _contractdocuments .doc -Not ice to Bidders A-1 4/1 3/1 I -Draft
City o f Fort W o rth
North Holly WTP
Pump Station Disc harge Pipe Replacement
(TH1S PAGE LEFT BLANK 1NTENT10NALLY)
Part A_contractdocument s .doc -Noti ce to Bidders A-2 4/13/1 I -Draft
City of Fort Worth
No rth Holly WTP
Pump Station Di sc har ge Pipe Repl ace ment
SPECIAL INSTRUCTIONS TO BIDDERS
I. SPECIAL PREQUALIFICA TION REQUIREMENTS . All contractors submitting bids are
required to meet the Fort Worth Water Department special pre-qualification requirements for this
project prior to submitting bid s. Previous pregualification by the Fort Worth Water Department
will not be considered as meeting this requirement.
This one-time special project-specific process will prequ a lify potential bidders whose bids will be
considered for award based upon technical evaluation, historical schedule compliance evaluation,
evaluation of proposed manager and project superintendent. It is the bidder's re sponsibility to
submit documentation for those items listed below, to the Director of the Water Department or his
designated representative, at least fourteen ( 14) calendar days prior to the date of bid opening . The
Water Department may request any other documents it may deem nece ssary. Any additional
documents so requested shall be submitted to the Director of the Water Department or his designated
representative at lea st seven (7) calendar days prior to the date of the opening bids .
a) COVER LETTER. The cover letter provided by the prospective bidder with the
prequalification information must include the name of a contact individual that the City may
contact for additional information if needed .
b) FINANCIAL ST A TEMENT. The financial sta tement required sha ll have been prepared by
an independent certified public accountant or independent public accountant holding a valid
permit issued by an appropriate State licensing agency and shall have been so prepared as to
reflect the financial status of the s ubmitting company . This statement must be current and
not more than one (I) year old. In the case that a bidding date falls within the time a new
statement is being prepared , the previous statement shall be updated by proper verification.
c) EXPERJENCE RECORD. For an experience record to be considered to be acceptable for a
given project, it must reflect the experience of the firm seeking qualification in the work of
both the same nature and technical level as that of the project for which bids are to be
received . Experience must be on projects that were completed no more than 5 years prior to
the date on which bids will be received . A minimum of three references mu st be included.
References mu s t include a contact person name, teleph one number, project name and total
cost, and type of work done.
d) EQUIPMENT SCHEDULE. The prospective bidder shall li st the equipment that the
Contractor has available for the project and list the equipment that Contractor will rent as
may be required to complete the project on which the Contractor submits a bid .
e) PERSONNEL AND SCHEDULE COMPLIANCE RECORD. The prospective bidder shall
submit the names and resumes for the proposed project manager an d project superintendent.
This inform ation s hall include a li st of all projects that the proposed project manager and
project superintendent completed within the last five (5) years to demonstrate ability to
coordinate complex plant rehabilitation work and to perform work while maintaining critical
shutdown schedules, regardless of by whom they were employed . Provide list of contact
persons for all projects (preferably field inspectors or resident engineers) with names and
phone numbers for the last five years' project.
Part A_co ntr ac tdoc ument s .do c -No ti ce to Bidders A-3 4/13/1 I -Draft
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
In the event the Bidder on this contract is a Joint Venture, financial statements from each joint venturer
shall be submitted for prequalification , as well as the experience record and list of equipment of each joint
venturer. The financial statements required shall have been prepared by an independent certified public
accountant or independent public accountant holding a val id license issued by an appropriate State
licensing agency and shall have been so prepared as to reflect the financial status of the each joint
venturer. The statements must be current and not more than o ne (I) year old . In the case that a bidding
date falls within the time a new statement is being prepared, the previous s tatem en t shall be updated by
proper verification. It is not required that each joint venturer shall have the necessary experience and
equipment, rather that combined, the joint venture has the required experience and equipment. Upon
request, the joint venture agreement shall be submitted for review.
The Water Department will review each pre-qualification submittal. The following conditions will apply:
a) The Director of the Water Department shall be the sole judge as to the acceptability for
financial, experience and other qualifications to bid on any Fort Worth Water Department
project.
b) The City, in its sole discretion , may reject a bid for failure to demonstrate acceptable
performance, experience and/or expertise .
c) Any proposals submitted by a non pre-qualified bidder shall be returned unopened , and if
inadvertently opened, shall not be considered.
d) The City will attempt to notify prospective bidders whose qualifications (financial or
experience) are not deemed to be appropriate to the nature and/or magnitude of the project on
which bids are to be received. Failure to notify shall be a waiver of any necessary pre-
qualifications.
For additional information contact Chris Harder, Fort Worth Water Department at (817) 392-8293
(FAX 817-392-8410). Pre-qualification submittal should be sent to :
Mr. Chris Harder, P.E .
Fort Worth Water Department
Water Production -Holly Water Plant
1511 1 I th A venue
Fort Worth , TX 76102-6212
2. EXAMINATION OF CONTRACT DOCUMENTS AND SITE:
2.1 Before submitting his Bid , each Bidder mu s t (a) examine the Contract Documents thorou g hly, (b)
visit the site to familiarize himself with local conditions that may in any manner affect
performance of the work, (c) familiarize himself with federal, state and local laws, ordinances,
rules and regulations affecting performance of the work, and (d) carefully correlate his
observations with the requirements of the Contract Documents .
2 .2 Reference is made to the Supplementary Conditions for the identification of those s urveys and
investigation reports of subsurface or latent physical conditions at the site or otherwise affecting
performance of the work which have been relied upon by Engineer in preparing the Drawings and
Specifications. The data is furnished for information only and neither the Owner nor Engineer
guarantees the accuracy of the data. Before submitting his Bid each Bidder will, at his own
expense, make s uch additional surveys a nd investigations as he may deem neces sary to determine
his bid price for performance of the work within the terms of the Contract Documents .
Part A_co ntractd ocuments.doc -Not ice to Bidd ers A -4 4/1 3/1 I -Draft
City of Fort Worth
North Holly WTP
Pump Stati on Di sc har ge Pipe Repl ac ement
The Bidder acknowledges by the submission of his bid that he is solely responsible for trench
excavation safety as prescribed by the Occupational Safety and Health Admini stration and
HB662 and HB665as amended by the 72nd Session of the Texas legi s lature and amended by the
73'd Session of the Texas Legislature with HB 1569.
2.3 The submission of a Bid will constitute an incontrovertible representation by the Bidder that he
has complied with every requirement of this Article .
3. BID FORM (PROPOSAL)
3 . I Bidders shall use the Bid (Proposal) forms included in the documents for each contract Bid.
Supplemental data to be furnished shall be included in same sealed envelope with Proposal.
3.2 Bid (Proposal) Forms must be completed in ink . The Bid price of each item on the form must be
stated in words, if specifically requested , and/or numerals; in case of a conflict, words will take
precedence .
3 .3 Bids by corporation must be executed in the corporate name by the president or a vice-president
(or other corporate officer accompanied by evidence of authority to sign) and the corporate seal
shall be affixed and attested by the secretary or an assistant secretary . The corporate address and
state of incorporation shall be shown below the signature .
3.4 Bids by partnerships must be executed in the partnership name and signed by a partner, his title
must appear under his signature and the official address of the partnership must be shown below
the signature .
3 .5 All names must be printed below the signature.
3 .6 The Bid shall contain an acknowledgement of receipt of all Addenda (the number of which s hall
be filled in on the Bid Form).
4 . SUBMISSION OF BIDS. Bids shall be submitted at the time and place indicated in the Invitati o n for
Bids and shall be included in an opaque sealed envelope, marked with the Proj ect title and name and
address of the Bidder and accompanied by the Bid Security and other required documents . Bidders
s hall not separate, detach or remove any portion , segment or sheets from the contract document at any
time . Bidders must complete the proposal section(s) and submit the complete s pecifications book or
face rejection of the bid as non-responsive. Revised bid forms issued by addenda shall be stapled to
the original bid form in the specifications book prior to submission . It is recommended that the
bidder make a copy of the forms included in the Minority and Women Business Enterprise section
for submittal within the time-line stated below or the bidder may request a copy of said forms from
the City Project Manager named in this solicitation.
5. MODIFICATJONS AND WJTHDRA WAL OF BIDS. Bids may be modified or withdrawn by an
appropriate document duly executed (in the manner that Bid must be executed) and delivered to the
place where Bids are to be submitted at any time prior to the opening of Bids. Bids may no t be
withdrawn after opening of Bids for the period set forth in the Notice to Bidders.
6. OPENJNG OF BIDS. Bids will be opened as indicated in the Invitation for Bids . Bids received a fter
such time will not be considered , and will be returned unopened.
7. BIDS TO REMAJN OPEN . All Bids shall remain open for the period of time set forth in the
Invitation for Bids , but Owner may, in his sole discretion , release any Bid and return the Bid Security
prior to that date.
Pa rt A_con rrac td oc um enl s.doc -No tice to Bid ders A-5 4/13 /11 -Draft
City of For1 Wor1h
Nor1h Holly WTP
Pump Stati on Dischar ge Pipe Replacement
8. AW ARD OF CONTRACT.
8.1 Owner reserves the right to reject any and all Bids and waive any and all formalities , and the right
to disregard all nonconforming or conditional Bids or counter proposals .
8.2 ln evaluating Bids, Owner will consider the qualifications of the Bidders, whether or not the Bids
comply with the prescribed requirements, and alternates and unit prices if requested in the Bid
forms. He may consider the qualifications and experience of Subcontractors and other persons
and organizations (including those who are to furnish the principal items of material or
equipment) proposed for those portions of the work as to which the identity of Subcontractors
and other persons and organizations must be submitted as specified in the Supplementary
Conditions or Specifications. He may conduct such investigations as he deems necessary to
establish the responsibility, qualifications and financial ability of the Bidders, proposed
Subcontractors and other persons and organizations to do the work in accordance with the
Contract Documents to Owner's satisfaction within the prescribed time. Owner reserves the right
to reject the Bid of any Bidder who does not meet any such evaluation to Owner's satisfaction .
8.3 lf a contract is to be awarded, it will awarded to the lowest responsible Bidder whose evaluation
by Owner indicates to the Owner that the award will be in the best interests of the Project.
8.4 It is expected that the Owner's evaluation of bids and award of contract will be made as set forth
in the Invitation for Bids . The successful bidder will be notified by a Notice of Award which
may be a letter or telegram. Time of completion is very important and failure to meet completion
schedule will subject the Contractor to liquidated damages as provided in the Supplementary
Conditions section of the Contract.
9. EXECUTION OF CONTRACT.
9.1 The accepted Bidder, within ten ( I 0) days after fonnal notice of award, shall execute the formal
Contract Agreement and required Bonds on the forms prepared and submitted by the Owner.
9.2 The Owner will issue a Notice to Proceed authorizing the Contractor to commence work .
10. BTD SECURITY. A cashier's check, or an acceptable bidder's bond, payable to the City of Fort
Worth, in the amount of not less than five (5%) percent of the largest possible total of the bid
submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails
to execute the Contract Documents within ten ( I 0) days after the contract has been awarded . To be
an acceptable surety on the bond , ( 1) the name of the surety company shall be included on the current
U.S . Treasury list of acceptable sureties, or (2) the surety company must have capital and surplus
equal to ten times the limit on the bond . The surety must be licensed to do business in the State of
Texas. The amount of the bond shall not exceed the amount shown on the U .S . Treasury list or one-
tenth ( 1I 10) the total capital and surplus .
11. BONDS . A performance bond, a payment bond, and a maintenance bond each for one hundred
(100%) percent of the contract price will be required. Reference C3-3.7 .
12. WAGE RATES. Not less that the prevailing wage rates established by the City of Fort Worth, Texas,
and as set forth in the Contract Documents, must be paid on this project.
13. AMBIGUITY: In the case of ambiguity or Jack of clearness in stating prices in the Proposal , the City
reserves the right to adopt the most advantageous construction thereof to the City or to reject the
Proposal.
14 . BIDDER LICENSE: Prior to the award of contract to an out-of-state bidder, the bidder shall be
licensed to do business in the State of Texas . For licensing procedures, contact the Texas Secretary of
State Offices (Telephone Number 1-512-463-5555 or 1-900-263-0060)
Parl A co nt rac tdocumen ts.doc -No tice to Bi dder s A-6 4/13/1 I -Dra ft
City of Fort Worth
North Ho lly WTP
Pump Station Di scharge Pipe Replacement
15. NONRESIDENT BIDDERS : Pursuant to Article 601 g, Texas Revised Civil Statues, the City of Fort
Worth will not award this contract to a nonresident bidder unless the nonresident 's bid is lower than
the lowest bid submitted by a Texas resident bidder by the same amount that a Texas resident would
be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the
nonresident principal place of business is located.
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but
excludes a contract whose ultimate parent company or majority owner has a place of business in the
State of Texas.
This provision does not apply if this contract involves federal funds .
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the
bid to meet specifications. The failure of a nonresident contractor to do so will automatically
disqualify that bidder.
16. AGE: In accordance with the policy of the Executive Branch of the Federal Government, Contractor
covenants that neither it nor any of its officer, members, agents, employees, program participants or
subcontractors, while engaged in performing this contract, shall, in connection with the employment,
advancement or discharge of employees or in connection with the terms, conditions or privileges of
their employment, discriminate against persons because of their age except on the basis of a bona fide
occupational qualificati o n, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents, employees,
subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitation to
advertisement for employees to work on this contract, a maximum age limit for such employment
unless the specified maximum age limit is based upon a bona fide occupational qualification,
retirement plan or statutory requirements.
Contractor warrants it will fully comply with the policy and will defend , indemnify and hold City
harmless against any claims or allegations asserted by third parties or subcontractors against the City
arising out of the Contractor's and/or it s s ubcontractors ' alleged failure to comply wit the above
referenced Policy concerning age discrimination in the performance of the contract.
17. D1SABILITY: In accordance with provision of the American with Disabilities Act of 1990 (ADA),
Contractor warrants that it and any and all of its s ubcontractors will not unlawfully discriminate on;
the basis of disability in the provision of services to the general public , nor in the availability, terms
and/or conditions of employment for applicants for employment with , or employees of the Contractor
or any of its subcontractors. Contract warrants it will fully comply with ADA 's provision and any
other applicable Federal, State, and local laws concerning disability and will defend , indemnify and
hold harmless against any claims or alle ga tions asserted by third parties or subcontractors against the
City arising out of the Contractor's and/or its subcontractor's alleged failure to comply with the above
referenced Policy concerning disability discrimination in the performance of this contract.
18. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth
Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority bu s iness
enterprises and women business enterprises in City contracts. A copy of the Ordnance can be
obtained from the Office of the City Secretary . The bidder shall submit the MBE/WBE
UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM , and/or the GOOD FAITH EFFORT FORM ("with
Documentation ") and /or the JOINT VENTURE FORM as appropriate . The Documentation must be
received by the managing department no later th a n 5:00 p.m ., five (5) City business days after the bid
opening date. The M/WBE goa l is 22 %. The bidder shall obtain a receipt from the appropriate
employee of the mana g ing department to whom delivery was made. Such receipt shall be evidence
that the documentation was received by the City. Failure to comply shall render the bid non-
respons1ve.
Part A _contractdocum e nt s .d oc -Not ice to Bi d ders A-7 4/I 3/11 • Draft
C ity o f Fo rt W orth
N orth H o ll y WTP
Pump S tati on Di scharge Pipe R e pl acement
Upon request, Contractor agrees to provide the Owner complete and accurate information regarding
actual work performed by a Minority Business Enterprise (MBE) and /or Women Business Enterprise
(WBE) on a contract a nd payment thereof. Contractor further agrees to permit any audit and /or
examination of any books, records or files in its possession that will substantiate the actual work
performed by an MBE and /or WBE. The misrepresentation of facts ( other than a ne g ligent
mi s representation) and/or the commission of fraud by the Contractor will be grounds for termination of
the c o ntract and/or initiating action under appropriate federal, state or local laws or ordinances relatin g to
fal s e statements. Further, any such misrepresentation (other than a negli gent misrepresentati o n) and/or
commission of fraud will result in the Contractor being determined to be irresponsible and barred from
participating in City work for a period of time of not less than three (3) years.
19 . ADDENDA: Bidders wanting further information , interpretation or clarification of the contract
documents must make their request in writing to the Fort Worth Water Department Engineering
Services, at least 96 hours prior to bid opening. Answers to all such requests will be bound and made
a part of the Contract Documents , or should the bidder be in doubt as to their meaning, the bidder
should at once notify the fort Worth Water Department Engineering Services, in order that a written
addendum may be sent to all bidders. Any addenda issued will be mailed or be delivered to each
prospective bidder. The bid proposal as submitted by the bidder must be so constructed as to include
any addenda issued by the Fort Worth Water Department, prior to 24 hours of the opening of bids
with appropriate recognition of addenda so noted in the bid proposal. Bidders are responsible for
obtaining all addenda to the contract documents and acknowledging receipt of the addenda by
initialing the appropriate spaces on the proposal form . Bids that do not acknowledge receipt of all
addenda may be rejected as being non-responsive . lnformation regarding the status of addenda m ay
be obtained by contacting the Water Department or Design Engineer.
20 . PRE-BJD CONFERENCE: The pre-bid conference for bidding Contractors will be held by
representatives of the Fort Worth Water Department and the Consulting Engineers in the North Holly
Clas sroom at the Holly Water Treatment Complex, 1511 11 1
h Ave., Fort Worth , Texas 76102 on April
27 , 20 I I at 8:30 a.m. This conference is for the purpose of interpretation for bidding Contractors o f
Contract Documents, including plans and specifications, for construction of the Project. Only
c o mments addressed in subsequent Addenda will be binding.
END OF SECTION
Part A _con tr actdoc ument s .do c -Noti ce to Bidders A-8 4/13/1 I -Drafl
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TO: The Purchasing Department
City of Fort Worth, Texas
PROPOSAL
FOR: NORTH HOLLY WATER TREATMENTPLANT
Fort Worth, Texas
05/12/2011
PUMP STATION DISCHARGE PIPE REPLACEMENT PROJECT
CAPITALPROJECTNO. 1631
Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans, specifications and
the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish
all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and
specifications, and subject to the inspection and approval of the Director, Water Department of the City of
Fort Worth. If required by this project, Contractor must be pre-qualified in accordance with the projects
sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the
City Council and required by this project; the bidder is bound to execute a contract and furnish
Performance, Payment Bond, and Maintenance Bond approved by the City of Fort Worth for performing
and completing said work within the time stated for the following sums, to wit:
The Undersigned Bidder proposes to complete the work as shown on the plans and described in the
specifications for the following prices: .
ITEM 1 -PUMP STATION DISCHARGE PIPE REPLACEMENT
For the complete construction of the North Holly Water Treatment Plant Pump Station Discharge Pipe
Replacement, and all equipment, materials and services required in accordance with the contract documents,
plans, and specifications for the project, for the lump sum of: (words and figures)
7M, //hL/()A/ ~d.Jk¥7 ~I'~
------------· _(Dollars) ~~ lJS~ t76'0 Oc:7
ITEM 2 -TRENCH SAFETY
For all trench safety related to the construction of the North Holly Water Treatment Plant Pump Station
Discharge Pipe Replacement and all related appurtenances in accordance with the contract documents, plans,
and specifications for the project, for the lump sum of: (words and figures)
___________________ (Dollars)
TOT AL BID (word and figures) {Items I and 2)
??1/!ff .11£.1/tf,d o~ d~ ?'l!!&7Y . ~ ::1J:,,;:» ¥'°
_____ . ____ (Dollacs) :t/3; 1.34ctl'.J · {Jj
B-1
I
I
I
I
I
I
I
I
I
I
I
' I
II
I
I
Within ten (10) days of notification by City, the undersigned will execute the formal contract and will
deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the
faithful performance of this Contract. The attached bid security in the amount of 5% is to become the
property of the City of Fort Worth, rexas, in the event the contract and bond or bonds are not executed
and delivered within the time above set forth as liquidated damages for the delay and additional work
caused thereby.
If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least
one set of the General Contract Documents and General or Special Specifications for Projects, and that
they have thoroughly read and completely understand alJ the requirements and c.onditions of those
General Documents and the specific Contract Documents and appurtenant plans.
The undersigned assures that its employees and applicants for employment and those of any labor
organization, subcontractors, or employment agency in either furnishing of referring employee applicants
to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as
amended by the City Ordinance No . 7400.
The bidder agrees to begin construction within 10 calendar days after issue of the work order, and to
complete the contract within 360 calendar days as set forth in the written work order to be furnished by
the Owner.
(Circle and complete A or B below, as applicable)
A. The principal place of business of our company is in the State of __ ~Irrliana~· =----~
a. Non-resident 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.
b. Non-resident bi d ders in the State of _Indiam;__;._.c.;__;..;,_ __ ___, our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is in the
State of Texas.
Receipt is acknowledged of the following addenda:
Addendum No. 1 (ini ti als)~
Addendum No . 2 (ini tial s)~
Addendum No. 3 (initials) __ _
Addendum No. 4 (initials) ___ _
Addendum No. 5 (initials) __ _
Addendum No . 6 (initials) __ _
(SEAL) if Bidder is Corporation
Date: 9/28/C!j
Reynolds, Inc. was originally mcorp'.)rated on
12/ZT/65 arrl marged with Iayne Christensen Co.
in 2005, giv:ing us a new incoq:oration date,
B-2
By: -!.~.£/-#---.,,,~~----
Title: ~-~...!l=~~~i.!,6;.__i...=-1..1..1.1;;U1L..
Address: 23:6 Glerrla lane
Ihl.las, TX 75229
Telephone: W2/ 484-ryJ::/J
I
I
MATERIAL SUPPLIER INFORMATION FORM-Water Pipe
STEEL PIPE
The STEEL PIPE pipe supplier information fonn bound with this project manual shall be provided by the
Contractor at the time that bids were submitted .
#t~(_.#Vf/,,,2k ~~~L
Nam~ of Manufacturer Type of Pipe
/} --r::;; H~us~o.,.t..J / I\
Home Office Address of Manufacturer 6£u 7 -ro/,.J} 1Y .
Location of plant in which pipe a nd fittings are to be manufactured
DUCTILE IRON PIPE
The DUCTILE IRON PIPE pipe supplier information form bound with this project manual shall be
provided by the Contractor at th e time that bids were submitted.
Name of Manufacturer Type of Pipe
Home Office Address of Manufacturer
Location of plant in which p ipe and fitt ings are to be manufactured
MATERIAL SUPPLIER INFORMATION FORM -12-inch and Smaller Pipe
The pipe and valve supplier information form bound with this project manual shaJI be provided by the
Contractor at the tim e that bids were submitted. ·
//;} ~fft-{
Name of Manufacturer Type of Pipe
DALU15) ~
Home Office Addres? of M a nufacturer -
. f2Atllt:i 1 -<
Location of plant in whicJipipe and fitt ings are to be manufactured
B -3
FORT WORTH
----. City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract Is $25,000 or more, the M/WBE goal Is appllcable.
If the total dollar value of the contract Is less than $25,000 , the M/WBE goal is not appilcable.
POLICY STATEMENT
It Is the policy of the City of Fort Worth to ensure the full and equllable participation by Minority and Women Business
Enterprises (M/WBE) In the procurement of all goods and services to the City on a contractual bas is. All requirements
and regulatlons stated In the City's current Minority and Women Business Enterprise Ordinance apply to this bid.
M/WBE PROJECT GOALS
Th':! C ilis MiWEll:: gcial o n this µroiar.t is __ 2_2 __ % oi U1e tottt l bia (Base bid applies to Pn r k r. and Community Ser.,ic<.>!.')
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25,000 or more, bidders are required lo comply wilh the Intent of the City's M/WBE Ord inance by
either of the follow ing :
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture .
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department, within the following times allocated, in order
for the entire bid lo be considered res onsfve to the specifications. :-· '"'"/'1:,'':( '\ ' ·7 nlfili6fi ~,J~lw§i~Rli~~~r ,. ____ ... ~ .. ;"' . .. ]1~~~11
1. Subcontractor Utlllzatlon Form, if goal Is received by 5:00 p.m .• five (5) City business days after the bid
met or exceeded: ooenlno date, excluslve of the bid ooenlno date .
2. Good Faith Effort and Subcontractor received by 5:00 p.m ., five (5) City business days after the bid
Utlllzatlon Form, if participation Is less than opening date, exclus ive of the bid opening date.
stated goal:
3. Good Faith Effort and Subcontractor received by 5:00 p.m ., five (5) Clly bus iness days after the bid
Utilization Form, If no M/WBE oarticloatlon: ooenina date , exc lusive of the bid ooenlno dale .
4. Prime Contractor Waiver Form, ff you w!II received by 5:00 p.m ., five (5) City business days after the bid
perform all subcontracUno/suoolier work: opening date, exclusive of the bid opening dale .
5. Jo'int Venture Form, If utilize ajolrit venture received by 5:00 p.m., five (5) City business days after the b!d
to met or exceed goal. ooenfng date, exclusive of the bid opening date .
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
Any qLh'.!stlons , please contact the M/WBE Office at (817) 392-6104.
Rev . 11/1/05
FORT WORTH ---....----City of Fort Worth
Subcontractors/Suppliers Utilization Form
AITACHMENT 1A
Page 1 of4
PRIME COMPANY NAME: Check applicable block to describe prime
Reynolds, Inc. I MIW/DBE I X I PROJECT NAME: NON·MIW/DBE
North lblly WIP Punp station DiEcharge
Piµ? Replacanent BID DATE
5/12/11
City's M/WBE Project Goal: I Prime's M/WBE Project Ulilizatlon: PROJECT NUMBER
22 % 22 % #1631
Identify fill subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of.bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offeror agrees to enter Into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
M/WBEs listed . toward meeting the project goal must be located In the nine (9) county marketplace or
currently doing business In the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,
Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 151 tier, a payment by a subcontractor to
its supplier is considered 2nd tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have
oeen determined to be bonaflde minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business
Enterprise (DBE) Is synonymous with Minority/Women Business Enterprise (M/WBE).
· If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease
trucks from another M/WBE firm, Including M/WBE owner-operators, and receive full MIWBE credit. The
MNJBE may lease trucks from non-MNVBEs, including owner-operators, but will only receive credit for the
fees and commissions earned bv the M/WBE as outlined in the lease agreement.
Rev . 5/30/03
ATIACHMENT 1A
Page 2 of4
Primes are required to Identify ALL subcontractors/suppliers, regardless of status; I.e ., Minority, Women and non -M/WBEs.
Please 11st MIWBE firms first, use addillonal sheets If necessary.
Certlncatlcn N
(check one) D
n SUBCONTRACTOR/SUPPLIER T N T Detail Detail
Company Name I C X M Subcontracting Work Supplies Purchased Dollar Amount
Address e M w T D w
Telephone/Fax r B B R 0 B E E C T e:
A
J & S Valve 1 X X Turnish Gate $500,CXXl.OO
2323 1st st. Valves
fuffmm, TX 773:£,
Gar-Tux Construction C.OW 1 X Camrete $ so,c:ro.oo
441 US Highway 00 East Fonnwork
&mnyvale, TX 75182.
Ehane: 972-203-1700
Fax: 972-203-9383
1KT & .Associates, llC 1 X Misc. Pip;! As.sec-$105,CXXl.CO
P.O. fux €68 cries & Misc.
Mili.ssa, TX 75454 Valves
Ehone: 214-544--0440
Tux: 214-544-3584
H3.lJnBrk &lpply X steel Pip;! $7.30 'c:ro. 00
5148 Lotus st. fupplier'
I-bt.Ston, TX 77045
!:hone: 713-f:&1.-783)
Tux: 713-f64--22ffi
Rev. 5130/03
FmrrWORTH -.....,.--
ATIACHMENT 1A
Page 3 of4
Primes are required to identify ALL subcontractors/suppllers, regardless of status; i.e., Minority, Women and non-M/WBEs.
Please list M/vVBE firms first , use additional sheets if necessary.
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER T n
N T Detail Detail Company Name I C X M Subcontracting Work Supplies Purchased Dollar Amount
Address e M w T D w Telephone/Fax r B B R 0 B E E C T E
A
Rev . 5130/03
FORT WORTH
~-
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS
$
$
$
8J5' CXX). 00
730, CXXl .oo
1, 42.5 ' CXX). CX)
AITACHMENT 1A
Page 4 of 4
The Contractor will not make additions, deletions , or substitutions to th i s certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offerer further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including
M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or
examination of any books, records and files held by their company. The bidder agrees to allow the
transmission of interviews with owners, principals, officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or
Local laws concerning false statements. Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an Irresponsible Offerer and barred from participating In
City work for a period of time not Jess than one (1) year.
AWh~
Carl J. Arv:in
Printed Signature
President Jeff Beming
Title Contact Name/TIUe (If different)
.Reynolds, Inc. ( 812) e65-3g32
Company Name
.q3;,6 Glenda lane
Telephone and/or Fax
Ihllas, TX 75229 Jbeoting@reynolds.inc. can
Address E-mail Address
5/16/11
City/State/Zip Date
Rev. 5130/03
FORT WORTH ........ ~
City of Fort Worth
Prime Contractor Waiver Form
ATIACHMENT 18
Page 1 of 1
PRIME COMPANY NAME : Check applicable block to describe
prime
PROJECT NAME : I M/W/DBE I I NON -M/W/DBE
BID DATE
City 's M/WBE Project Goal: PROJECT NUMBER
%
If both answers to this form are YES , do not complete ATIACHMENT 1C(Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided , if applicable . If the answer to e ither question is
NO , then you must complete ATTACHMENT 1C . This form is only applicable if hm.b answers are yes .
Failure to complete this form in its entirety and be received by the Managing Department on or before
5:00 p.m.1 five (5) City business days after bid opening, exclusive of the bid opening date, will result in the
bid being considered non-responsive to bid specifications.
Will you perform this entire contract without subcontractors? YES
If yes , please provide a detailed explanation that proves based on the size and scope of this NO project , this is your normal bus iness practice and prov ide an operat ional profile of your business.
Will you perform this entire contract without suppliers? YES
If yes , please provide a detailed explanation that proves based on the s ize and scope of this
project , this is your normal bus iness practice and prov ide an inventory profile of your business . NO
The bidder further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including M/WBE(s) on th is contract , the payment
therefore and any proposed changes to the original M/WBE(s) arrangements submitted with th is bid . The bidder
also agrees to allow an aud it and/or examination of any books , records and files held by their company that will
substantiate the actua l work performed by the M/WBEs on this contract, by an authorized officer or employee of
the City . Any intentional and/or knowing misrepresentation of facts will be grounds for term inat ing the contract or
debarment from City work for a period of not less than three (3) years and for in itiating act ion under Federal , State
or Local laws concerning false statements . Any failure to comply with this ordinance creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from partic ipating in C ity work for a
period of time not less than one ( 1) year.
Authorized S ignatu re Printed Signature
Title Contact Name {if d ifferent)
Compa ny Name Phone Nu m be r Fa x Number
A dd re ss Ema il Address
City /State/Zip Date
Rev . 5/30/03
FORT WORTH .......... ~
PRIME COMPANY NAME:
PROJECT NAME :
City's M/WBE Project Goal :
%
City of Fort Worth
Good Faith Effort Form
I PROJECT NUMBER
ATTACHMENT 1C
Page 1 of 3
Check applicable block to descri be
prime
I M/W/DBE I I NON-MNV/DBE
BID DATE
If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your
DBE participation is less than the City's project goal, you must complete this form.
If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a
"good faith effort", the bidder will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 6 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresentation the facts or intentional discrimination by the bidder.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of
bid opening date, will result in the bid being considered non-responsive to bid specifications.
1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this
project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES
OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the
21\a tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Rev . 05/30/03
ATTACHMENT 1C
Page 2 of 3
2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE
subcontractors andlor suppliers from the City's M/WBE Office.
__ Yes
__ No
Date of Listing __ ! ___ ! __
3.) Did you solicit bids from M/WBE firms, within the subcontracting andlor supplier areas previously
listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are
opened?
__ Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.)
__ No
4.) Did you solicit bids from M/WBE firms, within the subcontracting andlor supplier areas previously
listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are
opened?
__ Yes (If yes, attach list to include !l™ of M/WBE firm, person contacted, phone number and date and time of contact.)
__ No
NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile
is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and
documentation faxed.
NOTE: If the list of M/WBEs for a particular subcontractinglsupplier opportunity is ten (10) or less, the
bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a
particular subcontractinglsupplier opportunity is ten (10) or more, the bidder must contact at least two-
thirds (213) of the list within such area of opportunity, but not less than ten to be in compliance with
questions 3 and 4.
5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of
plans and specifications in order to assist the M/WBEs?
__ Yes
__ No
6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in
the forms of an affidavit, include a detailed explanatio1.1 of why the M/WBE was rejected and any
supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide
dispute concerning quotes, the bidder will provide for confidential in-camera access to and
inspection of any relevant documentation by City personnel.
(Please use additional sheets, if necessary, and attach.)
Company Name Telephone Contact Person Scope of Work Reason for Rejection
Rev. 05/30/03
ADDITIONAL INFORMATION:
ATTACHMENT1C
Page 3 of 3
Please provide additional information you feel will further explain your good and honest efforts to obtain
M/WBE participation on this project.
The bidder further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The bidder also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any failure to comply with this ordinance and creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from
participating in City work for a period of time not less than one (1) year.
The undersigned certifies that the information provided and the M/WBE(s) listed
was/were contacted in good faith. It is understood that any M/WBE(s) listed in
Attachment 1 C will be contacted and the reasons for not using them will be verified by
the City's M/WBE Office.
Authorized Signature Printed Signature
Title Contact Name and Title (if different)
Company Name Phone Number Fax Number
Address Email Address
City/State/Zip Date
Rev. 05130103
FORT WORTH
-"-, •. ~
CITY OF FORT WORTH
Joint Venture Elieibility Form
All questions must be answered; use "NA" if applicable.
Joint Venture
Page 1 of 3
Name of City project:------,--,-----,-------,--------------------
A joint venture form must be completed on each pr oject
RFP/Bid/Purchasing Number:-------------
1. Joint venture information:
Joint Venture Name:
Joint Venture Address:
(If applicable)
Telephone:
Cellular:
Facsimile: E-mail address:
Identify the firms that comprise the joint venture:
Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the
'oint venture
M/WBE firm Non-M/WBE
name: firm name:
Business Address : Business Address :
City , State , Zip : City , State , Zip :
Telephone Facsimile E-mail Telephone Facsimile
Cellular Cellular
Certification Status: E-mail address
Name of Certifying Agency:
2 S . f cope o wor k r1i pe orme db hJ "tV t IY t e om en ore:
l)escribe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE:
Rev. 5/30/03
Joint Venture
Page 2 of 3
3. What is the percentage of M/\VBE participation on this joint venture that you wish to be counted toward
meeting the project goal?
4 . Attach a copy of the joint venture agreement.
5 . List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement)
Profit and loss sharing:
Capital contribution s, includin g
equipment:
Other applicable ownership interests:
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day
management and decision making of the joint venture :
Financial decisions
(to in clude Acco unt Payable and Receivable):
Mana ge ment deci sions :
a . Es tim atin g
----------------------------------------- -----
b. Marketin g and Sales
----------------------------------------------
C. Hiring and Firing of manage ment
personnel
----------------------------------------------
d . Purchasing of major equipment
and/or supplies
Supervision of field operations
The City's Minority and Women Business Enterprise Office will review your joint venture submission and
will ha ve final approval of the M/WBE percentage applied toward the goal for the project listed on this
form .
NOTE:
From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar
amounts/percentages change from the originally approved information, then the participants must inform the City's
M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and
may result in debarment in accord with the procedures outlined in the City 's M/WBE Ordinance .
Rev . 5/30/03
Joint Venture
Page 3 of 3
AFFIDAVIT
The undersigned affirms that the foregoing statem ents are true and correct and include all material information
necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work , decision-making responsibilities and payments
herein .
The City also reserves the right to request any additional information deemed necessary to determine if the joint
venture is eligible. Failure to cooperate and /or provide requested information within the time specified is grounds
for termination of the eligibility process .
The undersigned agree to permit audits, interviews with owners and examination of the books , records and files
of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture's eligibility and may initiate action under Federal , State and /or Local laws/ordinances concerning false
_ statements or wi I lful _misrepresentation of _facts. ________________ ------------------------------------------------------------------------------------------------------
Name ofM/WBE firm N ame of non-M/WBE firm
Printed Name of Owner Printe d Name of Owner
Signature of Owner Signature of Owner
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
.
Title Title
Date Date
Notarization
State of County of ------------------------------------
On this _____________ day of ________ , 20 __ , before me appeared
_____________________ and ____________________ _
to me personally known and who , being duly sworn , did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed .
Notary Public --------------------------
Print Name
Notary Public--------------------------
Si gnature
Commission Expires------------------------(seal)
Rev . 5/30/03
CERTIFICATE OF INSURANCE
TO: CITY OF FORT WORTH Dale~ 7/21/11
NAME OF PROJECT: J::jorlh Hollv WntcrTrentmcn t Pinnt Pump Station Dischnrgc Pipe Rcplnccmcnt Prolcet
PROJECT NUMBER: 1631
IS TO CERTIFYTHAT: Reynolds , Inc -''---'--------------------------
1 s, nt the date oflhis certificate, Insured by th is Company with re spect to the business opcralions hereinafter described, for
!he type ofinsurnnce and accordance with provisions of the standDrd policies used by this Company, and fi.irthc:r
hereinafter described. Exception~ to .standard policy noted on rev erse side hereof.
n'PE OF INSURANCE
Policy Effective Expires Limits ofLiabilitv
Worker's Compensation MIMI' 11 7 01 ROO 5/1 /11 5/1/12 Statutorv
Comprthcnsive General Bodlly Injury:
lniiuran!.!:l Qo .
uld Republic In s. Co .
t.lubllity lnsurnnce (Public 5/1/11 5/1 /12 Ea. Occurrence: s2.ooo.ooo Old Republic I ns . Co .
Liability) MWZY 59 151 Property Damage:
Ea. Occurrence: $ Included
Blastfng MWZY 59 151 5/1/11 5/1/12 Ea. Occurrence: S Included
Colhipse of Building or
structures adjacent lo MWZY 59 151 5/1/11 5/1/12 Ea. Occurrence: S1ncluded
excavations
D.vn11ge to Underground
MWZY 5915 1 5/1/1 1 5/1/12 s Included Utllities Ea. Occurrence:
Builder's Risk 026159794 8/1/1 0 8/1/11 Project Cost Lexington
Comprehensive Bodily Injury: CSL
Old Republic I Automobile Liability MWTB21277 En. Person: $2,000,000 ns . Co .
5/1/11 5/1/12 Ea. Occurrence: Slncluded
Property Damage
slncluded Ea. Occurrence:
Bodily Injury: s Included Old Republic I
Contractual Liability Include d in the GL 5/1/1 1 5/1/12 Ea. Occurrence:
Property Damage:
$ Included Ea. Occurrence:
Other Umbrella B80788 6-0 7 5/1/11 5/1/12 $2 ,000,000 each Occur/ American Gua
$2 ,000 ,000 Aggregate & Liability
Locations covered: 1500 11th Aye Em:t Wprth TX 761Q2
All Work as s ociate d with No rth Holly Water Treatment Plant Pump Station Discharge Pipe Replacement
Description of operations covereu.·..,,P~r.,..o· ... ec,..t ________________________ _
The above policies either in the body thereo f or by appropriate en dorsement provided that they mny not be changed or
canceled by the insurer in ress tha n fi ve (5) da ys ofter the insured has received written notice of such chnnge/or
cancellation.
Wlme applicable local laws or regul nt lons requ ire more than fi ve (5) clnys Dctunl notice ofchnnge or cnnccllaiion to be
assured, the above polic ies contai n such special req uirements, eit her in the body thereof or by appropriate endorsement
thereto nttnched . ·
The City, its officers, empl oyees and scrvun 1s shall be en dorsed a~ an additional insured on Contractor's insurance policies
excepting employer's liabilily insu ra nce covera ge under Contrac to r's workers' compensation lnsunmce policy.
Old Republ ic Insurance Co/ American Guarantee & Liability/
A2ency Lockton Comp anies, LLC ln~ura ncc Co .... 1 e ... x ... iogl.r,iu.0 ..... 0-...,......,...--~--------
Kansas City Aizent Diane Bu rgess
Address 444 W. 47th St , Ste . 900 KCMO 6 41 12
By
Till e
" i
ns . Co .
rantee
Bond No. 1056 4 8730
PERFORMANCE BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS:
Reyno l d s, Inc.
4520 N. Sta t e Rd. 3 7 That we, (1) Orl e ans, IN 4 745 2 as
Trav eler s Casualty and Sure t y Comp a n y
Principal herein, and (2) Con struc t ion S ervi ces, Travelers Bond & Financial Products a
One Towe r Square, Har tford , CT 06183
corporation organized under the laws oftbe State of(3) Connecitcut • and who 1s
authorized to issue surety bonds in the State of Texas, Surety herein, are held and finnly bound
unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties.
Texas, Obligee herein, in the sum of Three Million, One Hundred Thirty -Sev en Thous and
and o o / 1 o o -- -Dollars ($ 3 , 13 7, o o o . o O) for the payment of which sum we bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and severally. firmly by these
presents.
WHEREAS, Principal bas entered into a certain written contract with the Obligee dated
the ..l.L.day of :Tu /y . 20_.1L a copy of which is attached hereto and made a part
1 hereof for all purposes, for the construction of __________________ _
North Holly WTP Pump Station Discharge Pipe Replacement
Capital Project No. 1631
NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall
faithfully perform the work in accordance with the plans, specifications, and contract documents
and shall fully indemnify and hold harmless the Obligee from all costs and damages which
Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all
outlay and expense that Obligee may incur in making good such default, then this obligation
shall be void; otherwise, to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of such statute, to the same extent as if it were copied at length
herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the
Surety have executed this instrument.
SIGNED and SEALED this / C, day of_~])-(.,_1_'1-----• 20_1L.
(SE AL)
Principal
ATIEST:
Bond No. 105648730
Reynolds, Inc.
PRINCIPAL By:4/L.......____
Name:~-
7
Title: Vice President _ _;.:;"'-"-.=.;===------
Address: 4520 N. State Rd. 37
Orleans, I N 47452
Travelers Casualty and Surefy
SUR~-
B~ -
Company
Power of Attorney (see attached)
Secretary
Name:Steven M. Garr~t ~_
Attorney in Fact ---~::~:--.~
NOTE: (1)
(2)
(3)
Construction Service s · --
Address:Travelers Bond & Financial Products
One Tower Square
Hartford, CT 06183
Telephone Number: (860) 277-2895
Agency: Garrett Stotz Company
1 60 1 Alliant Avenue
Louisvi lle, KY 4029 9 -6338
(502) 415-7000
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-In-Fact.
The date of bond shall not be prior to date of Contract.
COUNTERSIGNED BY:
V~10\N~d
David R. Groppell
Elsey and Associates Surety/
Insurance Agency, Inc .
21755-IH-45 North, Bldg . #8
Spring, TX 77388
,, 'TRAVELER s't
WARNING: THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
Attorney-In Fact No.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc .
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
22 004 8
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. Q Q 41 3 8 1 7 3
KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine In surance Company, St. Paul Guardian In sura nc e Company an d St. Paul Mercury In surance
Company are corporations duly organized under th e laws of th e State of Minnesota , that Farmington Casualty Company, Travelers Casualty and Surety Company, and
Travelers Casualty and Surety Company of America are corporations duly organized under the law s of the State of Connecticut, that United States Fidelity and Guaranty
Company is a corporation duly organized under the laws of the State of Maryland , that Fidelity and Guaranty In surance Company is a corporation duly organized under
the law s of the State of Iow a , and that Fidelity and Guaranty In s urance Underwrite rs, Inc., is a corporation duly organized under the law s of the State of Wisconsin
(herein collectively called the "Companies"), and that th e Companies do hereby make, constitute and appoint
De bo rah A. Yates, Steve n M. Garrett , William A. Ka ntl ehner III , Thomas J . Mitche ll , Jeffrey A. Bro wn, Di a ne L. Phe lp s,
S . Annette Mullet, Roger A. Neal, a nd Lind a Kap th a mmer
of the City of __ l._,"'o'""u.,i,,_sv.,_,,il...,le"'------------• State of ____ ---'K'--"--'-e-'-'n-'-tu'-c_k_.,_y _________ , their true and lawful Attomey(s)-in -Fact,
each in their separate capacity if more th an one is na med above, to sign, execute, seal and acknowled ge any and all bonds , recognizances, conditional undertakings and
other writin gs obligatory in the nature thereof on behalf of the Companies in their bu s iness of g uaranteeing th e fide lity of persons, g uaranteeing the performance of
contracts and executing or guaran teeing bonds and undertakings required or permitted in any actions or proceedi ngs all owed by law.
Not limited to a specific dollar amount.
29th
IN WITNESS WHEREOF , the Companies hav e caused this in stru ment to be signed and the ir corporate sea ls to be hereto affixed, this __________ _
d f May 2008 ay o
State of Connecticut
City of Hartford ss.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fid elity and Guaranty Insurance U nderwriters, Inc .
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
® TED
1
By:
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
~ Mey 20~ On this the day of , before me personally appeared George W. Thompson , who acknowledged
himself to be the Senior Vic e Pres ident of Farmington C asualt y Company, Fidelity and Guaranty In surance Company, Fidelit y and Guaranty In suran ce Underwriters,
Inc ., St. Paul Fire and Marine In surance Company, St. Paul Guardian Insuran ce Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety
Company, Travelers Casualty and Surety Company of America, and United States F id elity and Guaranty Company, and that he , as s uch , being authorized so to do.
executed th e foregoing in strume nt for the purposes th erein contained by signin g on behalf of th e corporation s by him se lf as a duly aut horized officer.
In Witness Whereof, I hereunto set my hand and official se al.
My Commission expires the 30th day of Jun e, 2011 .
58440-4-09 Printed in U.S.A.
'-Marie C. Tetrea ult , Notary Public
WARNING: THIS POWER OF ATIORNE Y IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the au thority of the following resolution s adopted by the Boards of Directors of Farmington Casualty Company, Ficjelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters , Inc ., St. Paul Fire and Marine in surance Company, St. Paul Guardian In surance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolution s are now in full force and effect , reading as follows:
RESOLVED , that the Chairman, the President, any Vice Chairman , any Executive Vice President, any Senior Vice President, any Vice President , any Second Vice
Pres ident , the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as hi s or her ce rtificate of authority may prescribe to sign with the Company's name and sea l with the
Company 's sea l bonds, recognizances , contracts of indemnity, and other writings ob li gatory in the nature of a bond , recognizance, or conditional undertaking , and any
of sa id officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED , that the Chairman, the President, any Vice Chairman, any Executive Vice President , any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary ; and it is
FURTHER RESOLVED , that any bond , recognizance , contract of indemnity, or writing ob li gatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) s igned by the President , any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
Pres id e nt , any Second Vice President, the Treasurer, any Assistant Treasurer , the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority ; and it is
FURTHER RESOLVED , that the signature of each of the following officers: President, any Executive Vice President , any Senior Vice President, any Vice Presi dent ,
any Assistant Vice President , any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents , Resident Assi stant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds
and und ertakin gs and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signat ure and facsimile seal shal l be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I, Kori M. Johanson, the undersigned , Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters , Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St . Paul Mercury Insurance Company , Travelers Casualty and
Surety Company , Travelers Casualty and Surety Company of America , and United States Fidelity and Guaranty Company do he reby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been re voked.
IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed the seals of said Companies this i '1 day of _---'-J_1.._I ',_/ ____ , 20 l.!_.
Kori M. Johans
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the
above-na med individuals and the detail s of the bond to which the power is attached.
WARNING : THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
r •
IMPORTANT NOTICE
To ob tain information or mal<e a co mplai nt:
You may call Travelers Casualty and Surety Comp a ny of America and its affiliates ' to ll -
free telephone number fo r information or to make a comp laint at:
Yo u may co nta ct the Texas Department of Jnsurance to obtain information on
companies, coverages , r ights or complaints at:
1 ~800-252-3439
You may write the Texas Department of Insu rance :
P. 0 . B ox 14 9104
Austin, TX 78714-9104
Fax: (5 12) 47 5-177 1
Web: !)rtp:l~.)NwJgi.st:a te .tx.us
E-mail : Co11.surnerProtectfo n@ tdi .state,J!"' us
PREMIUM OR CLAIM DISPUTES :
Sh ould you have a dispute co ncerning your prerrnum or ab out a claim you shou ld
con tact yo ur Age nt or Travelers firs t. If the dispute is not resolved, yo u may con tact t he
Tex as De partment of Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
Th is notice is for information only and does not become a part or condit ion of the
attached document and is give n to comply with Texas legal and re gulatory requi rem ents
(PN -042-B) Ea. i0.18.0 7
Bond No. 105648730
PAYMENT BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
Re y n o lds, I nc.
4520 N . State Rd. 37 That We, (1), Orl e ans, IN 47 45 2
KNOW ALL BY THESE PRESENTS:
as Principal herein, and
Trave lers Ca s ualty a nd Surety Company
(2) Co n struct i on Servi ces, Travelers Bon d & Financial Produc ts a COrporation Organized and
On e Tow e r Squ are, Hartford , CT 06183
existing under the laws of the State of (3) Connect; Cllt , as surety, are held and firmly bound
unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties,
Texas, Obligee herein, in the amount of Three Million, On e Hund red Thirty-Seven Thousand
and oo /100---- - - - --Dollars($ 3,137, ooo. oo ) for the payment whereof, the said Principal
and Surety bind themselves and their heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents:
WHEREAS, the Principal has entered into a certain written contract with the Obligee
dated the _!_i_day of Jv l '1 , 20JL, which contract is hereby referred to and
made a part hereof as if fully and to the same extent as if copied at length, for the following
project: --------------------------------
North Holly WTP Pump Station Discharge Pipe Replacement .
Capital Project No. 1631
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall faithfully make payment to each and every claimant ( as defined in Chap t er
2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of
the work under the contract, then this obligation shall be void; otherwise, to remain in full force
and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said statute, to the same extent as if it were copied at length
herein .
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the
Surety have executed this instrument.
SIGNED and SEALED this I ~ day of __ j,_"~'-'-, _____ _,, 20.JL.
I
Bond No. 105648730
Re y nolds, Inc.
PRINCIPAL
By:~
Name: _ J. Arvin
Title: __ V_ice __ Pres __ iden_'"""t ____ _
(SEAL) Address : 4520 N. State Rd . 37
Or l eans, IN 47452
-~Prl ~p+m
Travelers Casua l ty and Surety C0 mpany
ATIEST:
SUR ~v --
By: ~ -
Power o f Attorney (see a tt ached)
Secretary
Name: S teven M. Garre tt -_.-·..::
Attorney in Fact -.. . 7 ~-:-:_, -~ _.---
NOTE:
__ .. -
Construction Services ·-. · · ·
Add ress:Travelers Bond & Financial Products
::::--
---~--~-:: -..... :~
. ~ -,~ .. --
(1 )
(2)
(3)
One Tower Square
Hartford, CT 06183
Te lephone Number: (860) 277-2895
Agency: Garr e tt .Stotz Company
1601 Alliant Avenue
Louisville, KY 40299-6338
(502) 415-7000
Correct name of Principal (Con t ractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of
Power of Attorney shall be attached to Bond by t he Attorney-in -Fact.
The date of bond shall not be prior to date of Contract.
COUNTERSIGNED BY:
~ u;A ~~~II llqF.SIO E T AGF "
David R. Groppell
Elsey and Associates Surety/
Insurance Agency, Inc.
21755-IH-45 North, Bldg. #8
Spring, TX 77388
)
,,, \\ \\\\I I lfj ,,, J ,,,,
. I .
It t \I• t It 1 1 <II.} ~
'l t '. ·,
\ \' \',
I\'.', '. 'l', .•
() ...
, ' I .. · r
••• ( • , ••••• ''''. ,,' <1 /
',,,, I /. ) \''\ •
,,,,, llflttll\\\ ,, ,,
I (
,' ~
WARNING : THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
TRAVELERS J
Attorney-In Fact No.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
220048
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
U nited States Fid elity and Guaranty Company
Certificate No. Q Q 4 1 3 8 1 7 2
KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Pau l Guardian Insurance Company and St. Paul Mercury In surance
Company are corporations dul y organized und er the laws of the State of Minnesota, th at Farmington Casualty Company, Travelers Casualty and Surety Company, a nd
Travelers Cas ualty and Surety Company of America are corp orations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty
Company is a corporation duly organi zed under the laws of the State of Maryland , that Fidel it y and Guaranty Insurance Company is a corporation duly organized under
th e law s of the State of Iowa, and that Fidelity and Guaranty Insurance Und erwriters, In c., is a corporation duly organized under the laws of the State of Wi scons in
(herei n coll ectively ca ll ed th e "Companies"), and that the Companies do hereby make , constitute and appoint
D e borah A. Yates, Steven M . G arrett , Willia m A. K a ntl e hn e r III , Tho mas J. M itc he ll , J effrey A. B rown , Dia ne L. Phe lps,
S . A nn e tte Mull e t, Roger A. Neal, and Lin da Kap fh a mme r
of the City of Lo ui sv ill e , State of K e ntuc ky , their true and lawful Attomey(s)-in-Fact ,
each in their separate capaci ty if more th an one is named above , to sign, execute , seal and acknowledge any and all bonds, reco gni zances , conditional undertakings and
oth er writings obligatory in the nature th ereof on behalf of the Compani es in their business of guaranteeing the fidelity of persons , g uaranteeing th e performance of
contracts and executin g or guarantee in g bonds and undertakings required or pennitted in any actions or proceedings allowed by law .
Not limited to a s pecific dollar amount.
29th
IN WITNESS WHEREOF , the Companies have caused this instrument to be signed and their corporate sea ls to be hereto affixed , thi s __________ _
d f May 2008 ~o , ___ _
State of Connecticut
City of Hartford ss.
Farm ington Casualty Company
Fideli ty and Guaranty Insurance Company
Fid eli ty and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
® TED
1
By:
St. Paul Mercury In surance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
Uni ted States Fidelity and Guaranty Company
29 th May 2008 On thi s th e day of , before me personally appeared George W. Thompson, who acknow ledged
himself to be the Senior Vice Presid ent of Farmington Casualty Company, Fidelity and Guaranty In surance Company, F idelity and Guaranty In surance Underwriters ,
In c ., St. Paul Fire and Mari ne In suranc e Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety
Com pany, Travelers Casualty and Surety Co mp any of America, and United States Fidelity and Guaranty Company, and that he, as such , being authorized so to do ,
execu ted the fo rego in g in strument fo r th e purposes therein contained by sign in g on behalf of the corporations by him se lf as a du ly authorized officer.
In Witness Whereof, I here unt o set my hand and official seal.
My Commission expires the 30th day of June, 2011.
58440-4-09 Pri nt ed in U.S.A.
\... Mari e C. Tetreault , Nota ry Public
WA RNING : THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATIORNEY IS INVALI D WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following re so lution s adopted by the Boards of Directors of Farmington Casualty Company , Fidl!lity
and Guaran ty In surance Company, Fidelity and Guaranty Insurance Underwriters , Inc., St. Paul Fire and Marine Insurance Company , St. Paul Guardian Ins'urance
Company, St. Paul Mercury Insurance Company, Travelers Casualty an d Surety Company, Travelers Casualty and Surety Company of America , and United States
Fi de lity and Guaranty Company, which re solutions are now in full force and effect , reading as follows:
RESOLVED , th at the Chairman , the Preside nt , any Vice Chairman , any Executive Vice Pres ident , any Senior Vice President , any Vice President , any Second Vice
Pres ident , the Treasurer, any Assi stant Treasurer, the Corporate Secretary or any Ass istant Secretary may a ppoint Attorneys-in-Fact and Agents to act for and on beha lf
of the Com pany and may give such appointee suc h authority as his or her certificate of authority may prescribe to sign with the Company 's name and sea l with the
Company's sea l bo nds , recognizances , contracts of ind e mnity, and other writings obligatory in the nature of a bond, recognizance, or cond itional undertaking , an d any
of said officers or the Board of Directors at any time may remove any such appo intee and revoke the power given him or her; and it is
FURTHER RES OLVED , tha t the Chairman , the Pres ident, any Vice Chairman , any Executive Vice President , any Senior Vice President or any Vice Presid e nt may
delegate a ll or any part of the forego ing authority to one or more officers or employees of thi s Company, provided that each such delegation is in writing and a copy
thereof is fi led in the office of the Secretary ; and it is
FURTHER RESOLVED , that any bond , recognizance , contract of indemnity, or writing obbgatory in the nature of a bond , recognizance , or conditional undertaking
shal l be vali d and binding upon the Company when (a) signed by the President , any Vice Chairman , any Executive Vice President, any Senior Vice President or any Vice
Presi dent , any Second Vice President , the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and du ly attes ted and sealed with th e
Co mpany 's seal by a Secretary or Ass istant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-i n-Fact and Agents pursuant to the power
prescribed in hi s or her certificate or their certificates of authority or by one or more Company officers purs uant to a written delegation of authority; and it is
FURTHER RESOLVE D , that th e s ignature of each of the following officers: Presid ent , any Executive Vice President , any Senior Vice President , any Vice President ,
any Assistant Vice President , any Secretary, any Assistant Secretary , and th e seal of the Company may be affixed by facs imi le to any Power of Attorney or to any
certificate re lating thereto appointing Resid e nt Vice Presidents , Resident Assistant Sec retaries or Attorneys-in-Fact for purposes on ly of executing and attesting bond s
and undertakings and other writings obligatory in the nature thereof, and any such Powe r of Attorney or certificate bearing such facsimi le signature or facsimi le seal
shall be valid and binding upon the Company and any such power so executed and certified by such fac simile signature and facs imile seal shall be valid and binding on
the Co mpan y in the future with re spect to any bond or understanding to which it is attached.
I , Kori M. Johanson , the undersigned , Assistant Sec retary , of Farmington Casualty Company, Fidelity and G uaranty Insurance Company , Fidelity and Guaranty In surance
Und e rwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian In surance Company, St. Pau l Mercury Insurance Company, Travel ers Casualty and
Suret y Company, Travelers Casualty and Surety Company of America , and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF , I have hereunto se t my hand and affixed the seals of said Companies this -~/~1 __ day of __ Jt_fl_/~~/~------• 20 /j__
Kori M. Johan s
... -~
r -.
----
To verify the authe~ticity ofthis Power of Attorney, call 1-800-421-3880 or contact us at www.trave lersbond .com. Please refer to the Attorney-In-Fact number, th e
a bove-named individ uals and the details of the bond to which the power is attached.
WAR NING: T HIS POWER O F ATIORN EY IS INVALID WITHOUT THE RED BORDER
IMPORTANT NOTICE
T o obtain information or make a complaint:
You may call Travelers Casualty and Surety Company of America and its affiliates' to ll -
free telephone number fo r information or to make a complaint at:
1-S00-328-2189
You may contact the Texas Department of I nsurance to obtain information on
companies , coverages , rights o r complaints at:
1 -800-252-3439
You may write the Texas Department of Insurance :
P. 0. Box 149104
Austin, TX 78714-9104
F ax: (512) 475-177 1
Web: hnp:J/wwwJctL state.tx .us
E-mail : Co11sumerProtectton@tdl state"J~""us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute co ncerning your premium or about a claim you should
conta ct you r Agent or Travelers first. If the dispute is not resolved, you may contact t he
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or condition of the
attached document and is given to comply with Texas legal and regulatory requirements .
{PN-042-B) Ea. i0.18.07
THE STATE OF TEXAS
COUNTY OF TARRANT
KNOW ALL BY THESE PRESENTS:
Rey nolds , Inc.
§
§
§
MAINTENANCE BOND
That 4520 N. State Rd. 37.0rleans, IN 4 745 2
Bond No . 105648730a
("Contractor"), as
principal, and, Travelers Casu a lty a n d Sure t y Compan y a COrporation organized Under the laWS Of the
State of Connecticut , ("Surety"), do hereby acknowledge themselves to be held and bound to
pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws
of the State of Texas, ("City") in Tarrant County, Texas, the sum of Three Million, o ne Hundred
Thirty -Seven Thousand and 00 /100 --Dollars
($ 3 , 13 7 , O o o · o o - - - - --), lawful money of the United States, for payment of which sum well and
truly be made unto said City and its successors, said Contractor and Surety do hereby bind
themselves, their heirs, executors, administrators, assigns and successors, jointly and severally.
This obligation is conditioned, however, that:
WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort
Worth, dated the Ji_ of :fv I Y , 20...11..., a copy of which is hereto attached and made a
part hereof, for the performance of the following described public improvements:
North Holly WTP Pump Station Discharge Pipe Replacement
Capital Project No. 1631
the same being referred to herein and in said contract as the Work and being designated as project
number(s) 16 31 and said contract, Including all of the specifications,
conditions, addenda , change orders and written instruments referred to therein as Contract Documents
being incorporated herein and being made a part hereof; and,
WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct
the work that it will remain in good repair and condition for and during a period of after the date of the
final acceptance of the work by the City; and
WHEREAS, said Contractor binds itself to maintain said work in good repair and
condition for said term of Two {2) years; and
WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in
part at any time within said period, if In the opinion of the Director of the City of Fort Worth
Department of Water , it be necessary; and,
Bond No. 105 648730a
WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to
repair or reconstruct said Work as herein provided.
NOW THEREFORE, if said Contractor shall keep and perform its said agreement to
maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said
Contract, these presents shall be null and void, and have no force or effect. Otherwise, th is
Bond shall be and remain in full force and effect, and the City shall have and recover from
Contractor and Surety damages in the premises as prescribed by said Contract.
This obligation shall be a continuing one and successive recoveries may be had hereon
for successive breaches until the full amount hereof is exhausted.
IN WITNESS WHEREOF, this instrument is executed in _4 ___ counterparts, each of
which shall be deemed an original, this Ji day of _....;J\;_v_l__,_y _____ , A.O. 20_1_1 _.
Secretary Tobcie Oastain
ATIEST: ..
(s E A L)-::. ·--..... .,.. , -... ... ,,,, --,,,
....... _.., --.
-P~w er ~ Atto-r rrey ( See Attached) -. --:::
COUNTERSIGNED .TI
~o,rt~ Yb.~ -'RESIDENT A T
David R . Groppell
Elsey and Associates Surety/
Insurance Agency, I nc.
21755-IH-45 North, Bldg. #8
Spring, TX 77388
Reynolds, Inc.
Contractor
By :~
Name: eari:kv:in
I
Title: Vice President
Travelers Casualty and Surety __ Com:g_a ny -
Sure~ --~=
By:_~-=-'lc---+--"""""""'c+------~
Name: Steven M. Garrett ---~-... __ _.-. _
-·--·--Title : Attorney-In-Fact
Construction Services, Travelers Bond & Financial Products
One Tower Square , Hartford, CT 06 183
Address
Agency: Garrett Stotz Company
1601 Alliant Avenue
Louisville, KY 40299-633 8
(502) 415-7000
,, TRAVELER s't
WARNING: THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
Attorney-In Fact No .
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc .
St . Paul Fire and Marine Insurance Company
St. Paul Guardian In surance Company
220048
St. Paul Mercury Insurance Company
Travelers Casua lty and Surety Company
Travelers Cas ualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. Q Q 413 816 6
KNOW ALL MEN BY THESE PRESENTS: That St. P aul Fire and Marine In surance Company, St. Paul G uardian Insurance Company and St. Paul Mercury In surance
Company are corporations dul y organized under the laws of th e State of Minnesota , that Farmington Casual ty Company, Travelers Casual ty and Surety Company, and
Travelers Casualt y and Surety Company of America are corporation s duly organized under the laws of the State of Connect icut, that United States Fidelity and Guaranty
Company is a corporation duly organized und er the laws of th e State of Maryland , th at Fidelity and Guaranty Insurance Company is a corporation duly o rgani zed under
the laws of th e State of Iowa , and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State o f Wiscons in
(he re in coll ecti vely called the "Compani es"), and that the Companies do hereby make, const itute and appoin t
D e borah A . Yates, Steven M. G arrett, Willi a m A. Kantle hn e r Ill, Thomas J. Mitchell , J effrey A. Brown , Di a ne L. Phe lp s,
S. Annette Mulle t, Roger A . Neal , and Lind a K aptha mmer
of the City of T auisville , State of Ke ntu cky , th eir true and lawfu l A tt o m ey(s)-in-Fact ,
each in the ir separate capacity if more than o ne is named above, to sig n , execute, seal and acknowledge any and all bonds , recognizances , conditi o nal undertakings and
o ther writings obligatory in the nature thereof on behalf of the Companies in their bus in ess of guaranteein g the fidelity of persons, guaranteeing the performance of
contrac ts and executin g or guaranteeing bonds and undertakings req uired or pennitted in any actions or proceedings a ll owed by law.
Not limited to a specific dollar amount.
29th
IN WITNESS WHEREOF , the Companies have caused this in strument to be s igned and their corporate sea ls to be hereto affixed , thi s __________ _
d f May 2008 ay o
State of Connecticut
City of H art ford ss.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance U nderwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
0 ~ ~
•f,1'1'".'
s "~
;,j
+if..UG.AN
""'%ii1,n11
By:
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casua lty and Surety Company of Amer ica
United States Fidelity and Guaranty Company
29th May 2008 On thi s the d ay of , before me personally appeared George W . Thompson , who acknowledged
himse lf to be the Senior Vice Pres ident of Farmington Casualty Company, Fidelity and Guaranty Ins uran ce Company, Fidelit y and Guaranty In s urance Underwriters,
In c., St. Paul Fire and Marine Insurance Company, St. Paul Guardian In suran ce Company, St. Paul Mercury In s urance Company, Travelers Casualty and Surety
Company, Trave lers Casualty and Sure ty Company of America, and United States Fidelity and Guaranty Company, and th at he, as such , being authorized so to do ,
executed th e foregoing in strument fo r the purposes therein contained by s igning on behalf of the corporat io ns by himself as a du ly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commi ss ion expires the 30th day of June, 20 11 .
58440-4-09 P ri nted in U .S.A.
'-Marie C . Tetreault , Notary Public
WARNING: THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATTORNEY IS INVA LI D WI THOUT THE RED BO RDE R
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of D irectors of Farmington Casualty Company, :Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St . Paul Fire and Marine Insurance Company, St. Paul Guardian Insura~ce
Company, St. Paul Mercury Insurance Company , Travelers Casualty and Surety Company , Travelers Casualty and Surety Company of America , and United States
Fidelity and Guaranty Company , which resolutions are now in full force and effect , reading as follows:
RESOLVED, that the Chairman, the President , an y Vice Chairman , any Executi ve Vice President, any Senior Vice President , any Vice President, any Second Vice
Pres ident, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any As sistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as hi s o r her certificate of authority may prescribe to sign with the Company 's name and seal with the
Company's sea l bonds, recognizances , contracts of indemnity , and other writing s obligatory in the nature of a bond , recognizance , or conditional undertaking, and any
of said officers or the Board of Directors at any tim e may remove an y such appointee and revoke the power given him or her; and it is
FURTHER RES OLVED, that the Chairman, the President , any Vice Chairman , any Executive Vice President , any Senior Vice President or any Vice President may
delegate all or any part of the forego ing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
th ereof is fi led in the office of the Secretary; and it is
FURTHER RESOLVED , that any bond, recognizance , contract of indemnity, or writing obligatory in the nature of a bond , recognizance , or conditional undertaking
shal l be val id and binding upon the Company when (a) signed by the President , any Vice Chairman , any Executive Vice President , any Senior Vice President or any Vice
President, any Second Vice President , the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company 's seal by a Secretary or Assistant Secretary ; or (b) duly executed (under seal , if required) by one or more Attorneys-in-Fact and Agents pursuant to the power
presc r ibed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority ; and it is
FURTHER RESOLVED , that the signature of each of the following officers: President, any Executive Vice Preside nt , any Senior Vice President, any Vice President ,
any Assistant Vice President , any Secretary , any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of exec uting and attesting bonds
an d undertaki ngs and other wri tings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing suc h facs imile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimi le signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I , Kori M . Johanson , the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underw riters, Inc., St. Paul Fire and Marine Insurance Company , St. Paul Guardian Insurance Company , St. Paul Mercury Insurance Company , Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Com pany do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies , which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed the seals of said Companies this --'-~--day of __ J"i._u_l "+'1------' 20 JI
0 ~
Kori M. Johans
To verify th~ ;~tllw.ticit;~f this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, th e
above-named individuals and the details of the bond to which the power is att ached.
WA RNING: THIS POWER OF ATTO RNEY IS INVA LID WITHOU T THE RED BORDER
IMPORTANT NOTICE
T o obtain information or make a com plaint:
You may call Travelers Casualty and Surety Comp an y of America and its affili ates' to ll-
free telephone number fo r informat ion or to make a complaint at:
1-800-328-2189
You may contact the Texas Department of I nsurance to obtain information on
companies , coverages, rights or complaints at:
1-800-252-3439
'(ou may wri te the Texas Department of Insurance
P. 0. Box 1491 04
Austin.TX 78714-9104
Fa x: (512)475 -177 1
Web : htlp:Jlvf~ytJgLstate.tx.us
E-mail: Con_sumert--,rotection@tdi .st.ateJL us
PREMIUM OR CLAIM DISPUTES:
Sh ould you have a dispute concerning your prerrnurn or ab out a claim you shou ld
contact yo ur Agent or Travelers first. If the dispute is not resolved, you may contact the
Texa s Depa rt men t of In surance.
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or condition of the
attached document and is given to comply with Texas legal and regulatory requirem ents.
(Plll-042-B) ea_ io.rn.o,
CITY OF FORT WORTH, TEXAS
CONTRACT
THE STATE OF TEXAS
KNOW ALL MEN BY THESE PRESENTS
COUNTY OF TARRANT
This Contract made and entered into this the 19th day of July , 2011 , by and between the
City of Fort Worth , a home-rule municipal corporation situated in Tarrant, Denton , Parker, and
Wise Counties, Texas, by and through its duly authorized Assistant City Manager, ("Owner"), and
Reynolds, Inc ., ("Contractor"). Owner and Contractor may be referred to herein individually as a
"Party" or collectively as the "Parties ."
WITNESSETH : That said Parties have agreed as follows:
1.
That for and in consideration of the payments and agreements hereinafter mentioned to
be made and performed by the Owner, and under the conditions expressed in the bond bearing
even date herewith , the said Contractor hereby agrees with the said Owner to commence and
complete the construction of certain improvements described as follows :
FOR: City of Fort Worth North Holly WTP Pump Discharge Pipe Replacement
That the work herein contemplated shall consist of the Contractor furnishing as an
independent contractor all labor, tools , appliances and materials , necessary for the construction
and completion of said project in accordance with the Plans and Specifications and Contract
Documents prepared by or on behalf of the City of Fort Worth for the Water Department of the
City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and
Specifications and Contract Documents are hereto attached and made a part of this Contract the
same as if written herein.
3.
The Contractor hereby agrees and binds itself to commence the construction of said work
within ten (10) days after being notified in writing to do so by the Wateri Department of the City of
Fort Worth .
4.
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and
approval of the Water Department of the City of Fort Worth and City Council of the City of Fort
Worth within a period of 360 Calendar days.
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and
Contract Documents within the time so stipulated , plus any additional time allowed as provided in
the General Conditions , there shall be deducted from any monies due or which may thereafter
6/17/09 C-1
become due him , the sum of $1,000 .00) per working day , not as a penalty but as liquidated
damages, the Contractor and its Surety shall be liable to the Owner for such deficiency.
5 .
Should the Contractor fail to begin the work herein provided for within the time herein
fixed or to carry on and complete the same according to the true meaning of the intent and terms
of said Plans, Specifications and Contract Documents , then the Owner shall have the right to
either demand the Surety to take over the work and complete same in accordance with the
Contract Documents or to take charge of and complete the work in such manner as it may deem
proper, and if in the completion thereof, the cost to the Owner shall exceed the contract price or
prices set forth in the Plans and Specifications made a part hereof, the Contractor and/or its
Surety shall pay Owner on demand in writing , setting forth and specifying an itemized statement
of the total cost thereof, said excess cost.
6 .
Contractor covenants and agrees to indemnify the Owner, Owner's Engineer and
Architect, and their personnel at the project site for Contractor's sole negligence. In addition ,
Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense,
the Owner, its officers , servants and employees , from and against any and all claims or suits for
property loss, property damage , personal injury , including death , arising out of, or alleged to arise
out of, the work and services to be performed hereunder by Contractor, its officers, agents,
employees, subcontractors , licensees or invitees, whether or not any such injury, damage or
death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its
officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and
hold harmless the Owner from and against any and all injuries to Owner's officers, servants and
employees and any damage , loss or destruction to property of the Owner arising from the
performance of any of the terms and conditions of this Contract, whether or not any such injury
or damage is caused in whole or in part by the negligence or alleged negligence of Owner,
its officers, servants or employees .
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor either (a)
submits to Owner satisfactory evidence that the claim has been settled and/or a release from the
claimant involved , or (b) provides Owner with a letter from Contractor's liability insurance carrier
that the claim has been referred to the insurance carrier.
The Director may , if deemed appropriate , refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding as a result
of work performed under a City of Fort Worth contract.
6/17/09 C-2
7 .
The Contractor agrees , upon the execution of this Contract, and before beginning work ,
to make , execute and deliver to City of Fort Worth the following bonds in the name of the City of
Fort Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein
provided and the surety must first be acceptable to the City of Fort Worth . All bonds furnished
hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code , as
amended .
A If the total contract price is $25 ,000 or less , payment to the contractor shall be
made in one lump sum . Payment shall not be made for a period of 45 calendar days from the
date the work has been completed and accepted by the Owner.
B. If the contract amount is in excess of $25 ,000 , a Payment Bond shall be
executed , in the amount of the Contract, solely for the protection of all claimants supplying labor
and material in the prosecution of the work.
C. If the Contract amount is in excess of $100 ,000 , a Performance Bond shall be
executed , in the amount of the Contract conditioned on the faithful performance of the work in
accordance with the Plans , Specifications , and Contract Documents . Said bond shall solely be
for the protection of the Owner.
D. A Two-year Maintenance Bond in the name of the Owner is required for all
projects to insure the prompt, full and faithful performance of the general guarantee contained in
the Contract Documents .
8 .
The Owner agrees and binds itself to pay , and the Contractor agrees to receive , for all of
the aforesaid work , and for all additions thereto or deductions therefrom , the price shown on the
Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment
will be made in monthly instal lments upon actual work completed by Contractor and accepted by
the Owner and receipt of invoice from the Contractor. The agreed upon total Contract amount
(including/excluding) alternates N/A, shall
be Three million one hundred and thirty seven thousand Dollars, ($3,137,000 .00).
9.
It is further agreed that the performance of this Contract, whether in whole or in part , shall
not be sublet or assigned to anyone else by said Contractor without the written consent of the
Owner. Any request for any sublease or assignment shall be made in writing and submitted to
the Director of the Water Department.
10 .
The Contractor agrees to pay at least the minimum wage per hour for all labor as the
same is classified, promulgated and set out by the City of Fort Worth , Texas , a copy of which is
attached hereto and made a part hereof the same as if it were copied verbatim herein .
11 .
It is mutually agreed and understood that this Contract is made and entered into by the
Parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth
and the laws of the State of Texas with references to and governing all matters affecting this
Contract , and the Contractor agrees to fully comply with all the prov isions of the same .
6/17/09 C-3
IN WITNESS THEREOF , the City of Fort Worth has caused this instrument to be signed in
counterparts in its name and on its behalf by the City Manager and attested by its Secretary , with
the corporate seal of the City of Fort Worth attached . The Contractor has executed this
instrument through its duly authorized officers in (Four) counterparts with its corporate seal
attached .
Done in Fort Worth , Texas , this the---'-~~--day of ::Tu I y , AD ., 20 .11.
(d-DIRECTOR , WATER DEPARTM
Reymlds, Inc .
CONTRACTOR
TITLE
· 2356 Glerua lane
IWJ.as, TX 7522!9
ADDRESS
6/17 /09
CITY OF FORT WORTH
BY :~ .. ~
ASSISTANT CITY MANAGER
ATTEST :
C-4
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C .A . Labor Code §406 .96 (2000), as amended , Contractor cert if ies t hat
it p rov ides workers' compensation insurance coverage for all of its em p loyees emp loyed
on C ity of Fort Worth Project No . __ 16~6_1 ________ _
STATEOFIBmS
TIIDIANA
COUNTY OF~
ORANGE
§
§
§
CONTRACTOR
Reynolds,~.
::me•~
Title: Vice President
Date : July 19 , 2011
Before me, the undersigned authority , on this day personally appeared
Carl J . .Arvin , known to me to be the person whose name is subs c ribed to the
forego ing instrument, and acknowledged to me that he executed the same as the act
and de ed of Reynolds, Inc. for the purposes and
considerat ion therein expressed and in the capacity therein stated .
Given Under My Hand and Seal of Office this --12:!bday of July , 20_1~1-
R ev 4-15-10
; "','~"
·"
{
.,
,,, =t , PART C-GENERAL CONDITIONS
TABLE OF CONTENTS
NOVEMBER 1, 1987
TABLE OF CONTENTS < ~
"
C 1-1 .,_ DEFINITIONS Cl-1 (1)
,,-Cl-1.1 Definition of Terms Cl-1 (1)
>
Cl-1.2 Contract Documents C 1-1 (2)
Cl-1.3 Notice to Bidders Cl-1 (2) -,'
Proposal Cl-1 (2) Cl-1.4
C 1-1.5 Bidder Cl-1 (2)
C 1-1.6 General Conditions Cl-1 (2) r
,r Cl-1.7 Special Conditions . Cl-1 (2)
' Cl-1.8 Specifications Cl-1 (2) .,. '
Cl-1.9 Bonds Cl-1 (2)
Cl-1.10 Contract Cl-1 (3)
Cl-1.11 Plans C 1-1 (3)
Cl-1.12 City Cl-1 (3)
Cl-1.13 City Council \ Cl-1 (3)
' 1
Cl-1.14 Mayor Cl-1 (3)
' Cl-1.15 City Manager ' Cl-1 (3) ~ . .
Cl-1.16 City Attorney . ' V Cl-1 (3)
Cl-1.17 Director of Public Works Cl-I (3)
Cl-1.18 Director, City Water Department ,' Cl-1 (3)
" ' J Cl-1.19 Engineer Cl-1 (3)
C 1-1.20 Contractor C 1-1 (3) ·~ Cl-1.21 Sureties Cl-I (4)
' ~ Cl-1.22 The Work or Project Cl-1 (4)
"'
Cl-1.23 Working Day " Cl-1 (4)
.• Cl-1.24 Calendar Days CJ-I (4)
C 1-1.25 Legal Holidays Cl-1 (4)
Cl-1.26 Abbreviations Cl-I (4)
Cl-1.27 Change Order C 1-1 (5)
' Cl-1.28 Paved Streets and Alleys " Cl-I (5)
" CJ-1.29 Unpaved Streets or Alleys C 1-1 (6)
Cl-1.30 City Street Cl-1 (6)
Cl-1.31 Roadway C 1-1 ( 6)
Cl-1.32 Gravel Street " Cl-l (6)
C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL
C2-2 . 1 Proposal Form ~ C2-2 (I) 't . '
C2-2.2 Interpretation of Quantities " C2-2 (I) ~. C2-2.3 Examination of Contract Documents and Site of Project C2-2 (2)
~
C2-2.4 Submitting of Proposal C2-2 (2)
C2-2.5 Rejection of Proposals C2-2 (3)
.I, ... .,.
" ' (1) ' ~ ;,
,., ' .-;,l'
' .........
C2-2 .6 Bid Security
C2-2.7 Delivery of Proposal
C2-2.8 Withdrawing Proposals
C2-2.9 Telegraphic Modifications of Proposals
C2-2. l 0 Public Opening of Proposal
C2-2. l l Irregular Proposals
C2-2 .12 Disqualification of Bidders
C3-3 AW ARD AND EXECUTION OF DOCUMENTS:
C3-3. l Consideration of Proposals
C3-3.2 Minority Business Enterprise /Women Business
Enterprise Compliance
C3-3.3 Equal Employment Provisions
C3-3.4 Withdrawal of Proposals
C3-3.5 A ward of Contract
C3-3.6 Return of Proposal Securities
C3-3.7 Bonds
C3-3.8 Execution of Contract
C3-3.9 Failure to Execute Contract
C-3-3.10 Beginning Work
C3-3. l l Insurance
C3-3.12 Contractor's Obligations
C3-3.13 Weekly Payrolls
C3-3.14 Contractor's Contract Administration
C3-3.15 Venue
C4-4 SCOPE OF WORK
C4-4.I
C4-4.2
C4-4.3
C4-4.4
(4-4.5
C4-4.6
(4-4.7
C5-5
C5-5. I
C5-5.2
C5-5.3
(5-5.4
(5-5.5
(5-5.6
(5-5.7
C5-5.8
Intent of Contract Documents
Special Provisions
. Increased or Decreased Quantities
Alteration of Contract Documents
Extra Work
Schedule of Operation
Progress Schedules for Water and Sewer Plant Facilities
CONTROL OF WORK AND MATERIALS
Authority of Engineer
Conformity with Plans
Coordination of Contract Documents
Cooperation of Contractor
Emergency and/or Rectification Work
Field Office
Construction Stakes
Authority and Duties of City Inspector
(2)
C2-2 (3)
C2-2 (3)
C2-2 (3)
C2-2 (3)
C2-2 (4)
C2-2 (4)
C2-2 (4)
C3-3 (I)
C3-3 (I)
C3-3 (I)
C3-3 (1)
C3-3 (2)
C3-3 (2)
C3-3 (2)
C3-3 (3)
C3-3 (3)
C3-3 (4)
C3-3 (4)
C3-3 (6)
C3-3 (6)
C3-3 (6)
C3-3 (7)
C4-4 (1)
C4-4 (I)
C4-4 (I)
C4-4 (2)
C4-4 (2)
C4-4 (3)
C4-4 ( 4)
C5-5 (I)
C5-5 (I)
C5-5 (I)
C5-5 (2)
C5-5 (2)
C5-5 (3)
C5-5 (3)
C5-5 (3)
...
C5-5.9
C5-5 .10
C5-5.11
C5-5.12
C5-5 .13
C5-5.14
C5-5.15
C5-5. l 6
C5-5. l 7
C5-5.18
C6-6
C6-6. l
C6-6.2
C6-6.3
C6-6.4
C6-6.5
C6-6.6
C6-6 .7
C6-6 .8
C6-6.9
C6-6 .10
C6.6.1 l
C6 -6.12
C6-6. l 3
C6-6.14
C6-6. l 5
C6-6. l 6
C6-6.17
C6-6 .18
C6-6 . l 9
C6-6 .20
C6-6.21
C7-7
C7-7. l
C7-7.2
C7-7.3
C7-7.4
C7-7 .5
C7-7.6
C7-7.7
C7-7.8
C7-7.9
Jnspection
Removal of Defective and Unauthorized Work
Substitute Materials or Equipment
Samples and Tests of Materials
Storage of Materials
Existing Structures and Utilities
Interruption of Service
Mutual Responsibility of Contractors
C lean-Up
Fina l Jnspection
LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
Laws to be Observed
Permits an d Licenses
Patented Devices, Materials , and Processes
Sanitary Provisions
Public Safety and Convenience
Privileges f Contractor in Streets, A ll eys,
an d Right-of-Way
Railway Crossings
Barricades , Warnings and Flagmen
Use of Ex plosives , Drop Weight , E tc .
Work Within Easements
Ind ependent Contractor
Cont ractor 's Responsibility for D amage Claims
Contractor's Claim for Dama ges
Adjustment or Relocation of Public Ut ilitie s , Etc .
Temporary Sewer and Drain Connections
Arrangement and Charges for Water Furnished by the City
Use of a Section or Portion of the Work
Contractor's Responsibility for the Work
No Waiver of Legal Rights
Personal Liability of Public Officials
State Sales Tax
PROS ECUTION AND PROGRESS
Sublet1ing
Assignment of Contract
Pro sec ution of The Work
Limitation of Operations
Character of Workmen and Eq uipment
Work Schedule
Time of Commencement and Completion
Extens io n of Time Completion
Delays
(3)
C5-5 (4)
C5-5 (4)
C5-5 (4)
C5-5 (5)
C5-5 (5)
C5 -5 (5)
C5-5 (6)
C5-5 (7)
C5-5 (7)
C5-5 (8)
C6-6 (1)
C6-6 (1)
C6-6 (1)
C6-6 (1)
C6-6 (2)
C6-6 (3)
C6-6 (3)
C6-6 (3)
C6-6 (4)
C6-6 (5)
C6-6 (6)
C6-6 (6)
C6-6 (8)
C6-6 (8)
C6-6 (8)
C6-6 (9)
C6-6 (9)
C6-6 (9)
C6-6 (9)
C6-6 (10)
C6-6 (l 0)
C7-7(1)
C7-7(1)
C7-7 (I)
C7-7(2)
C7-7 (2)
C7-7 (3)
C7-7 (3)
C7-7 (3)
C7-7(4)
C7-7.JO
C7-7 .l 1
C7-7 .I2
C7-7 . 13
C7-7 .14
C7-7.15
C7 -7.16
C7-7.17
C8 -8
C8-8 . l
C8 -8 .2
C8-8.3
C8-8.4
C8-8.5
C8-8 .6
C8-8 .7
C8-8.8
C8 -8.9
C8-8 . l 0
C8 -8 . l l
C8 -8. l 2
C8-8 . l 3
Time of Completion
Suspension by Court Order
Temporary Suspension
Termination of Contract due to National Emergency
Suspension or Abandonment of the Work
and Annulment of the Contract:
Fulfillment of Contract
Termination for Convenjence of the Owner
Safety Methods and Practices
MEASUREMENT AND PAYMENT
Measurement Of Quantities
Unit Prices
Lump Sum
Scope of Payment
Partial Estimates and Retainage
Withholding Payment
Final Acceptance
Final Payment
Adequacy of Design
General Guaranty
Subsidiary Work
Miscellaneous Placement of Material
Record Documents
(4)
C7-7 (4)
C7-7 (5)
C7-7 (5)
C7-7 (6)
C7-7 (6)
C7-7 (8)
C7-7 (8)
C7-7 (11)
C8-8 (1)
C8-8 (1)
C8-8 (1)
C8-8 (1)
C8 -8 (2)
C8-8 (3)
C8-8 (3)
C8-8 (3)
C8-8 (4)
C8-8 (4)
C8-8(4)
C8 -8 (4)
C8-8 (4)
·'
,.
PART C -GENERAL CONDITIONS
Cl-I DEFINITIONS
SECTION Cl-I DEFINITIONS
Cl-I.I DEFINITIONS OF TERMS : Whenever in these Contract Documents the
following terms or pronouns in place of them are used, the intent and meaning shall be
understood and interpreted as follows :
Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written
and drawn documents, such as specifications, bonds , addenda, plans, etc., which govern
the terms and performance of the contract. These are contained on the General Contract
Documents and the Special Contract Documents.
a. GENERAL CONTRACT DOCUMENTS: The General Contract
Documents govern all Water Department Projects and Include the
following Items
PART A -NOTICE TO BIDDERS
PART B -PROPOSAL
PART C -GENERAL CONDITIONS
PART D-SPECIAL CONDITIONS
PART E -SPECIFICATIONS
PERMITS/EASEMENTS
PART F-BONDS
PART G -CONTRACT
..
(Sample)
(Samp le)
(CITY)
(Developer)
White
White
Canary Yell ow
Brown
Green
El-White
E2-Golden Rod
E2A-White
Blue
(Sample) White
(Sample) White
b. SPECIAL CONTRACT DOCUMENTS: The Special Contract
Documents are prepared for each specific project as a supplement to the
General Contract Documents and include the following items :
PART A -NOTICE TO BIDDERS (Advertisement) same as above
PART B -PROPOSAL (Bid)
PART C -GENERAL CONDITIONS
PART D-SPECIAL CONDITIONS
PART E -SPECIFICATIONS
PERMITS/E ASEMENTS
PART F-BONDS
PART G-CONTRACT
PART H -PLANS (Usually bound separately)
Cl-1 (1)
C 1-1 .3 NOTICE TO BIDDERS: All of the legal publications either actually published
in public advertising mediums or furnished direct to interested parties pertaining to the
work contemplated under the Contract Documents constitutes the notice to bidders .
C 1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to
perform the work which the Owner desires to have done , together with the bid security,
constitutes the Proposal, which becomes binding upon the Bidder when it is officially
received by the Owner, has been publicly opened and read and not rejected by the Owner.
C 1-1.5 BIDDER: Any person, persons, firm, partnership, company , association,
corporation , acting directly or through a duly authorized representative , submitting a
proposal for performing the work contemplated under the Contract Documents,
constitutes a bidder.
C 1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction
and contract requirements which govern the performance of the work so that it will be
carried on in accordance with the customary procedure, the local statutes , and
requirements of the City of Fort Worth's charter and promulgated ordinances .
Whenever there may be a conflict between the General Conditions and the Special
Conditions, the latter shall take precedence ..
C 1-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements
\Vhich are necessary for the particular project covered by the Contract Documents and not
specifically covered in the General Conditions. When considered with the General
Conditions and other elements of the Contract Documents they provide the information
which the Contractor and Owner should have in order to gain a thorough knowledge of
the project.
C 1-1.8 SPECIFJCA TIONS: The Specifications is that section or part of the Contract
Documents which set forth in detail the requirements which must be met by all materials,
construction, .workmanship, equipment and services in order to render a completed an
useful project. Whenever reference is made to standard specifications, regulations ,
requirements, statutes, etc., such referred to documents shall become a part of the
Contract Documents just as though they were embodied therein .
C 1-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by
the Contractor for prompt and faithful performance of the contract and include the
following:
a . Performance Bond (see paragraph C3-3 .7)
b. Payment Bond (see paragraph CJ-3.7)
c. Maintenance Bond (see paragraph C3-3 .7)
d. Proposal or Bid Security (see Special Instructions to Bidders. Part A and
C2-2 .6)
Cl-I (2)
Cl-1.10 CONTRACT: The Contract is a formal signed agreement between the owner
and the Contractor covering the mutual understanding of the two contracting parties
about the project to be completed under the Contract Documents .
C 1-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the
Owner's representative showing in detail the location , dimension and position of the
various elements of the project, including such profiles, typical cross-sections, layout
diagrams , working drawings, preliminary drawings and such supplemental drawings as
the Owner may issue to clarify other drawings or for the purpose of showing changes in
the work hereinafter authorized by the Owner. The plans are usually bound separately
from the other parts of the Contract Documents, but they are part of the Contract
Documents just as though they were bound therein.
C 1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and
chartered under the Texas State Statutes, acting by and through its governing body or its
City Manager, each of which is required by charter to perform specific duties .
Responsibility for final enforcement of the Contracts involving the City of Fort Worth is
by Charter vested in the City Manager. The terms City and Owner are synonymous .
C 1-1. 13 CITY COUNCIL: The duly elected and qualified governing body of the City
of Fort Worth , Texas.
C 1-1 .14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern
of the City of Fort Worth , Texas . .
C 1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of
the City of Fort Worth , Texas, or his duly authorized representative.
Cl-1.16 CITY ATTORNEY : The officially appointed City Attorney of the City of Fort
Worth , Texas , or his duly authorized representative.
Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City
of Fort Worth , Texas, referred to in the charter as the City Engineer, or his duly
authorized representative.
Cl -1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed
Director of the City Water Department of the City of Fort Worth, Texas, or his duly
authorized representative, assistant , or agents.
C 1-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth
City Water Department , or their duly authorized assistants , agents, engineers, inspectors,
or superintendents, acting within the scope of the particular duties entrusted to them .
C 1-1.20 CONTRACTOR: The person , person 's, partnership, company, firm , association ,
or corporation, entering into a contract with the Owner for the execution of work, acting
directly or through a duly authorized representative. A sub-contractor is a person , firm ,
C 1-1 (3)
corporation , supplying labo r and mat e rial s or only labor, for the work at the site of the
project.
C 1-1.21 SURETI E S : The Corpo rate bodi e s which are bound by such bonds as are
required with and for the Contractor. The s ureties engaged are to be fully responsible for
the entire and satisfactory fulfillment of the Contract and for any and all requirements as
set forth in the Contract Documents and approved changes therein.
Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and
covered by the Contract Documents, including but not limited to the furnishing of all
labor, materials , tools , equipment, and incidentals necessary to produce a completed and
service a ble project.
C 1-1 .23 WORKING DAY: A working day is defined as a calendar day , not including
Saturdays, Sundays, and legal holidays , in which weather or other conditions not under
the control of the Contractor permit the performance of the principal unit of work for a
period of not less than seven (7) hours between 7 :00 a.m. and 6:00 p.m ., with exceptions
as permitted in parag raph C7-7.6
CJ-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days
being excepted .
Cl-1.25: LEGAL HOLIDAYS : Legal holidays shall be observed as prescribed by the
City Council of the City of Fort Worth for obs ervance by City employees as follows:
1.
2.
3 .
4.
5.
6.
7.
8 .
9 .
New Year's day
M .L. King, Jr. Birthday
Memorial Day
Independence Day
Labor Day
Thanksgiving Day
Thanksgiving Friday
Christmas Day
Such other days in lieu of holidays as
the City Council may determine
January I
Third Monday in January
Last Monday in May
July 4
First Monday in September
Fourth Thursday in November
Forth Friday in November
December 25
When one of the above named holidays or a s pecial holiday is declared by the City
Council , falls on a Saturday, the holiday shall be observed on the preceding Friday , or if
it falls on Sunday, it shall be observed on the following Monday, by those employees
working on working day operations . Employees working calendar day operations will
consider the calendar as the holiday .
C 1-1.26 ABBREVIATIONS : Whenever the abbreviations defined herein appear in the
Contract Documents , the intent and meaning s hall be as follows:
AASHT American Association of State MGD Million Gallons
Cl -I (4 )
0 Highway Transportation Officials per Day
ASCE American Society of Civil CFS Cubic Foot per
Engineers Second
JAW Jn Accordance With Min . Minimum
ASTM American Society of Testing Mono. Monolithic
Materials % Percentum
AWWA American Water Works R Radius
Association I.D. Inside Diameter
ASA American Standards Association O.D. Outside Diameter
HI Hydraulic Institute Elev. Elevation
Asph. Asphalt F Fahrenheit
Ave . Avenue ' C Centigrade
Blvd. Boulevard In . Inch
CI Cast Iron Ft. Foot
CL Center Line St. Street
GI Galvanized Iron CY Cubic Yard
Lin. Linear or Lineal Yd. Yard
lb. Pound SY Square yard
MH Manhole L.F. Linear Foot
Max . Maximum D.I. Ductile Iron
C 1-1.2 7 CHANGE ORDER: A "Change Order" is a written supplemental agreement
between the Owner and the Contractor covering some added or deducted i tern or feature
which may be found necessary and which was not specifically included in the scope of
the project on which bids were submitted. Increase in unit quant ities stated in the
proposal are not the subject matter of a Change Order unless the increase or decrease is
more than 25% of the amount of the particular item or items in the original proposal.
All "Change Orders" shall be prepared by the City from information as necessary
furnished by the Contractor.
C 1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as
a street or alley having one of the following types of wearing surfaces applied over the
natural unimproved surface :
1. Any type of asphaltic concrete with or without separate base material.
2 . Any type of asphalt surface treatment , not including an oiled surface, with
or without separate base material.
3 . Brick, with or without separate base material.
4. Concrete, with or without separate base material.
5 . Any combination of the above.
Cl -1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley , roadway or
other surface is any area except those defined for "Paved Streets and Alleys."
Cl-1 (5)
C 1-1.30 CITY STREET: A city street is defined as that area between the right-of-way
lines as the street is dedicated .
Cl-1.31 ROADWAY : The roadway is defined as the area between parallel lines two
(2') back of the curb lines or four ('4) feet back of the average edge of pavement where
no curb exists.
Cl-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been
added one or more applications of gravel or similar material other than the natural
material found on the street surface before any improvement was made .
CJ-I (6)
SECTION C -GENERAL CONDITIONS
C2-2 JNTERPRET A TION AND
PREPARATION OF PROPOSAL
SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2-2 . l PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which
will contain an itemized list of the items of work to be done or materials to be furnished
and upon which bid prices are requested. The Proposal form will state the Bidder's
general understanding of the project to be completed, provide a space for furnishing the
amount of bid security, and state the basis for entering into a formal contract. The Owner
will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and
"Financial Statement," all of which must be properly executed and filed with the Director
of the City Water Department one week prior to the hour for opening of bids .
The financial statement required shall have been prepared by an independent certified
public accountant or an independent public accountant holding a valid permit issued by
an appropriate state licensing agency, and shall have been so prepared as to reflect the
current financial status. This statement must be current and no more than one (1) year old .
In the case that bidding date falls within the time a new statement is being prepared, the
previous statement shall be updated by proper verification. Liquid assets in the amount of
ten (10) percent of the estimated project cost will be required .
For an experience record to be considered to be acceptable for a given project, it must
reflect the experience of the firm seeking qualification in work of both the same nature
and magnitude as that of the project for which bids are to be received, and such
experience must have been completed not more than five (5) years prior to the date on
which Bids are to be received . The Director of the Water Department shall be sole judge
as to the acceptability of experience for qualification to bid on any Fort Worth Water
Department project.
The prospective bidder shall schedule the equipment he has available for the project and
state that he will rent such additional equipment as may be required to complete the
project on which he submits a bid.
C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials
to be furnished as may be listed in the proposal forms or other parts of the Contract
Documents will be considered as approximate only and will be used for the purpose of
comparing bids on a uniform basis. Payment will be made to the Contractor for only the
actual quantities of work performed or materials furnished in strict accordance with the
Contract Documents and Plans . The quantities of work to be performed and materials to
be furnished may be increased or decreased as hereinafter provided , without in any way
invalidating the unit prices bid or any other requirements of the Contract Documents.
C2-2(1)
C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT:
Bidders are advised that the Contract Documents on file with the Owner shall constitute
all of the information which the Owner will furnish. All additional information and data
which the Owner 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 .
Bidders are required , prior to filing of proposal, to read and become familiar with the
Contract Documents , to visit the site of the project and examine carefully all local
conditions, to inform themselves by their own independent research and investigations,
tests, boring, and by such other means as may be necessary to gain a complete knowledge
of the conditions which will be encountered during construction of the project. They must
judge for themselves the difficulties of the work and all attending circumstances affecting
the co st of doing the work or the time required for its completion, and obtain all
information required to make an intelligent proposal. No information given by the Owner
or any representative of the Owner other than that contained in the Contract Documents
and officially promulgated addenda thereto , shall be binding upon the Owner. 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 mutually agreed that the submission of a proposal
is prima-facie evidence that the bidder has made the investigation , examinations and tests
herein required. Claims for additional compensation due to variations between conditions
actually encountered in construction and as indicated in the Contract Documents will not
be allowed.
The logs of Soil Borings , if any, on the plans are for general information only and may
not be correct. Neither the Owner nor the Engineer guarantee that the data shown is
representative of conditions which actually exist.
C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the
form furnished by the Owner. All blank spaces applicable to the project contained in the
form shall be correctly filled in and the Bidder shall state the prices, written in ink in both
words and numerals, for which he proposes to do work contemplated or furnish the
materials required. All such prices shall be written legibly. In case of discrepancy
between price written in words and the price written in numerals , the price most
advantageous to the City shall govern.
If a proposal is submitted by an individual , his or her name must be signed by him (her)
or his (her) duly authorized agent. If a proposal is submitted by a firm , association, or
partnership , the name and address of each member of the firm , association , or partnership,
or by person duly authorized. If a proposal is submitted by a company or corporation , the
company or corporation name and business address must be given , and the proposal
signed by an official or duly authorized agent. The corporate seal must be affixed. Power
.. u:( I I
t • ,,_
of Attorney authorizing a gents or others to sign proposal must be properly certified and
must be in writing and submitted with the proposal.
C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any
alteration of words or figures, additions not called for , conditional or uncalled for
alternate bids, erasures, or irregularities of any kind , or contain unbalanced value of any
items. Proposal tendered or delivered after the official time de s ignated for receipt of
proposal shall be returned to the Bidder unopened .
C2-2.6 BID SECURJTY: No proposal will be considered unless it is accompanied by a
"Proposal Security" of the character and the amount indicated in the "Notice to Bidders"
and the "Proposal." The Bid Security is required by the Owner as evidence of good faith
on the part of the Bidder, and by way of a guaranty that if awarded the contract, the
Bidder will within the required time execute a formal contract and fumjsh the required
performance and other bonds. The bid security of the three lowest bidders will be retained
until the contract is awarded or other disposition is made thereof. The bid security of all
other bidders may be returned promptly after the canvass of bids .
C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered, accompanied by its proper Bid Security, to the City Manager or his
representative in the official place of business as set forth in the "Notice to Bidders." It is
the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place. The mere fact that a proposal was dispatched will not be considered . The Bidder
must have the proposal actually delivered. Each proposal shall be in a sealed envelope
plainly marker with the word "PROPOSAL," and the name or description of the project
as designated in the "Notice to Bidders." The envelope shall be addressed to the City
Manager, City Hall, Fort Worth, Texas .
C2-2.8 WlTHDRA WING PROPOSALS: Proposals actually filed with the City
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non-consideration must be made in writing, addressed to the City Manager, and filed with
him prior to lhe time set for opening of proposals. After all proposals not requested for
non-consideration are opened and publicly read aloud, the proposals for which non-
consideration requests have been properly filed may, at the option of the Owner, be
returned unopened.
C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify
his proposal by telegraphic communication at any time prior to the time set for opening
proposals, provided such telegraphic communication is received by the City Manager
prior to the said proposal opening time, and provided further , that the City Manager is
satisfied that a written and duly authenticated confirmation of such telegraphic
communication over the signature of the bidder was mailed prior to the proposal opening
time. If such confirn1ation is not received within forty-ejght ( 48) hours after the proposal
opening time , no further consideration will be given to the proposal.
C2-2(3)
C2-2 . l O PUBLIC OPENING OF PROPOSAL: Proposals which have been properly
filed and for which no "Non-consideration Request" has been received will be publicly
opened and read aloud by the City Manager or his a uthorized representative at the time
and place indicated in the "Notice to Bidders ."' All proposals which have been opened and
read will remain on file with the Owner until the contract has been awarded. Bidders or
their authorized representatives are invited to be pre sent for the opening of bids.
C2-2. l I IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if
they show any omissions, alterations of form, additions, or conditions not called for ,
unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves
the right to waive any all irregularities and to make the award of the contract to the best
interest of the City. Tendering a proposal after the closing hour is an irregularity which
can not be waived.
C2-2. l 2 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their
proposals not considered for any of, but not limited to, the following reasons:
a) Reasons for believing that collusion exists among bidders.
b) Reasonable grounds for believing that any bidder is interested in more than
one proposal for work contemplated .
c) The bidder being interested in any litigation against the Owner or where
the Owner may have a claim against or be engaged in litigation against the
bidder.
d) The bidder being in arrears on any existing contract or having defaulted on
a previous contract.
e) The bidder having performed a prior contract in an unsatisfactory manner.
f) Lack of competency as revealed by financial statement, experience
statement , equipment schedule, and such inquiries as the Owner may see
fit to make.
g) Uncompleted work which, in the judgment of the Owner, will prevent or
hinder the prompt completion of additional work if awarded.
h) . The bidder not filing with the Owner, one week in advance of the hour of
the opening of proposals the following:
l. Financial Statement showing the financial condition of the bidder
as specified in Part "A" -Special Instructions
2. A current experience record showing especially the projects of a
nature similar to the one under consideration , which have been
successfully completed by the Bidder.
3 . An equipment schedule showing the equipment the bidder has
available .for use on the project.
The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified
under the requirements stated herein , shall be set aside and not opened.
C2-2(4)
PART C -GENERAL CONDITIONS
C3-3 AWARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 A WARD AND EXECUTION OF DOCUMENTS:
C3-3 .1 CONSIDERATION OF PROPOSALS: After proposals have been opened and
read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities
shown in the proposal, and the application of such formulas or other methods of bringing
items to a common basis as may be established in the Contract Documents.
The total obtained by taking the sum of the products of the unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the ward of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities, to re-advertise for new proposals, or to
proceed with the work in any manner as may be considered for the best interest of the
Owner.
C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS
ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request,
complete and accurate information regarding actual work performed by a Minority
Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the
contract and the payment therefor. Contractor further agrees, upon request by the Owner,
to allow and audit and /or an examination of any books, records, or files in the possession
of the Contractor that will substantiate the actual work performed by an MWE or WBE.
Any material misrepresentation of any nature will be grounds for termination of the
contract and for initiating any action under appropriate federal, state or local laws and
ordinances relating to false statements; further, any such misrepresentation may be
grounds for ·disqualification of Contractor at Owner's discretion for bidding on future
Contracts with the Owner for a period of time of not less than six (6) months.
C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with
Current City Ordinances prohibiting discrimination in employment practices. The
Contractor shall post the required notice to that effect on the project site, and at his
request, will be provided assistance by the City of Fort Worth's Equal Employment
Officer who will refer any qualified applicant he may have on file in his office to the
Contractor. Appropriate notices may be acquired from the Equal Employment Officer.
C3-3.4 WJTHDRA WAL OF PROPOSALS: After a proposal has been read by the
Owner, it cannot be withdrawn by the Bidder within forty-five ( 45) days after the date on
which the proposals were opened.
C3-3 (l)
C 3-3.5 A WARD OF CONTRACT: The Owner rese rves the right to withhold final
ac tion on the proposals for a rea so nable time , not to exceed forty-five ( 45) days after the
date of open in g propo sals , and in no event will an award be made until after
inve sti ga ti ons have been m ade as to th e respo nsibilit y of the proposed awardee .
The award of th e contrac t. if award is made , will be to the lowest a nd best responsive
bidder.
The award of the contract shall not become effective until the Owner has notified the
Contractor in \Wiling of such award.
C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as propose d price totals
h ave been d e termined for comparison of bids, the Owner may, a t its discretion , return the
proposal securit y which accompanied the proposals which, in its judgment, would not be
considered for the award. All other proposal securities, usually those of the three lowest
bidders , w ill be reta ined by the Owner until the required contract has been executed and
bond furnished or the Owner has otherwise disposed of the bids , after which they will be
returned by the City Secretary.
C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the
Contractor shall furnish to, and file with the owner in the amounts here in required, the
following bonds :
a.
c.
PERFORMANCE BOND: A good and sufficient p e rform a nce bond in
th e amount of not less than I 00 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise , guaranteeing the full
a nd faithful execution of the work and perforn1ance of the contract, and for
the protection of the Owner and all other persons against damage by
rea so n of negligence of the Contractor, or improper execution of the work
or use of inferior materials. This performance bond shall guarantee the
payment for all labor, materials, equipment , supplies, and services used in
the constructior'l of the work , and shall remain in full force and effect until
provi sions as above stipulated are accomplished and final payment is made
on the project by the City .
MAfNTENANCE BOND: A good and sufficient maintenance bond , in
the amount of not less than 100 percent of the amount of the contract , as
evidenced by the proposal tabulation or otherwise , guaranteeing the
prompt , full and faithful performance of the general guaranty which is set
forth in paragraph C8-8 .10 .
PAYMENT BOND: A good and sufficient payment bond, in the
a mount of not less than 100 percent of the amount of the contract , as
evidenced by the proposal tabulation or otherwise , guaranteeing the
prompt , full a nd faithful p ay m e nt of a ll claim a nts as defined in A rticle
C3-3 (2)
5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill
344, Acts 56 1
h Legislature, Regular Session, 1959, effective April 27,
1959, and /or the latest version thereof, supplying labor and materials in the
prosecution of the work provided for in the contract being constructed
under these specifications. Payment Bond shall remain in force until all
payments as above stipulated are made.
d . OTHER BONDS: Such other bonds as may be required by these
Contract Documents shall be furnished by the Contractor.
No sureties will be accepted by the Owner which are at the time in default or delinquent
on any bonds or which are interested in any litigation against the Owner. All bonds shall
be made on the forms furnished by the Owner and shall be executed by an approved
surety company doing business in the City of Fort Worth, Texas, and which is acceptable
to the Owner. In order to be acceptable, the name of the surety shall be included on the
current U.S. Treasury list of acceptable sureties) and the amount of bond written by any
one acceptable company shall not exceed the amount shown on the Treasury list for that
company. Each bond shall be properly executed by both the Contractor and Surety
Company.
Should any surety on the contract be determined unsatisfactory at any time by the Owner,
notice will be given the Contractor to that effect and the Contractor shall immediately
provide a new surety satisfactory to the Owner. No payment will be made under the
contract until the new surety or sureties, as required , have qualified and have been
accepted by the Owner. The contract shall not be operative nor will any payments be due
or paid until approval of the bonds by the Owner.
C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has
appropriate resolution , or otherwise, awarded the contract , the Contractor shall execute
and file with the Owner, the Contract and such bonds as may be required in the Contract
Documents.
No Contract shall be binding upon the Owner until it has been attested by the City
Secretary, approved as to form and legality by the City Attorney, and executed for the
Owner by either the Mayor or City Manager.
C3-3.9 FAlLURE TO EXECUTE CONTRACT: The failure of the Awardee to
execute the required bond or bonds or to sign the required contract within ten (10) days
after the contract is awarded shall be considered by the owner as an abandonment of his
proposal , and the owner may annual the Award. By reason of the uncertainty of the
market prices of material and labor, and it being impracticable and difficult to accurately
determine the amount of damages occurring to the owner by reason of said awardee 's
failure to execute said bonds and contract within ten ( 10) days, the proposal security
accompanying the proposal shall be the agreed amount of damages which the Owner will
C3-3 (3 )
suffer by reason of such failure on the part of the Awardee and shall thereupon
immediate ly by forfeited to the Owner.
The filing of a proposal will be considered as acceptance of this provision by the Bidder.
C-3-3.10 BEGINNING WORK: The Contractor s hall not comme nce work until
authorized in writing to do so by the Owner. Should the Contractor fail to commence
work at the si te of the project within the time s tipulated in the written authori z ation
usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company
will , within ten (10) days after the commencement date se t forth in such written
authorization , commence the physical execution of the contract.
C3-3. l l INSURANCE : The Contractor shall not commence work under this
contract until he has obtained all insurance required under the Contract Documents, and
such insurance has been approved by the Owner. The prime Contractor shall be
respon s ible for delivering to the Owner the sub-contractor 's certificate of insurance for
approval. The prime Contractor shall indicate on the certificate of insurance included in
the documents for execution whether or not his insurance covers sub-contractors . It is the
intention of the Owner that the insurance coverage required herein shall include the
coverage of all s ub-contractors.
a .
b.
c.
COMPENSATION INSURANCE: The Contractor shall maintain ,
during the life of this contract, Worker 's Compensation Insurance on all of
his employees to be engaged in work on the project under this contract,
and for all sub-contractors. In case any class of employees engaged in
hazardous work on the project under this contract is not protected under
the Worker 's Compensation Statute, the Contractor shall provide adequate
employer's general liability insurance for the protection of such of his
employees not so protected .
COMPREHENSIVE GENERAL LIABILITY INSURANCE: The
Contractor Shall procure and s hall maintain during the life of this contract,
Comprehensive General Liability In surance (Public Liability and Property
Damage In s urance) in the amount no t less than $500 ,000 covering each
occurrence on account of bodily injury, including death , and in an amount
not less than $500,000 covering each occurrence on account of property
damage with $2,000,000 umbrella policy coverage.
ADDITIONAL LIABILITY : The Contractor shall furnish
insurance as a separate policies or by a dditional endorsement to one of the
above-mentioned policies, and in the amount as set forth for public
liability and property damage, the following in s urance:
I . Contingent Liability (covers Ge nera l Contractor's Liability for acts
of s ub-contract o r s).
C3-3 (4)
.• .
' '
'.
2.
3.
4.
5 .
6.
Blasting, prior to any blasting being done.
Collapse of buildings or structures adjacent to excavation {if
excavation are performed adjacent to same).
Damage to underground utilities for $500 ,000.
Builder's risk (where above-ground structures are involved).
Contractual Liability (covers all indemnification requirements of
Contract).
d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY
DAMAGE: The Contractor shall procure and maintain during the life of
this Contract, Comprehensive Automobile Liability Insurance in an
amount not less than $250,000 for injuries including accidental death to
any one person and subject to the same limit for each person an amount
not less than $500,000 on account of one accident, and automobile
property damage insurance in an amount not less than $100 ,000.
e .
f.
g.
SCOPE OF INSURANCE AND SPECIAL HAZARD: The msurance
required under the above paragraphs shall provide adequate protection for
the Contractor and his sub-contractors, respectively , against damage
claims which may arise from operations under this contract, whether such
operations be by the insured or by anyone directly or indirectly employed
by him , and also against any of the following special hazards which may
be encountered in the performance of the Contract.
PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish
the owner with satisfactory proof of coverage by insurance required in
these Contract Documents in the amounts and by carriers satisfactory to
the Owner. (Sample attached.) All insurance requirements made upon the
Contractor shall apply to the sub-contractors, should the Prime
Contractor's insurance not cover the sub-contractor's work operations .
LOCAL AGENT FOR INSURANCE AND BONDING : The insurance
and bonding companies with whom the Contractor's insurance and
.. C3 -3 (5)
performance , payment, maintenance and all such other bonds are written ,
shall be represented by an agent or agents having an office located within
the city limits of the City of Fort Worth . Tarrant County. Texas. Each such
agent shall be a duly qualified , one upon whom authority and power to act
on behalf of the insurance and /or bonding company to negotiate and settle
with the City of Fort Worth, or any other claimant, and claims that the City
of Fort Worth or other claimant or any prope rty owner who has been
damaged, may have against the Contractor, insurance , and/or bonding
company. If the local insurance representative is not so empowered by the
insurance or bonding companies, then such authority must be vested in a
local agent or claims officer residing in the Metroplex, the Fort Worth-
DaJlas area. The name of the agent, or agents shall be set forth on all such
bonds and certificates of insurance.
C3 -3. l 2 CONTRACTOR'S OBLIGATIONS: Under the Contract. the Contractor
shall pay for all materials, labor and services when due.
C3-3. l 3 WEEKLY PAYROLLS: A certified copy of each payroll covering payment
of wages to all persons engaged in work on the project at the site of the project shall be
furnished to the Owner 's representative within seven (7) days after the close of each
payroll period. A copy or copies of the applicable minimum wage rates as set forth in the
Contract Documents shall be kept posted in a conspicuous place at the site of the project
at aJI times during the course of the Contract. Copies of the wage rates will be furnished
the Contractor, by the Owner; however, posting and protection of the wage rates shall be
the responsibility of the Contractor.
C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION : Any Contractor.
whether a person , persons, partnership, company, firm, association, corporation or other
who is approved to do business with and enters into a contract with the City for
construction of water and/or sanitary sewer facilities , will have or shall establish a fully
operational qusiness office within the Fort Worth-Dallas metropolitan area. The
Contractor shall charge, delegate, or assign this office ( or he may delegate his Project
Superintendent) with full authority to transact all business actions required in the
perforn1ance of the Contract. This local authority shall be made responsible to act for the
Contractor in all matters made responsible to act for the Contractor in all matters
pertaining to the work governed by the Contract whether it be administrative or other
wise and as such shall be empowered, thus delegated and directed , to settle all material ,
labor or other expenditure, all claims against work or any other mater associated such as
maintaining adequate and appropriate insurance or security coverage for the project. Such
local authority for the administration of the work under the Contract shall be maintained
until all business transactions executed as part of the Contract are complete.
Should the Contractor's principal base of operations be other than in the Fort Worth-
Dallas metropolitan area , notification of the Contractor's assignment of local authority
shall be made in writing to the Engineer in advance of any work on the project. all
C 3 -3 (6)
. '
appropriately signed and sealed, as applicable , by the Contractor's responsible offices
with the understanding that this written assignment of authority to the local representative
shall become part of the project Contract as though bound directly into the project
documents . The int e nt of these requirements is that all matters associated with the
Contractor 's administration , whether it be oriented in furthering the work, or other, be
governed direct by local authority . This same requirement is imposed on insurance and
surety coverage. Should the Contractor's local representative fail to perform to the
satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such
local representative be replaced and the Engineer may, at his sole discretion , stop all work
until a new local authority satisfactory to the Engineer is assigned. No credit of working
time will be allowed for periods in which work stoppages are in effect for this reason.
C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant
County, Texas.
,,
f
C3-3 (7)
SECTION C4-4 SCOPE OF WORK
PART C -GENERAL CONDITIONS
C4-4 SCOPE OF WORK
C4-4 . l INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these
Contract Documents to provide for a complete, useful project which the Contractor
undertakes to construct or furnish, all in full compliance with the requirements and intent
of the Contract Documents. It is definitely understood that the Contractor shall do all
work as provided for in the Contract Documents, shall do all extra or special work as may
be considered by the Owner as necessary to complete the project in a satisfactory and
acceptable manner. The Contractor shall, unless otherwise specifically stated in these
Contract Documents, furnish all labor, tools, materials, machinery, equipment , special
services, and incidentals necessary to the prosecution and completion of the project.
C4 -4.2 SPECIAL PROVISIONS: Should any work or conditions which are not
thoroughly and satisfactorily stipulated or covered by General or Special Conditions of
these Contract Documents be anticipated, or should there be any additional proposed
work which is not covered by these Contract Documents, the "Special Provisions"
covering all such work will be prepared by the Owner previous to the time of receiving
bids or proposals for any such work and furnished to the Bidder in the form of Addenda .
All such "Special Provisions" shall be considered to be part of the Contract Documents
just as though they were originally written therein .
C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right
to alter the quantities of the work to be performed or to extend or shorten the
improvements at any time when and as found to be necessary, and the Contractor shall
perform the work as altered , increased or decreased at the unit prices. Such increased or
decreased quantity shall not be more than twenty-five (25) percent of the contemplated
quantity of such item or items. When such changes increase or decrease the original
quantity of any item or items of work to be done or materials to be furnished by the 25
percent or more , then either party to the contract shall upon written request to the other
party be entitled to a revised consideration upon that portion of the work above or below
the 25 percent of the original quantity stated in the proposal; such revised consideration
to be determined by special agreement or as hereinafter provided for "Extra Work." No
allowance will be made for any changes in anticipated profits not shall such changes be
considered as waiving or invalidating any conditions or provisions of the Contract
Documents.
Variations in quantities of sanitary sewer pipes in depth categories , shall be interpreted
herein as applying to overall quantities of sanitary sewer pipe in each pipe size , but not to
the various depth categories.
C4-4 (1)
C4-4.4 ALTERATION OF CONTRACT DOCUM E NTS: By Change order, the
owner reserves the right to make such changes in the Contract Documents and in the
character or quantities of the work as may be nece ssary o r desirable to insure completion
in the most satisfactory manner, provided s uch changes do not materially alter the
original Contract Documents or change the general nature of the project as a whole. Such
changes shall not be considered as waiving or invalidating any condition or provision of
the Contract D0q1ments.
C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations
of the Contract Documents or of quantities or for other reasons for which no prices are
provided in the Contract Documents , shall be defined as "Extra Work" and shall be
performed by the Contractor in accordance with these Contract Documents or approved
additions thereto; provided however, that before any extra work is begun a "Change
order" shall be executed or written order issued by the Owner to do the work for
payments or credits as shall be determined by one or more combination of the following
methods:
b . An agreed lump sum.
The actual reasonable cost of ( 1) labor, (2) rental of equipment used on the
extra work for the time so used at Associated General Contractors of
America current equipment rental rates. (3) materials entering
permanently into the project , and ( 4) actual cost of insurance, bonds, and
social security as determined by the Owner, plus a fixed fee to be agreed
upon but not to exceed 10 percent of the actual cost of such extra work.
The fixed fee is not to include any additional profit to the Contractor for
rental of equipment owner by him and used for extra work. The fee shall
be full and complete c o mpensation to cover the cost of superintendence,
overhead , other profit, general and all other expen se not included in ( 1 ),
. (2), (3), and (4) above. The Contractor shall keep accurate cost records on
the form and in the method suggested by the Owner and shall give the
Owner access to all accounts , bills, vouchers , and records relating to the
Extra Work .
No "Change Order" shall become effective until it has been approved and signed by each
of the Contracting Parties.
No claim for Extra Work of any kind ,.viii be allowed unless ordered in writing by the
Owner. In case any orders or instructions, either oral or written, appear to the Contractor
to involve Extra Work for which he should receive compensation , he shall make written
request to the Engineer for written orders auth o rizing such Extra Work, prior to
beginning such work.
,; ..
I Should a difference arise as to what does or dose not constitute Extra Work , or as to the
payment thereof, and the Engineer insists upon its performance, the Contractor shall
proceed with the work after making written request for written orders and shall keep
accurate account of the actual reasonable cost thereof as provided under method (Item C).
Claims for extra work will not be paid unless the Contractor shall file his cl a im with the
Owner withjn five (5) days before the time for making the first estimate after such work
is done and unless the claim is supported by satisfactory vouchers and certified payrolls
covering all labor and materials expended upon said Extra Work .
The Contractor shall furnish the Owner such installation records of all deviations from
the original Contract Documents as may be necessary to enable the Owner to prepare for
permanent record a corrected set of plans showing the actual installation.
The compensation agreed upon for ''Extra Work" whether or not initiated by a "Change
Order" shall be a full , complete and final payment for all costs Contractor incurs as a
result or relating to the change or extra work, whether said costs are known , unknown,
foreseen or unforeseen at that time, including without limitation, any costs for delay ,
extended overhead , ripple or impact cost, or any other effect on changed or unchanged
work as a result of the change or extra work.
C4 -4.6 SCHEDULE OF OPERATION: Before commencing any work under this
contract, the Contractor shall submit to the Owner and receive the Owner 's approval
thereof, a "Schedule of Operations," showing by a straight line method the date of
commencing and finishing each of the major elements of the Contract. There shall be also
shown the estimated monthly cost of work for which estimates are to be expected. There
shall be presented also a composite graph showing the anticipated progress of
construction with the time being plotted horizontally and percentage of completion
plotted vertically. The progress charts shall be prepared on 8-1/2" x 11 " sheets and at
least five black or blue line prints shall be furnished to the Owner.
C4 -4 .7 PROGRE SS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES:
Within ten (10) days prior to submission of the first monthly progress payment, the
Contractor shall prepare and submit to the owner for approva l six copies of the schedule
in which the Contractor proposes to carry on activities (including procurement of
materials, plans, and equipment) and the contemplated dates for completing the same.
The schedule shall be in the form of a time schedule Critical Path Method (CPM)
network diagram. As the work progresses, the Contractor shall enter on the diagram the
actua l progress at the end of each partia l payment period or at such intervals as directed
by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments
in contract time approved by the Engineer. Three copies of the updated schedule shall be
de livered at such intervals as directed by the Engineer.
As a minimum , the construction schedule shall incorporate all work elements and
activities indicated in the proposal and in the technical specifications.
,.. ''
C4-4 (3)
Prior to the final drafting of the detailed construction schedule, the Contractor shall
review the draft schedule with the E n g ineer to e nsure the Contractor's understanding of
the contract requirements.
The following guidelines shall be adhered to in pre paring the construction schedule:
a. Milestone dates and fin a l project completion dates shall be developed to
conform to the time constraints. sequencing requirements and completion
time.
b . The construction progress shall be divided into acl!v1t1es with time
durations of approximately fourteen days (14) days and construction
values not to exceed $50 ,000. Fabrication , delivery and submittal activities
are exceptions to this guideline.
c. Durations shall be in calendar days and normal holidays and weather
conditions over the duration of the contract shall be accounted for within
the duration of each activity.
d . One critical path shall be shown on the construction schedule.
e. Float time is defined as the amount of time between the earliest start date
and the latest start date of a chain of activities of the CPM construction
schedule. Float time is not for the exclusive use or benefit of either the
Contractor or the Owner.
f. Thirty days shall be used for submittal review unless otherwise specified.
The construction schedule shall as a minimum , be divided into general categories as
indicated in the Proposal and Technical Specifications a nd each general category shall be
broken down into activities in enough detail to ac hieve activities of approximately
fourteen ( 14) days duration.
For each general category, the construction schedule shall identify all trades or
subcontracts whose work is represented by activities that follow the guidelines of this
Section.
For each of the trades or subcontracts, the construction schedule shall indicate the
following procurements , construction and preacceptance activities and events in their
logical sequence for equipment and materials.
I. Preparation and transmittal of submittals
2. Submittal review period s.
3. Shop fabrication a nd delivery.
C4 -4 (4)
4 . Erection or installation.
5 . Transmittal of manufacturer's operation and maintenance instructions.
6. Installed e quipment and materials testing .
7 . Owner 's operator instruction (if applicable).
8 . Final inspection.
9. Operational testing.
If, in the opinion of the Owner, work accomplished falls behind that scheduled , the
Contractor shall take such action as necessary to improve his progress. In addition , the
Owner may require the Contractor to submit a revised schedule demonstrating his
program and proposed plan to make up lag in scheduled progress and to insure
completion of the work within the contract time. If the owner finds the proposed plan not
a cceptable, he may require the Contractor to increase the work force , the construction
plant and equipment, the number of work shifts or overtime operations without additional
cost to the Owner.
Failure of the Contractor to comply with these requirements shall be considered grounds
for determination by the Owner that the Contractor is failing to prosecute the work with
diligence as will insure its completion within the time specified.
C4-4 (5)
>,
''
PART C-GENERAL CONDITIONS
C5-5 CONTROL OF WORK AND
MATERIALS
SECTION C5-5 CONTROL OF WORK AND MATERIALS
C5-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the
satisfaction of the Engineer and in strict compliance with the Contract Documents. The
Engineer shall decide all questions which arise as to the quality and acceptability of the
materials furnished , work performed, rate of progress of the work, overall sequence of the
construction, interpretation of the Contract Documents, acceptable fulfiJlment of the
Contract , compensation, mutual rights between Contractor and Owner under these
Contract Documents, supervision of the work, resumption of operations, and all other
questions or disputes which may arise. Engineer will not be responsible for Contractor's
means, methods, techniques, sequence or procedures of construction , or the safety
precaution and programs incident thereto, and he will not be responsible for Contractor's
failure to perform the work in accordance with the contract documents.
The Engineer shall determine the amount and quality of the work completed and
materials furnished, and his decisions and estimates shall be final. His estimates in such
event shall be a condition to the right of the Contractor to receive money due him under
the Contract. The Owner shall have executive authority to enforce and make effective
such necessary decisions and orders as the Contractor fails to carry out promptly.
In the event of any dispute between the Engineer and Contractor over the decision of the
Engineer on any such matters, the Engineer must, within a reasonable time, upon written
request of the Contractor, render and deliver to both the owner and Contractor, a written
decision on the matter in controversy.
C5-5 .2 CONFORMITY WITH PLANS: The finished project in all cases shall
conform witli lines, grades , cross-sections, finish, and dimensions shown on the plans or
any other requirements other wise described in the Contract Documents. Any deviation
from the approved Contract Documents required by the Engineer during construction will
in all cases be determined by the Engineer and authorized by the Owner by Change
Order.
C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract
Documents are made up of several sections, which, taken together, are intended to
describe and provide for a complete and useful project, and any requirements appearing
in one of the sections is as binding as though it occurred in all sections . Jn ca s e of
discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern
over specifications , special conditions shall govern over general conditions and standard
specification , and quantities shown on the plans shall govern over 1 those shown in the
proposal. The Contractor shall not take advantage of any apparent error or omission in
C5-5 (1)
the Contract Documents, and the owner shall be permitted to make such corrections or
interpretations as may be deemed necessary for fulfillment of the intent of the Contract
Documents . In the event the Contractor discovers an apparent error or discrepancy, he
shall immediately call this condition to the attention of the Engineer. In the event of a
conflict in drawings , specifications, or other portions of the Contract Documents which
were not reported prior to the award of Contract , the Contractor shall be deemed to have
quoted the most expensive resolution of the conflict.
CS-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished
with three sets of Contract Documents and shall have available on the site of the project
at all times, one set of such Contract Documents.
The Contractor shall give to the work the constant attention necessary to facilitate the
progress thereof and shall cooperate with the Engineer, his inspector, and other
Contractors in every possible way.
The Contractor shall at all times have competent personnel available to the project site for
proper performance of the work. The Contractor shall provide and maintain at all times at
the site of the project a competent, English-speaking superintendent and an assistant who
are fully authorized to act as the Contractor's agent on the work . Such superintendent and
his assistant shall be capable of reading and understanding the Contract Documents and
shall receive and fulfill instructions from the Owner, the Engineer, or his authorized
representatives. Pursuant to this responsibility of the Contractor, the Contractor shall
designate in writing to the project superintendent, to act as the Contractor 's agent on the
work. Such assistant project superintendent shall be a resident of Tarrant County, Texas ,
and shall be subject to call, as is the project superintendent, at any time of the day or
night on any day of the week on which the Engineer determines that circumstances
require the presence on the project site of a representative of the Contractor to adequately
provide for the safety or convenience of the traveling public or the owners of property
across which the project extends or the safety of the property contiguous to the project
routing.
The Contractor shall provide all facilities to enable the Engineer and his inspector to
examine and inspect the workmanship and materials entering into the work.
CS-5.5 EMERGENCY AND/OR RECTlFICA TION WORK: When , in the opinion
of the Owner or Engineer, a condition of emergency exists related to any part of the
work, the Contractor, or the Contractor through his designated represer'ltative, shall
respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the
emergency condition. Such a response shall occur day or night , whether the project is
scheduled on a calendar-day or a working-day basis .
Should the Contractor fail to respond to a request from the Engineer to rectify any
discrepancies, omissions, or correction necessary to conform with the requirements of the
project specifications or plans, the Engineer shall give the Contractor written notice that
such work or changes are to be performed. The written notice shall direct attention to the
CS-5 (2)
, . '
discrepant condition and request the Contractor to take remedial action to correct the
condition. In the event the Contractor does not take positive steps to fulfill this written
request, or does not shoe just cause for not taking the proper action, within 24 hours, the
City may take such remedial action with City forces or by contract. The City shaJI deduct
an amount equal to the entire costs for such remedial action , plus 25%, from any funds
due the Contractor on the project.
CS-5 .6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an
adequate field office for use of the Engineer, if specifically called for. The field office
shall be not Jess than 10 x 14 feet in floor area, substantially constructed, well heated , air
conditioned, lighted, and weather proof, so that documents will not be damaged by the
elements.
CS -5.7 CONTRUCTION STAKES: The City, through its Engineer , will furnish
the Contractor with all lines, grades, and measurements necessary to the proper
prosecution and control of the work contracted under these Contract Documents , and
lines, grades and measurements will be established by means of stakes or other customary
method of marking as may be found consistent with good practice.
These stakes or markings shall be set sufficiently in advance of construction operations to
avoid delay. Such stakes or markings as may be established for Contractor's use or
guidance shall be preserved by the Contractor until he is authorized by the Engineer to
remove them. Whenever, in the opinion of the Engineer, any stakes or markings have
been carelessly or willfully destroyed, disturbed , or removed by the Contractor or any of
his employees, the full cost of replacing such stakes or marks plus 25% will be charged
against the Contractor, and the full amount will be deducted from payment due the
Contractor.
CS-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will
be authorized to inspect all work done and to be done and all materials furnished . Such
inspection may extend to all or any part of the work, and the preparation or
manufacturing of the materials to be used or equipment to be installed . A City Inspector
may be stationed on the work to report to the Engineer as to the progress of the work and
the manner in which it is being performed , to report any evidence that the materials being
furnished or the work being performed by the Contractor fails to fulfill the requirements
of the Contract Documents, and to call the attention of the Contractor to any such failure
or other infringements. Such inspection or lack of inspection will not relieve the
Contractor from any obligation to perform the work in accordance with the requirements
of the Contract Documents. In case of any dispute arising between the Contractor and the
City Inspector as to the materials or equipment furnished or the manner of performing the
work, the City Inspector will have the authority to reject materials or equipment, and /or
to suspend work until the question at issue can be referred to and decided by the
Engineer. The City Inspector will not, however, be authorized to revoke , alter, enlarge, or
release any requirement of these Contract Documents, nor to approve or accept any
portion or section of the work, nor to issue any instructions contrary tot he requirement s
of the Contract Documents. The City Inspector will in no case act as superintendent or
CS-5 (3 )
foreman or perform any other duties for the Contractor , or interfere with the management
or operation of the work. He will not accept from the Contractor any compensation in any
fom1 for performing any duties. The Contractor shall regard and obey the directions and
instructions of the City Inspector or E n g ineer when the same are consistent with the
obligations of the Contract Documents of the Contract Documents , provided , however,
should the Contractor object to any o rd e r s o r in s tructions or the City Inspector, the
Contractor may within six days make written a ppeal to the Engineer for his decision on
the matter in Controversy.
CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every
reasonable facility for ascertaining whether or not the work as performed is in accordance
with the requirements of the Contract Documents. If the Engineer so requests , the
Contractor shall , at any time before acceptance of the work , remove or uncover such
portion of the finished work as may be directed. After examination , the Contractor shall
restore said portions of the work to the standard required by the Contract Documents.
Should the work exposed or examined prove acceptable, the uncovering or removir1g and
replacing of the covering or making good of the parts removed shall be paid for as extra
work , but should Work so exposed or examined prove to be unacceptable, the uncovering
or removing and replacing of all adjacent defective or damaged parts shall be at the
Contractor's expense. No work shall be done or materials used without suitable
supervision or inspection .
CS-5 .10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK : All
work. materials, or equipment which has been rejected shall be remedied or removed and
replaced in an acceptable manner by the Contractor at this expense. Work done beyond
the lines and grades given or as shown on the plans. except as herein specially provided,
or any Extra Work done without written authority , will be considered as unauthorized and
done at the expense of the Contractor and will not be paid for by the Owner. Work so
done may be ordered removed at the Contractor's expense . Upon the failure on the part of
the Contractor to comply with any order of the Engineer made under the provisions of
this paragraph, the Engineer will have the authority to cause defective work to be
remedied or removed and replaced and unauthorized work to be removed, and the cost
thereof may be deducted from any money due or to become due tot he Contractor. Failure
to require the removal of any defective or unauthorized work shall not constitute
acceptance of such work .
CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications,
law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that
is equal to any material or equipment specified, and if Contractor wishes to furnish or use
a proposed substitute, he shall, prior to the preconstruction conference, make written
application to ENGINEER for approval of such substitute certifying in writing that the
proposed substitute will perform adequately the function called for by the general design,
be similar and of equal substance to that specified and be suited to the s ame use and
capable of performing the same function as that specified ; and identifying all variations
of the proposed subs titute from that s pecified and indicating available maintenance
CS-5 (4)
service. No substitute shall be ordered or installed without written approval of Engineer
who will be the judge of the equality and may require Contractor to furnish such other
data about the proposed substitute as he considers pertinent. No substitute shall be
, , ordered or installed without such performance guarantee and bonds as Owner may
require which shall be furnished at Contractor's expense . Contractor shall indemnify and
hold hannless Owner and Engineer and anyone directly or indirectly employees by either
of them from and against the claims , damages , losses and expenses (including attorneys
fees) arising out of the use of substituted materials or equipment.
CS-5.12 SAMPLES AND TESTS OF MATERIALS: Where , in the opinion of the
Engineer, or as caJled for in the Contract Documents, tests of materials or equipment are
necessary, such tests will be made at the expense of and paid for direct to the testing
agency by the Owner unless other wise specifically provided. The failure of the Owner to
make any tests of materials shall in no way relieve the contractor of his responsibility of
furnishing materials and equipment fully conforming to the requirements of the Contract
Documents. Tests and sampling of materials, unless otherwise specified , will be made in
accordance with the latest methods prescribed by the American Society for Testing
Materials or specific requirements of the Owner. The Contractor shall provide such
facilities as the Engineer may require for collecting and forwarding samples and shall not,
without specific written permission of the Engineer, use materials represented by the
samples until tests have been made and the materials approved for use. The Contractor
will furnish adequate samples without charge to the Owner.
In case of concrete, the aggregates, design minimum, and the mixing and transporting
equipment shall be approved by the Engineer before any concrete is placed , and the
Contractor shall be responsible for replacing any concrete which does not meet the
requirements of the Contract Documents. Tests shall be made at least 9 days prior to the
placing of concrete, using samples from the same aggregate, cement, and mortar which
are to be used later in the concrete. Should the source of supply change , new tests shall be
made prior to the use of new materials.
CS-5.13 STORAGE OF MATERJALS: All materials which are to be used in the
construction ·contract shall be stored so as to insure the preservation of quality and fitness
of the work. When directed by the Engineer, they shall be placed on wooden platforms or
other hard, clean durable surfaces and not on the ground, and shall be placed under cover
when directed. Stored materials shall be placed and located so as to facilitate prompt
inspection.
CS-5.14 EXISTING STRUCTURES AND UTlLITIES: The location and dimensions
shown on the plans relative to the existing utilities are based on the best infornrntion
available. Omission from , the inclusion of utility locations on the Plans is not to be
considered as nonexistence of, or a definite location of, existing underground utilities.
The location of many gas mains, water mains , conduits, sewer lines and service lines for
all utilities , etc ., is unknown to the Owner, and the Owner assumes no responsibility for
failure to show any or all such structures and utilities on the plans or to show them in
their exact location . It is mutually agreed that such failure will not be considered
CS-5 (5 )
sufficient basis for claims for additional compensation for Extra Work or for increasing
the pay quantities in any manner whatsoever, unless an obstruction encountered is such as
to necessitate changes in the lines and grades of considerable magnitude or requires the
building of special works, provision of which is not made in these Contract Documents,
in which case the provision in these Contract Documents for Extra Work shall apply.
It shall be the Contractor·s responsibility to verify locations of the adjacent and/or
conflicting utilities sufficiently in advance of construction in order that he may negotiate
such local adjustments as necessary in the construction process to provide adequate
clearances. The Contractor shall take all necessary precautions in order to protect all
existing utilities, structures, and service lines. Verification of existing utilities, structures,
and service lines shall include notification of all utility companies at least forty-eight ( 48)
hours in advance of construction including exploratory excavation if necessary. All
verification of utilities and their adjustment shall be considered subsidiary work.
CS-5.15 INTERRUPTION OF SERVICE:
a. Nonna! Prosecution: Jn the normal prosecution of work where the
interruption of service is necessary, the Contractor, at least 24 hours in
advance, shall be required to:
1. Notify the Water Department" s Distribution Division as to
location, time , and schedule of service interruption.
2 . Notify each customer personally through responsible personnel as
to the time and schedule of the interruption of their service, or
3. In the event that personal notification of a customer cannot be
made, a prepared tag form shall be attached to the customer's door
knob. The tag shall be durable in composition, and in large bold
letters shall say:
CS-5 (6)
b.
"NOTICE"
Due to Utility Improvement in your neighborhood, your
(water) (sewer) service will be interrupted on ____ _
between the hours of and ----
This inconvenience will be as short as possible.
Thank You,
Contractor
Address Phone
Emergency: In the event that an unforeseen service interruption occurs,
notice shall be as above, but immediate .
C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or
neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall
suffer loss or damage of the work , the Contractor agrees to settle with such other
Contractor or sub-contractor by agreement or arbitration . If such other Contractor or sub-
contractor shall assert any claim against the owner on account of damage alleged to have
been sustained, the owner will notify the Contractor, who shall indemnify and save
harmless the owner against any such claim.
C5-5. l 7 CLEAN-UP: Clean-up of surplus and /or waste materials accumulated on
the job site during the prosecution of the work under these Contract Documents shall be
accomplished in keeping with a daily routine established to the satisfaction of the
Engineer. Twenty-four (24) hours after written notice is given the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the
Contractor fails to correct the un s atisfactory procedure, the City may take such direct
action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the
Contractor in the written notice, and the costs of such direct action , plus 25 % of such
costs, shall be deducted from the monies due or to become due to the Contractor.
Upon the completion of the project as a whole as covered by these Contract Documents,
and before final acceptance and final payment will be made, the Contractor shall clean
and remove from the site of the project all surplus and discarded materials, temporary
structures , and debris of every kind . He shall leave the site of all work in a neat and
orderly condition equal to that which originally existed . Surplus and waste materials
removed from the site of the work shall be disposed of at locations satisfactory to the
Engineer. The Contractor shall thoroughly clean all equipment and materials installed by
him and shall deliver over such materials and equipment in a bright, clean, polished and
new appearing condition . No extra compensation wiJI be made to the Contractor for any
clean-up required on the project.
C5-5 (7 )
CS-5.18 FINAL INSPECTION: Whenever the work provided for in and
contemplated under the Contract Documents has been satisfactorily completed and final
clean-up performed, the Engineer will notify the proper officials of the Owner and
request that a Final Inspection be made. Such inspection will be made within 10 days
after such notification. After such final inspection, if the work and materials and
equipment are found satisfactory, the Contractor will be notified in writing of the
acceptance of the same after the proper resolution has been passed by the City Council.
No time charge will be made against the Contractor between said date of notification of
the Engineer and the date of final inspection of the work.
C5-5 (8)
. ,_
,'.
/·~::: -~ ~ .
• .. ~ '!.~ 4
ii .'f ~
, r
PART C -GENERAL CONDITIONS
C6-6 LEGAL RELATIONS AND PUBLIC
RESPONSIBILITY
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and
comply with all Federal and State Laws and City ordinances and regulations which in any
way affect the conduct of the work or his operations, and shall observe and comply with
all orders, laws , ordinances and regulations which exist or which may be enacted later by
bodies having jurisdiction or authority for such enactment. No plea or misunderstanding
or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify
and save harmless the City and all of its officers, agents, and employees against any and
all claims or liability arising from or based on the violation of any such law, ordinance,
regulation, or order, whether it be by himself or his employees.
C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and
licenses, pay all charges, costs and fees, and give all notices necessary and incident to the
due and lawful prosecution of the work.
C6-6.3 PATENTED DEVICES, MATERlALS, AND PROCESSES: If the Contractor
is required or desires to use any design, device, m_aterial, or process covered by letter,
patent, or copyright, he shall provide for such use by suitable legal agreement with the
patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and
understood that without exception the contract price shall include all royalties or cost
arising from patents , trademarks , and copyrights in any way involved in the work. The
Contractor and his sureties shall indemnify and save harmless the Owner from any and all
claims for infringement by reason of the use of any such trade-mark or copyright in
connection with the work agreed to be performed under these Contract Documents, and
shall indemnify the Owner for any cost, expense, or damage which it may be obliged to
pay by reason of such infringement at any time during the prosecution of the work or after
completion of the work, provided, however, that the Owner will assume the responsibility
to defend any and all suits brought for the infringement of any patent claimed to be
infringed upon the design, type of construction or material or equipment specified in the
Contract Documents furnished the Contractor by the Owner, and to hold the Contractor
harmless on account of such suits.
C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce
among his employees such regulations in regard to cleanliness and disposal of garbage
and waste as will tend to prevent the inception and spread of infectious or contagious
diseases and to effectively prevent the creation of a nuisance about the work on any
property either public or private, and such regulations as are required by Law shall be put
into immediate force and effect by the Contractor. The necessary sanitary conveniences
for use of laborers on the work, properly secluded from public observation, shall be
constructed and maintained by the Contractor and their use shall be strictly enforced by
C6-6( 1)
the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from
objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the
State of Texas and the City shall be strictly complied with .
C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored
about the work shall be placed and used , and the work shall at all times be so conducted,
as to cause no greater obstruction or inconvenience to the public than is considered to be
absolutely necessary by the Engineer. The Contractor is required to maintain at all times
all phases of his work in such a manner as not to impair the safety or convenience of the
public , including, but not limited to, safe and convenient ingress and egress to the
property contiguous tot he work area. The Contractor shall make adequate provisions to
render reasonable ingress and egress for normal vehicular traffic, except during actual
trenching or pipe installation operations, at all driveway crossings. Such provisions may
include bridging, placement or crushed stone or gravel or such other means of providing
proper ingress and egress for the property served by the driveway as the Engineer may
approve as appropriate . Such other means may include the diversion of driveway traffic,
with specific approval by the Engineer, If diversion of traffic is approved by the Engineer
at any location, the Contractor may make arrangements satisfactory to the Engineer for
the diversion of traffic, and shall, at his expense, provide all materials and perform all
work necessary for the construction and maintenance of roadways and bridges for such
diversion of traffic. Sidewalks must not be obstructed except by special permission of the
Engineer .
The materials excavated and the construction materials such as pipe used in construction
of the work shall be placed so as not to endanger the work or prevent free access to all
fire hydrants , fire alarm boxes, police call boxes, water valves , gas valves, or manholes in
the vicinity . The Owner reserves the right to remedy any neglect on the part of the
Contractor as regards to public convenience and safety which may come to its attention,
after twenty-four hours notice in writing to the Contractor, save in cases of emergency
when it shall have the right to remedy any neglect without notice , and in either case, the
cost of such work or materials furnished by the Owner or by the City shall be deducted
from the monies due or to become due to the Contractor.
The Contractor, after approval of the Engineer, shall notify the Fire Department
Headquarters, Traffic Engineer, and Police Department, when any street or alley is
requested to be closed or obstructed or any fire hydrant is to be made inaccessible. and
when so directed by the Engineer, shall keep any street , streets, or highways in condition
for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire
Department Headquarters when all such obstructed streets, alleys, or hydrants are placed
back in service .
Where the Contractor is required to construct temporary bridges or make other
arrangements for crossing over ditches or streams , his responsibility for accidents in
connection with such crossings shall include the roadway approaches as ,,., .. ell as the
structures of such crossings .
C6-6(2)
The Contractor shall at all times conduct his operation and use of construction machinery
so as not to damage or destroy trees and scrubs located in close proximity to or on the site
of the work. Wherever any such damage may be done, the Contractor shall immediately
satisfy all claims of property owners, and no payment will be made by the Owner in
settlement of such claims. The Contractor shall file with the Engineer a written statement
showing all such claims adjusted.
C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND
RJGHT-OF-WA Y: For the performance of the contract, the Contractor will be
permitted to use and occupy such 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 Engineer.
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. Excavated and waste materials shall be piled or staked 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. 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 trains, loading or unloading of cars, etc. Other contractors of the Owner may,
for all purposes required by the contract, enter upon the work and premises used by the
Contractor and shall be provided all reasonable facilities and assistance for the
completion of adjoining work. Any additional grounds desired by the Contractor for his
use shall be provided by him at his own cost and expense .
C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way
of any railroad, the City will secure the necessary easement for the work. Where the
railroad tracks are to be crossed, the Contractor shall observe all the regulations and
instructions of the railroad company as to the methods of performing the work and take
all precautions for the safety of property and the public. Negotiations with the railway
companies for the permits shall be done by and through the City. The Contractor shall
give the City Notice not Jess than five days prior to the time of his intentions to begin
work on that portion of the project which is related to the railway properties. The
Contractor will not be given extra compensation for such railway crossings unless
specifically set forth in the Contract Documents.
C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is
carried on in or adjacent to any street, alley, or public place, the Contractor shall at his
own expense furnish, erect, and maintain such barricades, fences, lights, and danger
signals, shall provide such watchman, and shall take all such other precautionary
measures for the protection of persons or property and of the work as are necessary.
Barricades and fences shall be painted in a color that will be visible at night. From sunset
to sunrise the Contractor shall furnish and maintain at least one easily visible burning
light at each barricade . A sufficient number of barricades shall be erected and maintained
to keep pedestrians away from, and vehicles from being driven on or into, any work under
C6-6(3)
construction or being maintained. The Contractor shall furnish watchmen and keep them
at their respective assignments in sufficient numbers to protect the work and prevent
accident or damage.
All installations and procedures shall be consistent with provisions set forth in the "1980
Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued
under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways",
codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos . 27,
29, 30 and 31.
The Contractor will not remove any regulatory sign, instructional sign, street name sign,
or other sign which has been erected by the City . If it is determined that a sign must be
removed to permit required construction , the Contractor shall contact the Transportation
and Public Works Department, Signs and Markings Division (phone number 871-8075),
to remove the sign. In case of regulatory signs, the Contractor must replace the permanent
sign with a temporary sign meeting the requirements of the above referred manual and
such temporary sign must be installed prior to the removal of the permanent sign. If the
temporary sign is not installed correctly or if it does not meet the required specifications,
the permanent sign shall be left in place until the temporary sign requirements are met.
When construction work is completed to the extent that the permanent sign can be re-
installed, the Contractor shall again contact the Signs and Markings Division to re-install
the permanent sign and shall leave his temporary sign in place until such re-installation is
completed.
The Contractor will be held responsible foe all damage to the work or the public due to
failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever
evidence is found of such damage to the work the Engineer may order the damaged
portion immediately removed and replaced by the Contractor at the Contractor's own
expense. The Contractor's responsibility for the maintenance of barricades. signs , fences
and lights , and for providing watchmen shall not cease until the project shall have been
completed an~ accepted by the Owner.
No compensation, except as specifically provided in these Contract Documents, will be
paid to the Contractor for the Work and materials involved in the constructing, providing,
and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the
subsequent removal and disposal of such barricades, signs, or for any other incidentals
necessary for the proper protection, safety, and convenience of the public during the
contract period, as this work is considered to be subsidiary to the several items for which
unit or lump sum prices are requested in the Proposal.
C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor
elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care
shall be exercised at all times so as not to endanger life or property . The Contractor shall
notify the proper representative of any public service corporation , any company,
individual, or utility, and the Ovvner, not le s s than tv,renty-four hours in advance of the use
of any activity which might damage or endanger their or his property along or adjacent to
the work.
Where the use of explosives is to be permitted on the project, as specified in the Special
Conditions Documents, or the use of explosives is requested, the Contractor shall submit
notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish
evidence that he has insurance coverage to protect against any damages and/or injuries
arising out of such use of explosives.
C6-6. l O WORK WITHIN EASEMENTS : Where the work passes over, through, or
into private property , the Owner will provide such right-of-way or easement privileges, as
the City may deem necessary for the prosecution of the work . Any additional rights-of-
way or work area considered necessary by the Contractor shall be provided by him at his
expense. Such additional rights-of-way or work area shall be acquired for the benefit of
the City. The City shall be notified in writing as to the rights so acquired before work
begins in the affected area. The Contractor shall not enter upon private property for any
purpose without having previously obtained permission from the owner of such property.
The Contractor will not be allowed to 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 Engineer. Unless specifically provided
otherwise, the Contractor shall 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. The Contractor shall be responsible for the preservation of and
, • I , shall use every precaution to prevent damage to, all tress, 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.
The Contractor shall 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 . Such
notice shall be made at least 48 hours in advance of the beginning of the work. Notices
shall be applicable to both public and private utility companies or any corporation,
company, individual, or other, either as owners or occupants, whose land or interest in
land might be affected by the work. The Contractor shall 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.
When and where any direct or indirect or injury is done to public or private property on
account of any act, omission, neglect, or misconduct in the execution of the work, or in
consequence of non-execution thereof on the part of the Contractor, he shall restore or
have restored as his cost and expense such property to a condition at least equal to that
existing before such damage or injury was done, by repairing, rebuilding, or otherwise
C 6-6(5)
replacing and restoring as may be directed by the Owner, or he shall make good such
damages or injury in a manner acceptable to the owner of the property and the Engineer.
All fences encountered and removed during construction of this project shall be restored
to the original or a better than original condition upon completion of this project. When
wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set
cross brace posts on either side of the permanent easement before the fence is cut. Should
additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the
point of the proposed cut in addition to the cross braced posts provided at the permanent
easements limits , before the fence is cut.
Temporary fencing shall be erected 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 prevent
livestock from entering the construction area. The cost for fence removal, temporary
closures and replacement shall be subsidiary to the various items bid in the project
proposal. Therefore, no separate payment shall be allowed for any service associated with
this work.
In case of failure on the part of the Contractor to restore such property or to make good
such damage or injury, the Owner may, upon 48 hour written notice under ordinary
circumstances, and without notice when a nuisance or hazardous condit ion results ,
proceed to repair, rebuild, or otherwise restore such property as may be determined by the
Owner to be necessary , and the cost thereby will be deducted from any monies due to or
to become due to the Contractor under this contract.
C6.6 . I I INDEPENDENT CONTRACTOR: It is understood and agreed by the
parties hereto that the Contractor shall perform all work and services hereunder as an
independent contractor, and not as an officer, agent, servant, or employee of the Owner.
Contractor shall have exclusive control of and exclusive right to control the details of all
work and services performed hereunder, and all persons performing the same, and shall
be solely responsible for the acts and omissions of its officers, agents, servants,
employees , contractor, subcontractors , licensees and invitees. The doctrine of respondeat
superior shall not apply as between Owner and Contractor, its officers, agents , employees,
contractors and subcontractors, and nothing herein sha ll be construed as creating a
partnership or joint enterprise between Owner and Contractor.
C6-6 . I 2 CONTRACTOR'S RESPONSJBILITY FOR DAMAGE CLAIMS: Contractor
covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its
officers, agents, servants, and employees from and against any and all claims or suits for
property damage or loss and/or personal injury. including death, to any and all persons, of
whatsoever kind or character, whether real or asserted, arising out of or in connection
with, directly or indirectly, the work and services to be performed hereunder by the
Contractor, its officers, agents , employees, contractors, subcontractors , licensees or
invitees, whether or not caused , in whole or in apart, by alleged negligence on the part of
officers, agent s . employees . contractors , s ubcontractors, licensees or invitees of the
C6-6(6)
1' f
,.l I It
Owner; and said Contractor does hereby covenant and agree to assume all liability and
responsibility of Owner, its officers , agents, servants , and employees for property damage
or loss, and/or personal injuries, including death , to any and all person of whatsoever kind
or character, whether real or asserted , arising out of or in connection with, directly or
indirectly, the work and services to be performed hereunder by the Contractor, its
officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or
not caused, in whole or in apart, by alleged negligence of officers, agents, employees,
contractors , subcontractors, licensees or invitees of the Owner. Contractor likewise
covenants and agrees to , and does hereby , indemnify and hold harmless Owner from and
against any and all injuries, loss or damages to property of the Owner during the
performance of any of the terms and conditions of this Contract, whether arising out of or
in connection with or resulting from , in whole or in apart, any and all alleged acts of
omission of officers, agents , employees , contractors, subcontractors, licensees, or invitees
of the Owner.
ln the event a written claim for damages against the contractor or its subcontractors
remains unsettled at the time all work on the project has been completed to the
satisfaction of the Director of the Water Department, as evidenced by a final inspection ,
final payment to the Contractor shall not be recommended to the Director of the Water
Department for a period of 30 days after the date of such final inspection, unless the
Contractor shall submit written evidence satisfactory to the Director that the claim has
been settled and a release has been obtained from the claimant involved.
lf the claims concerned remains unsettled as of the expiration of the above 30-day period ,
the Contractor may be deemed to be entitled to a semi-final payment for work completed ,
such semi-final payment to be in the amount equal to the total dollar amount then due less
the dollar value of any written claims pending against the Contractor arising out of
performance of such work , and such semi-final payment may then be recommended by
the Director.
The Director shall not recommend final payment to a Contractor against whom such a
claim for damages is outstanding for a period of six months following the date of the
acceptance of the work performed unless the Contractor submits evidence in writing
satisfactory tot he Director that :
I. The claim has been settled and a release has been obtained from the
claimant involved, or
2. Good faith efforts have been made to settle such outstanding claims, and
such good faith efforts have failed.
If condition (1) above is met at any time within the six month period , the Director shall
recommend that the final payment to the Contractor be made. lf condition (2) above is
met at any time within the six month period , the Director may recommend that final
payment to the Contractor be made . At the expiration of the six month period , the
C6-6(7)
Director may recommend that final payment be made if all other work has been
performed and all other obligations of the Contractor have been met to the satisfaction of
the Director.
The Director may, if he deems it appropriate, refuse to accept bids on other Water
Department Contract work from a Contractor against whom a claim for damages is
outstanding as a result of work performed under a City Contract.
C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim
compensation foe any alleged damage by reason of the acts or omissions of the Owner, he
shall within three days af1er the actual sustaining of such alleged damage, make a written
statement to the Engineer, setting out in detail the nature of the alleged damage, and on or
before the 25 1h day of the month succeeding that in which ant such damage is claimed to
have been sustained, the Contractor shall file with the Engineer an itemized statement of
the details and the amount of such alleged damage and, upon request, shall give the
Engineer access to all books of account, receipts, vouchers, bills of lading, and other
books or papers containing any evidence as to the amount of such alleged damage. Unless
such statements shall be filed as hereinabove required , the Contractor's claim for
compensation shall be waived, and he shall not be entitled to payment on account of such
damages .
C6-6 .14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case
it is necessary to change, move, or alter in any manner the property of a public utility or
others, the said property shall not be moved or interfered with until orders thereupon have
been issued by the Engineer. The right is reserved to the owners of public utilities to enter
the geographical limits of the Contract for the purpose of making such changes or repairs
to the property that may be necessary by the performance of this Contract.
C6-6 . l 5 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing
sewer lines have to be taken up or removed, the Contractor shall, at his own expense and
cost, provide _ and maintain temporary outlets and connections for all private or public
drains and sewers . The Contractor shall also take care of all sewage and drainage which
will be received from these drains and sewers, and for this purpose he shall provide and
maintain, at his own cost and expense, adequate pumping facilities and temporary outlets
or divisions.
The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other
structures necessary, and be prepared at all times to dispose of drainage and sewage
received from these temporary connections until such times as the pemrnnent connections
are built and are in service. The existing sewers and connections shall be kept in service
and maintained under the Contract, except when specified or ordered to be abandoned by
the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory
manner so that no nuisance is created and so that the work under constrnction will be
adequately protected.
C6-6(8)
C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE
CITY : When the Contractor desires to use City water in connection with any construction
work, he shall make complete and satisfactory arrangements with the Fort Worth City
Water Department for so doing.
City water furnished to the Contractor shaJI be delivered to the Contractor from a
connection on an existing City main. All piping required beyond the point of delivery
shall be installed by the Contractor at his own expense.
The Contractor's responsibility in the use of all existing fire hydrant and/or valves is
detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General
Contract Documents .
When meters are used to measure the water, the charges, if any, for water will be made at
the regular established rates. When meters are not used, the charges, if any, will be as
prescribed by the City ordinance, or where no ordinances applies, payment shall be made
on estimates and rates established by the Director of the Fort Worth Water Department.
C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the
opinion of the Engineer, any section or portion of the work or any structure is in suitable
condition, it may be put into use upon the written notice of the Engineer, and such usage
shall not be held to be in any way an acceptance of said work or structure or any part
thereof or as a waiver of any of the provisions of these Contract Documents. All
necessary repairs and removals of any section of the work so put into use, due to defective
materials or worlµnanship, equipment, or deficient operations on the part of the
Contractor, shall be performed by the Contractor at his expense .
C6-6 .18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written
acceptance by the Owner as provided for in these Contract Documents, the work shall be
under the charge and care of the Contractor, and he shall take every necessary precaution
to prevent injury or damage to the work or any part thereof by action of the elements or
from any cause whatsoever, whether arising from the execution or nonexecution of the
work . The Contractor shall rebuild, repair, restore, and make good at his own expense all
injuries or damage to any portion of the work occasioned by any of the hereinabove
causes .
C6 -6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any
order by the Owner by payment of money or any payment for or acceptance of any work ,
or any extension of time, or any possession taken by the City shall not operate as a waiver
of any provision of the Contract Documents. Any waiver of any breach or Contract shall
not be held to be a waiver of any other or subsequent breach.
The Owner reserves the right to correct any error that may be discovered in any estimate
that may have been paid and to adjust the same to meet the requirements of the Contract
Documents .
C6-6(9)
C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the
provisions of these Contract Documents or in exercising any power of authority granted
thereunder, there shall be no liability upon the authorized representative of the Owner,
either personally or other wise as they are agents and representatives of the City.
C6-6 .2 l STA TE SALES TAX: On a contract awarded by the City of Fort Worth, and
organization which qualifies for exemption pursuant the provisions of Article 20.04 (H)
of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent
or lease all materials, supplies and equipment used or consumed in the performance of
this contract by issuing to his supplier an exemption certificate in lieu of the tax, said
exemption certificate to comply with State Comptroller's Ruling .007. Any such
exemption certificate issued to the Contractor in lieu of the tax shall be subject to and
shall comply with the provision of State Comptroller's Ruling .011, and any other
applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and
Use Tax Act.
On a contract awarded by a developer for the construction of a publicly-owner
improvement in a street right-of-way or other easement which has been dedicated to the
public and the City of Fort Worth, an organization which qualifies for exemption
pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use
Tax Act, the Contractor can probably be exempted in the same maimer stated above.
Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained
from:
Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin, TX
C6-6( 10)
PART C -GENERAL CONDITIONS
C7-7 PROSECUTION AND PROGRESS
SECTION C7-7 PROSECUTION AND PROGRESS :
C7-7. I SUBLETTING: The Contractor shall perform with his own organization ,
and with the assistance of workmen under his immediate superintendence, work of a
value of not less than fifty (50%) percent of the value embraced on the contract. If the
Contractor sublets any part of the work to be done under these Contract Documents, he
will not under any circumstances be relieved of the responsibility and obligation assumed
under these Contract Documents. All transactions of the Engineer will be with the
Contractor. Subcontractors will be considered only in the capacity of employees or
workmen of the Contractor and shall be subject tot he same requirements as to character
and competency. The Owner will not recognize any subcontractor on the work. The
Contractor shall at all times, when the work is in operation , be represented either in
person or by a superintendent or other designated representatives.
C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign , transfer ,
sublet, or otherwise dispose of the contract or his rights , title, or interest in or to the same
or any part thereof without the previous consent of the Owner expressed by resolution of
the City Council and concurred in by the Sureties.
If the Contractor does , without such previous consent, assign, transfer, sublet, convey, or
otherwise dispose of the contract or his right, title , or interest therein or any part thereof,
to any person or persons , partnership, company, firm, or corporatjon , or does by
bankruptcy , voluntary or involuntary, or by assignment under the insolvency Jaws of an y
states, attempt to _dispose of the contract may , at the option of the Owner be revoked and
annulled, unless the Sureties shall successfully complete said contract, and in the event of
any such revocation or annulment, any monies due or to become due under or by virtue of
said contract shall be retained by the Owner as liquidated damages for the reason that it
would be impracticable and extremely difficult to fix the actual damages.
C7 -7.3 PROSECUTION OF THE WORK: Prior to beginning any construction
operations, the Contractor shall submit to the Engineer in five or more copies , if
requested by the Engineer, a progress schedule preferably in chart or diagram form, or a
brief outlining in detail and step by step the manner of prosecuting the work and ordering
materials and equipment which he expects to follow in order to complete the project in
the scheduled time . There shall be submitted a table of estimated amounts to be earned by
the Contractor during each monthly estimate period.
The Contractor shall commence the work to be performed under this contract within the
time limit stated in these Contract Documents and shall conduct the work in a continuous
manner and with sufficient equipment , materials , and labor as is necessary to insure its
completion within the time limit .
C7-7(1)
The sequence requested of all construction operation s s hall be at all times as specified in
the Special Contract Documents . An y Deviation fr om s uch sequencing shall be s ubmitted
to the Engineer for his approval. C o ntractor sh a ll n ot proceed with any deviation until he
has received written approval from the Enginee r. Such specification or approval by the
Engineer shall not relieve the Contractor from full respon s ibility of the complete
performa)1ce of the Contract.
The contract time may be changed only as set forth in Section C7-7 .8 EXTENSION OF
TIME OF COMPLETION of this Agreement and a progress schedule shall not con stitute
a change in the contract time .
C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all
times be conducted by the Contractor so as to create a minimum amount of inconvenience
to the public . At any time when , in the judgment of the Engineer, the Contractor has
obstructed or closed or is carrying on operations in a portion of a street or public way
greater than is necessary for proper execution of the work , the Engineer may require the
Contractor to finish the section on which operations are in progress before the work is
commenced on any additional section or street.
C7-7 .5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be
used by the Contractor when it is available. The Contractor may bring from outside the
City of Fort Worth his key men and his superintendent. All other workmen, including
equipment operators, may be imported only after the local supply is exhausted . The
Contractor shall employ only such superintendents, foremen , and workmen who are
careful , competent , and fully qualified to perform the duties and tasks assigned to them,
and the Engineer may demand and secure the summary dismissal of any person or persons
employed by the Contractor in or about or on the work who , in the opinion of the Owner,
shall misconduct himself or to be found to be incompetent, disrespectful , intemperate ,
dishonest, or otherwise objectionable or neglectful in the proper performance of his or
their duties, qr who neglect or refuses to comply with or carry out the direction of the
owner, and such person or persons shall not be employed again thereon without written
consent of the Engineer.
All workmen shall have s ufficient skill , ability, and experience to properly perform the
work assigned to them and operate any equipment necessary to properly carry out the
performance of the assigned duties.
The Contractor shall furnish and maintain on the work all such equipment as is
considered to be necessary for the prosecution of the work in an acceptable manner and at
a satisfactory rate of progress. All equipment , tools, and machinery used for handling
materials and executing any part of the work shall be subject to the approval of the
Engineer and shall be maintained in a satisfactory , safe and efficient working condition.
Equipment on any portion of the work shall be such that no injury to the work . Workmen
or adjacent property \\-j)] res ult from its use.
. ~
'
,~
;
C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting
with the first day of the work completed as defined in Cl-1.23 "WORKING DAYS" or
the date stipulated in the "WORK ORDER" for beginning work , whichever comes first.
Nothing in these Contract Documents shall be construed as prohibiting the Contractor
from working on Saturday, Sunday or Legal Holidays, providing that the following
requirements are met:
a. A request to work on a specific Saturday, Sunday or Legal Holiday must
be made to the Engineer no later that the preceding Thursday.
b. Any work to be done on the project on such a specific Saturday, Sunday or
Legal Holiday must be, in the opinion of the Engineer, essential to the
timely completion of the project.
The Engineer's decision shall be final in response to such a request for approval to work
on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be
allowed to the Contractor for any work performed on such a specific Saturday, Sunday or
Legal Holiday.
•.
Calendar Days shall be defined in C 1-1.24 and the Contractor may work as he so desires .
C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall
commence the working operations within the time specified in the Contract Documents
and set forth in the Work Order. Failure to do so shall be considered by the mvner as
abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit.
The Contractor shall maintain a rate of progress such as will insure that the whole work
will be performed and the premises cleaned up in accordance with the Contract
Documents and within the time established in such documents and such extension of time
as may be properly authorized .
C7-7.8 EXTENSION OF TlME COMPLETJON: The Contractor's request for an
extension of time of completion shall be considered only when the request for such
extension is submitted in writing to the Engineer within seven days from and after the
time alleged cause of delay shall occurred. Should an extension of the time of completion
be requested such request will be forwarded to the City Council for approval.
In adjusting the contract time for completion of work, consideration will be given to
unforeseen causes beyond the control of and without the fault or negligence of the
Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes , embargoes,
or delays of sub-contractors due to such causes.
C7~ 7(3)
When the date of completion is based on a calendar day bid, a request for extension of
time because of inclement v,;eather will not be considered. A request for extension of time
due to inability to obtain supplies and materials will be considered only when a review of
the Contractor's purchas e order dates and other pertinent data as requested by the
Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on
schedule . This shall include efforts to obtain the supplies and materials from alternate
sources in case the first source cannot make delivery.
If satisfactory execution and completion of the contract should require work and materials
in greater amounts or quantities than those set forth in the approved Contract Documents,
then the contract time mat be increased by Change Order.
C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or
hindrances to the work, except when direct and unavoidable extra cost to the Contractor
is caused by the failure of the City to provide information or material , if any, which is to
be furnished by the City. When such extra compensation is claimed, a written statement
thereof shall be presented by the Contractor to the Engineer and if by the Engineer found
correct, shall be approved and referred by the Engineer to the City Council for final
approval or disapproval; and the action thereon by the City Council shall be final and
binding . If delay is caused by specific orders given by the Engineer to stop work, or by
the performance of extra work , or by the failure of the City to provide material or
necessary instructions for carrying on the work , then such delay will entitle the Contractor
to an equivalent extension of time, his application for shall, however, be subject to the
approval of the City Council: and no such extension of time shall release the Contractor
or the surety on his performance bond from all his obligations hereunder which shall
remain in full force until the discharge of the contract.
C7-7 .IO TIME OF COMPLETION: The time of completion is an essential
element of the Contract. Each bidder shall indicate in the appropriate place on the last
page of the proposal, the number of working days or calendar days that he will require to
fully complete this contract or the time of completion will be specified by the City in the
proposal section of the Contract Documents .
The number of days indicated shall be a realistic estimate of the time required to complete
the work covered by the specific contract being bid upon . The amount of time so stated
by the successful bidder or the City will become the time of completion specified in the
Contract Documents.
For each calendar day that any work shall remain uncompleted after the time specified in
the Contract Documents, or increased time granted by the Owner, or as automatically
increased by additional work or materials ordered after the contract is signed, the sum per
day given in the following schedule, unless otherwise specified in other parts of the
Contract Documents, will be deducted from the monies due the Contractor, not as a
penalty. but as liquidated damages suffered by the Owner.
C7-7(4)
.,:
' ~'
AMOUNT OF CONTRACT AMOUNT OF
LIQUIDATED
DAMAGES
PER DAY
Less than $ 5,000 inclusive $ 35.00
$ 5 ,001 to $ 15 ,000 inclusive $ 45.00
$ 15 ,001 to $ 25 ,000 inclusive $ 63 .00
$ 25 ,001 to $ 50 ,000 inclusive $ 105.00
$ 50,001 to $ 100,000 inclusive $ 154.00
$ 100,001 to $ 500 ,000 inclusive $ 210.00
$ 500,001 to $ 1,000 ,000 inclusive $ 315.00
$ 1,000,001 to $2,000,000 inclusive $ 420 .00
$2,000,000 and over $ 630.00
The parties hereto understand and agree that any harm to the City caused by the
Contractor's delay in completing the work hereunder in the time specified by the Contract
Documents would be incap able or very difficult to calculate due to lack of accurate
infonnation , and that the "Amount of Liquidated Damages Per Day", as set out above , is
a reasonable forecast of just compensation due the City for harm caused by any delay .
C7-7 . l 1 SUSPENSION BY COURT ORDER: The Contractor shall suspend
operations on such part or parts of the work ordered by any court, and will not be entitled
to additional compensation by virtue of such court order. Neither will he be liable to the
City in the vent the work is suspended by a Court Order. Neither will the Owner be liable
to the Contractor by virtue of any Court Order or action for which the Owner is not solely
responsible.
C7-7 .12 TEMPORARY SUSPENSION : The Owner shall have the right to suspend
the work operation wholly or in part for such period or periods of time as he may deem
necessary due to unsuitable weather conditions or any other unsuitable conditions which
in the opinion of the Owner or Engineer cause further prosecution of the work to be
unsatisfactory or detrimental to the interest of the project. During temporary suspension
of the work covered by this contract, for any reason, the Owner will make no extra
payment for stand-by time of construction equipment and/or construction crews.
If it should become necessary to suspend work for an indefinite period , the Contractor
shall store all materials in such 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.
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 as set forth in
Paragraph C7-7 .8 EXTENSION OF THETIME OF COMPLETION , and should it be
C 7-7(5)
determined by mutual consent of the Contractor and the Engineer that a solution to allow
construction to proceed is not available within a reasonable period of time, then the
Contractor may be reimburs ed for the cost of moving his equipment off the job and
returning the necess ary equipment to the job when it is determined by the Engineer that
con structi o n m a y be resumed . Such reimbursement shall be based on actual cost to the
Contractor of moving the equipment and no profit will be allO\.ved.
No reimbursement shall be allowed if the equipment is moved to another construction
project for the City of Fort Worth .
The Contractor shall not suspend work without written notice from the Engineer and shall
proceed with the work operations promptly when notified by the Engineer to so resume
operations.
C7-7 .13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY:
Whenever, because of National Emergency, so declared by the president of the United
States or other lawful authority, it becomes impossible for the Contractor to obtain all of
the necessary labor, materials, and equipment for the prosecution of the work with
reasonable continuity for a period of two months, the Contractor shall within seven days
notify the City in writing, giving a detailed statement of the efforts which have been made
and listing all necessary items of labor, materials, and equipment not obtainable . If, after
investigations , the owner finds that such conditions existing and that the inability of the
Contractor to proceed is not attributable in whole or in part to the fault or neglect of the
Contractor, than if the Owner cannot after reasonable effort assist the Contractor in
procuring and making available the necessary labor, materials, and equipment within
thirty days , the Contractor my request the owner to terminate the contract and the owner
may comply with the request , and the termination shall be conditioned and based upon a
final settlement mutually acceptable to both the Owner and the Contractor and final
payment shall be made in accordance with the terms of the agreed settlement, which shall
include. But not be limited to the payment for all work executed but not anticipated
profits on work which has not been performed.
C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT
OF THE CONTRACT: The work operations on all or any portion or section of the
work under Contract shall be suspended immediately on written order of the Engineer or
the Contract may be declared canceled by the City Council for any good and sufficient
cause. The following, by way of example, but not of limitation, may be considered
grounds for suspension or cancellation:
a . Failure of the Contractor to commence work operations within the time
specified in the Work Order issued by the Owner.
b. Substantial evidence that progress of the work operations by the
Contractor is insufficient to complete the work within the specified time.
~.
C. Failure of the Contractor to provide and maintain s u fficient labor and
e quipment to properly execute the working operations .
d . Substa ntial evidence th at the Contractor has abandoned the work .
e . Substantial ev id e nce that the Contractor has become insol v ent or bankrupt,
or otherwise fin a nci a lly unable to carry on the work s atisfactorily.
f. F a ilure on the part of the Contractor to observe any requirements of the
C~ntract Documents or to comply with any orders given by the Engineer
or Ovvner prov ided for in these Contract Documents .
g. F a ilure of the Contractor promptly to make good any defect in materials or
workmanship , or any defects of any nature the correction of which has
been directed in writing by the Engineer or the Owner.
h . Substantial evidence of collusion for the purpose of illegally procuring a
contract or perpetrating fraud on the City in the construction of work under
contract.
I. A substantial indication that the Contractor has made an unauthorized
a ssignment of the contract or any funds due therefrom for the benefit of
any cre ditor or for any other purpose.
J. If the Contractor shall for any cause whatsoever not carry on the working
operation in a n acceptable manner.
k . If the Contractor commences legal action against the Owner.
A Copy of th e suspension order or action of the City Council shall be served on the
Contractor's Sureties . Whe n work i s suspended for any cause or causes, or when th e
contract is canceled , the Contractor shall discontinue the work or such part thereof as the
owner shall de s ignate , whereupon the Sureties may , at their option , assume the contract
or that portion th e reof which the Owner has ordered the Contractor to discontinue , and
may perform the same or may, with written consent of the owner, sublet the work or that
portion of the work as t a ken over, provided however, that the Sureties shall exercise the ir
option , if at all , within two weeks a fter the written notice to discontinue the work has
been served upon the Contractor and upon the Sureties or their authorized agents. The
Sureties, in such event shall assume the Contractor's place in all respects, and shall be
paid by the Owner for all work p e rformed by them in accordance with the terms of the
Contract Documents. All monies remaining due the Contractor at the time of this default
shall thereupon become due and payable to the Sureties as the work progress es , subject to
all of the terms of th e Contract D ocuments.
C 7-7(7)
In case the Sureties do not, within the hereinabove specified time, exercise their right and
option to assume the contract responsibilities, or that portion thereof which the Owner
ha s ordered the Contractor to discontinue, then the Owner shall have the power to
complete , by contract or otherwise, as it may determine, the work herein described or
such work thereof as it may deem necessary, and the Contractor hereto agrees that the
Owner shall have the right to take possession of and use any materials, plants, tools,
equipment, supplies, and property of any kind provided by the Contractor for the purpose
of carrying on the work and to procure other tools, equipment, materials , labor and
property for the completion of the work, and to charge to the account of the Contractor of
said contract expense for labor, materials, tools, equipment, and all expenses incidental
thereto. The expense so charged shall be deducted by the owner from such monies as may
be due or may become due at any time thereafter to the Contractor under and by virtue of
the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid
for the work completing the contract, but the expense to be deducted shall be the actual
cost of the owner of such work
In case such expenses shall exceed the amount which would have been payable under the
Contract if the same had been completed by the Contract, then the Contractor and his
Sureties shall pay the amount of such excess to the City on notice from the Owner of the
excess due. When any particular part of the work is being carried on by the Owner by
contract or otherwise under the provisions of this section, the Contractor shall continue
the remainder of the work in conformity with the terms of the Contract Documents and in
such a manner as to not hinder or interfere with the performance of the work by the
Owner.
C7-7 . I 5 FULFILLMENT OF CONTRACT:The Contract will be considered as having
been fulfilled, save as provided in any bond or bonds or by law, when all the work and all
sections or parts of the project covered by the Contract Documents have been finished
and completed , the final inspection made by the Engineer, and the final acceptance and
final payment made by the Owner.
C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER:
The performance of the work under this contract may be terminated by the Owner in
whole , or from time to time in part , in accordance with this section, whenever the Owner
shall determine that such termination is in the best interest of the Owner.
A . NOTICE OF TERMINATION: Any Termination shall be effected by
mailing a notice of the termination to the Contractor specifying the extent
to which performance of work under the contract is terminated, and the
date upon which such termination becomes effective. Receipt of the notice
shall be deemed conclusively presumed and established when the letter is
placed in the United States Postal Service Mail by the Owner. Further, it
shall be deemed conclusively presumed and established that such
termination is made with just cause as therein stated; and no proof in any
C7-7(8)
' <
..
claim, demand or suit shall be required of the Owner regarding such
discretionary action
B. CONTRACTOR ACTION: After receipt of a notice of termination ,
and except as otherwise directed by the Engineer, the Contractor shall:
1. Stop work under the contract on the date and to the extent
specified in the notice of termination;
2. place no further orders or subcontracts for materials,
services or facilities except as may be necessary for
completion of such portion of the work under the contract
as is not terminated;
3. terminate all orders and subcontracts to the extent that they
relate to the performance of the work terminated by notice
of termination;
4. transfer title to the Owner and deliver in the manner, at the
times, and to the extent, if any , directed by the Engineer:
a . the fabricated or unfabricated parts, work m
progress, completed work , supplies and other
material produced as a part of, or acquired m
connection with the performance of, the work
terminated by the notice of the termination ; and
b. The completed, or partially completed plans,
drawings, information and other property which, if
the contract had been completed, would have been
required to be furnished to the Owner.
5. complete performance of such work as shall not have been
terminated by the notice of termination; and
6. Take such action as may be necessary, or as the Engineer
may direct, for the protection and preservation of the
property related to its contract which is in the possession of
the Contractor and in which the owner has or may acquire
the rest.
At a time not later than 30 days after the termination date specified in the
notice of termination, the Contractor may submit to the Engineer a list,
certified as to quantity and quality, of any or all items of termination
inventory not previously disposed of, exclusive of items the disposition of
C7-7(9)
which has been directed or authorized by Engineer, Not later than 15 days
thereafter , the owner shall accept title to such items provided , that the list
submitted shall be subject to verification by the Engineer upon removal of
the items or, if the items are stored , within 45 days from the date of
submission of the li st , and a ny nece ssary adjustments to correct the list as
submitted, shall be made prior to fin a l settlement.
C. TERMINATION CLAIM : Within 60 days after the notice of
termination , the Contractor shall submit his termination claim to the
Engineer in the form and with the certification prescribed by the Engineer.
Unless one or more extensions in writing are granted by the Owner upon
request of the Contractor, made in writing within such 60-day period or
authorized extension thereof, any and all such claims shall be conclusively
deemed waived .
D. AMOUNTS : Subject to the prov1s10ns of Item C7-7. I (C), the
Contractor and the Owner may agree upon the whole or any part of the
amount or amounts to be paid to the Contractor by reason of the total or
partial termination of the work pursuant hereto; provided , that such agreed
amount or amounts shall never exceed the total contract price reduced by
the amount of payments otherwise made and as further reduced by the
contract price work not terminated . The contract shall be amended
accordingly , and the Contractor shall be paid the agreed amount. No
amount shall be due for lost or anticipated profits> Nothing in C7-7. l 6(E)
hereafter, prescribing the amount to be paid to the Contractor by reason of
the termination of work pursuant to this se ction , shall be deemed to limit ,
restrict or otherwise determine or affect the amount or amounts which may
be agreed upon to be paid to the Contractor pursuant to this paragraph .
E. FAILURE TO AGREE: In the event of the failure of the Contractor
. and the Owner to agree as provided in C7-7. l 6(D) upon the whole amount
to be paid to the Contractor by reason of the termination of the work
pursuant to this section, the Owner shall determine , on the basis of
information available to it, the amount , if any, due to the Contractor by
reason of the termination and shall pay to the Contractor the amounts
determined. No amount shall be due for lost or anticipated profits.
F. DEDUCTIONS: In arriving at the amount due the Contractor under
this section there shall be deducted ;
I. all unliquidated advance or other payments on account
theretofore made to the Contractor, applicable to the
terminated portion of thi s contract ;
C7-7(10)
2 . any claim which the Owner may have against the
Contractor in connection with this contract; and
3 . the agreed price for , or the proceeds of the sale of, any
. materials , supplies or ot her things kept by the Contractor or
sold, purs uant to the provisions · of this clause , and not
otherwise recovered by or credited to the Owner.
G. ADJUSTMENT: If the termination hereunder be partial , prior to the
settlement of the terminated portion of this contract, the Contractor may
file with the Engineer a request in writing for an equitable adjustment of
the price or prices specified in the contract relating to the continued
portion of the contract (the portion not terminated by notice of
termination), such equitable adjustment as may be agreed upon shall be
made in such price or prices ; noting contained herein, however, shall limit
the right of the owner and the Contractor to agree upon the amount or
amounts to be paid tot he Contractor for the completion of the continued
portion of the contract when said contract does not contain an established
contract price for such continued portion .
H. NO LIMITATION OF RJGHTS : Noting contained in this section shall
limit or alter the rights which the Owner may have for termination of this
contract under C7-7.14 hereof entitled "SUSPENSION OR
ABANDONMENT OF THE WORK AND ANNULMENT OF
CONTRACT" or any other right which the Owner may have for default or
breach of contract by Contractor.
C7-7.l 7 SAFETY METHODS AND PRACTICES : The Contractor shall be
responsible for initiating, maintaining and supervising all safety precautions and
programs in connection with the work at all times and shall assume all responsibilities for
their enforcement.
The Contractor shall comply with federal, state, and local laws , ordinances, a nd
regulations so as to protect person and property from injury, including death , or damage
in connection with the work.
C7-7(11)
PART C-GENERAL CONDITIONS
C8-8 MEASUREMENT AND PAYMENT
SECTION C8-8 MEASUREMENT AND PAYMENT
C8-8. l M EA SUREMENT OF QUANTITIES: The determination of quant1t1es of
work performed by the Contractor and authorized by the Contract Documents acceptably
completed under the terms of the Contract Documents shall be m ade by the Engineer,
based on measurements made by the Engineer. These measurements will be made
according to the United States Standard Measurements used in common practice, and will
be the actu al length, area, solid contents , numbers, and weights of the materials and item
installed.
C8-8.2 UNIT PRICES : When in the Proposal a "Unit Price" is set forth, the said
"Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials,
machinery , equipment, appliances and appurtenances necessary for the construction of
and the completion in a manner acceptable to the Engineer of all work to be done under
these Contract Documents .
The "Unit Price " shall include all permanent and temporary protection of overhead ,
surface , and underground structures, cleanup, finishing costs , overhead expense, bond ,
insurance, patent fees , royalties , risk due to the elements and other clauses, delays ,
profits , injuries , damages claims, taxes, and all other items not specifically mentioned that
may be required to fully construct each item of the work complete in place and in a
satisfactory condition for operation.
CS-8.3 LUMP SUM : When in the Proposal a "Lump Sum" is set forth, the said
"Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools,
materials , machinery , equipment, appurtenances , and all subsidiary work necessary for
the construction and completion of all the work to provide a complete and functional item
as detailed iri the Special Contract Documents and/or Plans.
CS-8.4 SCOPE OF PAYMENT : The Contractor shall receive and accept the
compensation as herein provided, in full payment for furnishing all labor, tools, materials ,
and incidentals for performing all work contemplated and embraced under these Contract
Documents, for all los s and damage arising out of the nature of the work or from the
action of the elements, for any unforeseen defects or obstructions which may arise or be
encountered during the pro secution which may arise or be encountered during the
prosecution of the work at any time before its final acceptance by the Owner, ( except as
provided in paragraph CS-5 .14) for all risks of whatever description connected with the
prosecution of the work, for all expenses incurred by or in consequence of the s uspension
or discontinuance of such prosecution of the working operations as herein specified, or
any and all infringements of patents , trademark s, copyrights, or other legal re se rvations,
CS-8(1)
and for completing the work m an acceptable manner according
Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work,
materials, or equipment, nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects , which defects ,
imperfections, or damage shall have been discovered on or before the final inspection and
accep tance of the work or during the one year guaranty period after the final acceptance.
The Owner shall be the sole judge of such defects, imperfections , or damage, and the
Contractor shall be liable to the Owner for failure to correct the same as provided herein .
C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the I st and the 5th
day of each month, the Contractor shall submit to the Engineer a statement showing an
estimate of the value of the work done during the previous month, or estimate period
under the Contract Documents. Not later than the l 0 1h day of the month, the Engineer
s hall verify such estimate, and if it is found to be acceptable and the value of the work
performed since the last partial payment was made exceeds one hundred dollars ($100.00)
inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract
a mount is less than $400,000.00, or 95% of such estimated sum will be paid to the
Contractor if the total contract amount is $400.,000.00 or greater, within twenty-five (25)
days after the regular estimate period . The City will have the option of preparing
estimates on forms furnished by the City. The partial estimates may include acceptable
nonperishable materials delivered to the work which are to be incorporated into the work
as a permanent part thereof, but which at the time of the estimate have not been installed
(such payment will be allowed on a basis of 85% of the net invoice value thereof). The
Contractor sh a ll furnish the E ngineer such inform ation as he may request to aid him as a
gu ide in th e v~rification or the preparation of partial estimates.
It is understood that partial estimates from month to month will be approximate only, all
partial monthly estimates and payment will be subject to correction in the estimate
rendered following the discovery of an error in any previous estimate, an d such estimate
shall no t , in any respect , be taken as an admission of the Owner of the amount of work
done or of its quantity of sufficiency, or as an acceptance of the work done or the release
of the Contractor of any of his re sponsibilities under the Contract Documents.
The City reserves the right to withhold the payment of any monthly estimate
Contractor fails to perform the work strictly m accordance with the specifications or
provisions of this Contract.
C8-8 .6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may
be held in abeyance if the performance of the construction operations is not in accordance
with the requirements of the Contract Documents.
C8-8. 7 FINAL ACCEPTANCE: Whenever the improvements provided for by
the Contract Documents shall have been completed and all requirements of the Contract
Documents shall have been fulfilled on the part of the Contractor, the Contractor shall
notify the Engineer in writing that the improvements are ready for final inspection. The
Engineer shall notify the appropriate officials of the Owner, will within a reasonable time
make such final inspection, and if the work is satisfactory, in an acceptable condition, and
has been completed in accordance with the terms of the Contract Documents and all
approved modifications thereof, the Engineer will initiate the processing of the final
estimate and recommend final acceptance of the project and final payment thereof as
outlines in paragraph C8-8.8 below.
C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the
Contract Documents and all approved modifications thereof shall have been completed
and all requirements of the Contract Documents have been fulfilled on the part of the
Contractor, a final estimate showing the value of the work will be prepared by the
Engineer as soon as the necessary measurements, computations, and checks can be made.
J All prior estimates upon which payment has been made are subject to necessary
~ corrections or revisions in the final payment.
The amount of the final estimate, less previous payments and any sums that have been
deducted or retained under the provisions of the Contract Documents, will be paid to the
Contractor within 60 days after the final acceptance by the Owner on a proper resolution
of the City Council, provided the Contractor has furnished to the owner satisfactory
evidence of compliance as follows: Prior to submission of the final estimate for payment,
the Contractor shall execute an affidavit as furnished by the City, certifying that;
A. all persons, firms, associations, corporations, or other · organizations
furnishing labor and/or materials have been paid in full ,
B. that the wage scale established by the City Council in the City of Fort
Worth has been paid, and
C. that there are no claims pending for personal mJury and/or property
damages.
The acceptance by the Contractor of the last or final payment as aforesaid shall operate as
and shall release the owner from all claims or liabilities under the Contract for anything
done or furnished or relating to the work under the Contract Documents or any act or
neglect of said City relating to or connected with the Contract.
C8-8(3)
The making of the final payment by the Owner shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it
has employed competent engineers and designers to prepare the Contract Documents and
all modifications of the approved Contract Documents . It is , therefore, agreed that the
Owner shall be responsible for the adequacy of its own design features , sufficiency of the
Contract Documents, the safety of the structure, and the practicability of the operations of
the completed project, provided the Contractor has comp I ied with the requirements of the
said Contract Documents, all approved modifications thereof, and additions and
alterations thereof approved in writing by the Owner. The burden of proof of such
compliance shall be upon the Contractor to show that he has complied with the Contract
Documents, approved modifications thereof, and all alterations thereof.
C8-8 .10 GENERAL GUARANTY : Neither the final certificate of payment nor
any provision in the Contract Documents nor partial or entire occupancy or use of the
premises by the Owner shall constitute an acceptance of the work not done in accordance
with the Contract Documents or relieve the Contractor of liability in respect to any
express warranties or responsibility for faulty materials or workmanship. The Contractor
shall remedy any defects or damages in the work and pay for any damage to the other
work resulting therefrom which shall appear within a period of one year from the date of
final acceptance of the work unless a longer period is specified and shall furnish a good
and sufficient maintenance bond in the amount of 100 percent of the amount of the
contract which shall assure the performance of the general guaranty as above outlined.
The Owner will give notice of observed defects with reasonable promptness.
C8-8. I 1 SUBSIDIARY WORK: Any and all work specifically governed by
documentary requirements for the project, such as conditions imposed by the Plans, the
General Contract Documents or these Special Contract Documents, in which no specific
item for bid has been provided for in the Proposal, shall be considered as a subsidiary
item of work, the cost of which shall be included in the price bid in the Proposal , for each
bid item . Surface restoration , rock excavation and cleanup are general items of work
which fall in the category of subsidiary work.
C8-8. I 2 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be
allocated under various bid items in the Proposal to establish unit prices for
miscellaneous placement of material. These materials shall be used only when directed by
the Engineer, depending on field conditions. Payment for rniscellaneous placement of
material will be made for only that amount of material used, measured to the nearest one-
tenth unit. Payment for miscellaneous placement of material shall be in accordance with
the General Contract Documents regardless of the actual amount used for the Project.
C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy
of all specifications. plans, addenda , modifications, shop drawings and samples at the
C8-8(4)
-~
1 • ...
'
, ~·
site, in good order and annotated to show all changes made during the construction
process . These shall be delivered to the Engineer upon completion of the work .
, .. • ~
"'
' <. ' : ,.
' "' '\
·, ..
' .. t
~ " .. .
,,,,
~ ,,
) ,.,.
' . \ ,.
' . '
'
. ,, . .,, ". ' .J-' .
' ~ '• r-
• •
~
; ,t•
'
~
' ·~
,..
"
' ·'" <'. ' ""' .. . ~ .
~
,,._,,
• ,, -
r,
" ~ .
' ' ...
' k , "'-. • ,
~ .
... ..
'
' '~ \:,• ,,
' . '
'\ ' ~.
';
'
~
CS -8(5)
.,. " .. {'
.f
.....
"
' ~
t
' ..
;
' , •' ~ l '
' .
lt
,·
PART CJ
SUPPLEMENTARY CONDITIONS
TO
PART C _:_ G E NERAL CONDITIONS
A. GENERAL
B .
C.
These Supplementary Conditions amend or supplement the General Conditions of the Contract
and other provisions of the Contract Documents as indicated below. Provisions which are not so
amended or supplemented remain in full force and affect.
CONTRACT DOCUMENTS : In Section C 1-1 .2 CONTRACT DOCUMENTS delete Paragraph
CI -1.2b SPECIAL CONTRACT DOCUMENTS and add the following:
SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for
each specific project as a supplement to the General Contract Documents and include the
following items:
PART A -NOTICE TO BIDDERS (Advertisement) White
SPECIAL INSTRUCTION TO BIDDERS White
PART B -PROPOSAL (Bid) White
M/WBE BID SPECIFICATIONS Golden Rod
INSURANCE Whit e
CONTRACT White
CONTRACTOR 'S COMPLJANCE WITH
WORKERS ' COMPENSATION LAW White
CONFLICT OF INT EREST QUESTIONNAIRE White
BONDS White
PART C -GENERAL CONDITIONS Canary Yellow
PART Cl -SUPPLEMENT ARY CONDITIONS Green
PART D -SPECIAL CONDITJONS ·Green
PARTE -TECHNICAL SPECIFICA TlONS White
PLANS/FIGURES (may be bound separately) White
DlRECTOR OF TRANSPORT A Tl ON AND PUBLIC WORKS : Delete entire Paragraph C 1-
1.17, and replace with the following :
C 1-1.17 DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS: The officially
appointed Director of the Transportation and Public Works Department of the City of Fort
Worth , or his duly authorized representative, assistant , or agents.
DIRECTOR OF ENGINEERING: Add the following paragraph after Cl-1.17 and before Cl-
1.18:
C 1-1 .17 A DIRECTOR OF ENGINEERING: The officially appointed Director of the Department
of Engineering of the City of Fort Worth , referred to in the charter as the City En g ineer, or his
duly authorized representative assistant, or agents .
Cl-1
E. ENGINEER: Delete entire Paragraph C 1-1 .19 , and replace with the following:
The Director of the Fort Worth Department of Engineer, the Director of Fort Worth
Transportation and Public Works Department, the Director of the Fort Worth Water Department,
or their duly authorized assistants, agents , engineers, inspectors, or superintendents, acting within
the scope of the particular duties entrusted to them .
F. EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: In Section C2-
2.3, Paragraph 2, add the following to last sentence: "except for changes in the site conditions
caused by factors outside of the control of the Contractor which occur after the Contractor's
inspection and prior to installation."
G. Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF
PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following:
Part C l
C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered,
accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the
official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole
responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a
proposal was dispatched will not be considered. The Bidders must have the proposal actually
delivered. Each proposal shall be in a sealed envelope plainly marked with the word
"PROPOSAL," and the name or description of the project as designated in the "Notice to
Bidders ." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth
Purchasing Division, P.O . Box 17027, Fort Worth , Texas 76102.
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager
cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration
of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to
the time set for the opening of proposals. After all proposals not requested for non-consideration
are opened and publicly read aloud, the proposals for which non-consideration requests have
been properly filed may, at the option of the Owner, be returned unopened.
C2-2 .9 TELEGRAPHIC MODJFICA TJON OF PROPOSALS: Any bidder may modify his
proposal by telegraphic communication at any time prior to the time set for opening proposals,
provided such telegraphic communication is received by the Purchasing Manager prior to the
said proposal opening time, and provided further , that the City Manager is satisfied that a written
and duly authenticated confirmation of such telegraphic communication over the signature of the
bidder was mailed prior to the proposal opening time. If such confirmation is not received within
forty-eight ( 48) hours after the proposal opening time , no further consideration will be given to
the proposal
CI-2
H. MINORJTY /WOMEN BUSINESS ENTERPRJSE COMPLIANCE:
Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORJTY BUSINESS
ENTERPRJSE/WOMEN-OWNED BUSINESS ENTERPRJSE COMPLIANCE" shall be deleted
in its entirety and replaced with the following:
Upon reque st, Contractor agrees to provide to Owner complete and accurate information
regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman
Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to
permit an audit and /or examination of any books, records or files in its possession that will
substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts
(other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will
be grounds for termination of the contract and/or initiating action under appropriate federal, state
or local laws or ordinances relating to false statements; further, any such misrepresentation (other
than negligent misrepresentation) and/or commission of fraud will result in the Contractor being
determined to be irresponsible and barred from participating in City work for a period of time of
not less than thee (3) years .
I. C3-3.5 A WARD OF CONTRACT is modified to read as follows:
"The Owner reserves the right to withhold final action on the proposals for a reasonable time, not
to exceed the period state for the duration of the Bid Security stated in the Notice to Bidders or
90 days, whichever is shorter."
J. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C , General Conditions, dated
November I , 1987; (City let projects) make the following revisions:
Part C l
1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read :
In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of
authority from the United States secretary of the treasury to qualify as a surety on obligations
pennitted or required under federal law ; or (2) have obtained reinsurance for any liability in
excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of
Texas and is the holder of a certificate of authority from the Untied States secretary of the
treasury to qualify as a surety on obligations pennitted or required under federal law .
Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City,
in it s s ole di scretion , will determine the adequacy of the proof required herein .
2. Pg. C3-3(5) Paragraph C}-3.11 INSURANCE delete subparagraph "a.
COMPENSATION INSURANCE".
3. Pg . C3-3(6), Paragraph C3-3. J l INSURANCE delete subparagraph "g. LOCAL AGENT FOR
INSURANCE AND BONDING".
Cl-3
K.
Part C l
INSURANCE . Change the following portions of C3-3.1 l Insurance as shown below:
1. INSURANCE FOR SUBCONT RACTORS: At the end of the first paragraph of Section
C3-3 .11 , after "and for all s ubcontractors", insert the following sentence: "The General
Contractor may require all subcontractors to be insured and submit documentation
ensuring that the requirements ofC3-3 .l I are met for all subcontractors. Failure of the
OWNER to request required documentation shall not constitute a waiver of the insurance
requirements s pecified herein. The Contractor ' liability shall not be limited to the
specified mounts of insurance required herein."
2. INSURANCE LIMITS. In Section C3-3.l I , after the word "occurrence", add
"/aggregate ".
3. COMPENSATION INSURANCE. Add the following to the end of Paragraph C3-3.l la :
"Worker 's compensation insurance covering employees in the project site shall be
endorsed with a waiver of subrogation providing rights of recovery in favor of the
OWNER."
4 . COMMERCIAL GENERAL LIABILITY INSURANCE: In Paragraph C3-3 . I lb:
Replace the word "Comprehensive" with "Commercial" Add the following to Paragraph
C3-3.I I b:
"Certificates of insurance shall state that Insurance is on an "occurrence basis."
Certificate shall also contain a statement that no exclusions by endorsement have been
made to the Commercial General Liability Policy".
5. COMMERCIAL GENERAL LIABILITY (CGL) POLICY: Amend Paragraph C3-3 .1 Ic ,
Additional Liability by adding the following:
a . Add the followin g to Section 6 CONTRA TURAL LIABILITY : "The City, its offices,
employees and se rvants shall be endorsed as additional insured on Contractor 's
insurance policies excepting employer 's liability insurance coverage under
Contractor 's worker's compensation insurance policy . Contractor 's insurance policies
shall be endorsed to provide that such insurance is primary protection and any self-
funded or commercial coverage maintained by the OWNER shall not be called upon to
contribute to lo ss recovery ."
b. Add the following paragraph :
"When required by the Contract documents, Environmental Impairment Liability
Coverage must be provided in the limits of $1,000,000 per occurrence and $2 ,000,000
annual aggregate. The Environmental Impairment Liability (EIL) must contain
coverage for s udden and accidental contamination or pollution , liability for gradual
emissions, and clean-up costs. The EIL coverage shall include two year completed
operations coverage on a per Project basis. A separate insurance policy may be
need ed to fulfill thi s requirement. EIL for damages incurred in the course of
transportin g s lud ge s hall be covered under the contractor 's in s urance policy(s)."
Cl-4
Part CJ
6 . AUTOMOBILE INSURANCE LIMJTS: Revise Paragraph C3-3. l l d so that the
insurance limit are as follows:
Bodily Injury
Bodily Injury
Property Damage
$250,000 each person
$500 ,000 aggregate
$100,000 aggregate
7 . PROOF OF CARRIAGE OF INSURANCE: revise paragraph C3-3.l lfby inserting the
following after the first sentence: "Other than Worker 's Compensation Insurance, in lieu
of specified insurance, the City may consider alternative coverage or risk treatment
measures through insurance pools or risk retention groups . The City must approve in
writing any alternative coverage."
8 . LOCAL AGENT FOR INSURANCE AND BONDING : For Paragraph C3-3.l lg,
delete entire paragraph beginning "Local Agent for Insurance Bonding".
9 . DEDUCT ABLE LIMITS: Add the following Paragraph C3-3 . l l .g:
"DEDUCTIBLE LIMITS. The deductible limits or self-funded retention limits, on each
policy must not exceed $10,000 per occurrence unless otherwise approved by the City ."
10 . INSURANCE COMPANY: Add the following Paragraph C3-3 .l l.h:
"INSURANCE COMPANY: The insurance company with whom the Contractor's
insurance is written shall be authorized to do business in the State of Texas and shall have
a current A .M . Best Rating of "A :Vll" or equivalent measure of financial strength and
solvency ."
11. NOTIFICATION : Add the following Paragraph C3-3. I l .i:
"NOTIFJCA TION: During the lifetime of this contract, the Contractor shall notify the
ENGINEER in writing , of any known loss occurrence that could give rise to a liability
claim or lawsuit or which could result in a property loss."
12 . CANCELLATION: Add the following Paragraph C3-3 . l l .j:
"CANCELLATION : Insurance shall be endorsed to provide the City with a minimum of
thirty days notice of cancellation, non-renewal and/or material change in insurance policy
terms or coverage . A minimum I 0-day notice shall be acceptable in the event of non-
payment of insurance premium to insurance company ."
13 . ADDITIONAL INSURANCE REQUIREMENTS:
a. The City , its officers, employees and servants shall be endorsed as an additional insured
on Contractor's in s urance policies excepting employer's liability insurance coverage
under Contractor's workers' compensation insurance policy .
b. Certificates of insurance shall be delivered to the City of Fort Worth, contract
administrator in the respective department as specified in the bid documents , I 000
Throckmorton Street, Fort Worth , TX 76102 , prior to commencement of work on the
Cl-5
Pan C I
contracted project.
b . Any failure on part of the City to request required insurance documentation shall not
constitute a waiver of the insurance requirements specified herein.
c. Each in surance policy shall be endorsed to provide the City a minimum thirty days notice
of cancellation , non-renewal , and/or material change in policy tenns or coverage. A ten
days notice shall be acceptable in the event of non-payment of premium.
e . Insurers must be authorized to do business in the State of Texas and have a current A .M.
Best rating of A : VII or equivalent measure of financial strength and solvency .
f. Deductible limits, or self-funded retention limits , on each policy must not exceed
$10,000.00 per occurrence unless otherwise approved by the City .
g. Other than worker's compensation insurance, in lieu of traditional insurance, City may
consider alternative coverage or risk treatment measures through in s urance pools or risk
retention groups. The City must approve in writing any alternative coverage.
h. Workers' compensation insurance policy(s) covering employees employed on the project
shall be endorsed with a waiver of subrogation providing rights of recovery in favor of
the City.
1. City shall not be responsible for the direct payment of insurance premium costs for
contractor's insurance .
J. Contractor's insurance policies shall each be e ndorsed to provide that such insurance is
primary protection and any self-funded or commercial coverage maintained by City shall
not be called upon to contribute to loss rec overy.
k. ln the course of the project, Contractor shall report , in a timely manner, to City's
officially designated contract administrator any known loss occurrence which could g ive
rise to a liability claim or lawsuit or which could result in a property loss.
I. Contractor's liability shall not be limited to the s pecified amounts of insurance
m. Upon the request of City, Contractor shall provide complete copies of all msurance
policies required by these contract documents .
I 0. CITY RESPONSIBILITIES: Add the following paragraph to the end o f Section C3-3 .11:
"CITY RESPONSIBILITIES: The City shall not be responsible for direct pay ment of
insurance premium costs for Contractor's Insurance ."
15 . ADDITIONAL INSURED
All insurance policies for this project except W o rker 's Compensation s hall be written
with the City of Fort Worth, Kimley-Horn and Associates, Inc., and Freese and Nichol s,
Inc. listed as additional in s ured ."
C l -6
L. WAGE RA TES: Section C3-3 .13 of the General Conditions is deleted and replaced with the
following:
M .
N .
Part C I
(a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code,
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 , Texas Government
Code . Such prevailing wage rates are included in these contract documents .
(b) The contractor sha 11, for a period of three (3) years following the date of acceptance of the
work , maintain records that show (i) the name and occupation of each worker employed by the
contractor in the construction of the work provided for in this contract ; and (ii) the actual per
diem wages paid to each worker. These records shall be open at all reasonable hours for
inspection by the City. The provisions of Section C-1 , L. Right to Audit (Rev. 9/30/02) pertain
to this inspection .
( c) The contractor shall include in its subcontracts and /or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above .
(d) With each partial payment estimate or payroll period , whichever is less , an affidavit stating
that the contractor has comp I ied with the requirements of Chapter 225 8, Texas Government
Code .
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the
project at all times.
INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4
SCOPE OF WORK, Page C 4-4 (1 ), revise paragraph C4-4.3 INCREASED OR DECREASED
QUANTITIES to read as follows:
The Owner reserves the right to alter the quantities of the work to be performed or to extend or
shorten the improvements at any time when and as found to be necessary, and the Contractor
shall perform the work as altered , increased or decreased at the unit prices as established in the
contract documents. No allowance will be made for any changes in lost or anticipated profits nor
shall such changes be considered as waiving or invalidating any conditions or provisions of the
Contract Documents .
Variations in quantities of sanitary sewer pipes in depth categorie s s hall be interpreted herein as
apply ing to the overall quantities of sanitary sewer pipe in each pipe size but not to the various
depth categories.
LIMITATJON OF INCIDENTAL CHARGES (Reference C4-4.5c):
The Contractor agrees that should any change in the work of extra work be ordered, the
following applicable percentage shall be added to Material a nd Labor Costs to cover ove rh ead
a nd profit:
1. Allowance to the Contractor for overhead and profit for extra work performed by the
Contractor 's own forces shall not exceed 15 %.
Cl-7
2. Allowance to the Contractor for overhead and profit for extra work performed by a
subcontractor and supervised by the Contractor shall not exceed I 0%.
Contractor shall be reimbursed for direct field overhead when the change requires an extension
of the Contract period. Contractor shall not be reimbursed for indirect overhead or indirect costs
related to changes to this contract
0. TESTING COSTS : Section 5-5.12, revise the first sentence to read as follows:
"Where, as called for in the Contract Documents, tests of materials or equipment are necessary,
such tests will be made at the expense of and paid for by the Contractor unless otherwise
specifically provided for in the Technical Specifications."
P. LAWS TO BE OBSERVED: Section C6-6 . l , delete "or which may be enacted later". After the
word "exist" add "at the time of the Contract or may be hereafter exist during the performance of
the Contract."
Q. BUILDING PERMITS: Paragraph C6-6.2 Insert the following at the end of the paragraph;
"Contractors are responsible for obtaining construction permits from the governing agencies.
Contractor shall schedule all code inspections with the Code Inspection Department in
accordance with the permit requirements and submit copy of updated schedule to the Engineer
weekly . Plumbing, electrical and mechanical building permits are issued without charge. Water
and sewer access fees will be paid by the Water Department. Any other permit fees are the
responsibility of the Contractor."
R. BARRICADES, WARNINGS AND FLAGMEN: In Paragraph C6-6.8 , replace the word
"watchmen" wherever in appears with the word "flagmen ". In the first paragraph, lines five (5)
and six (6), replace "take all such other precautionary measures" with "take all reasonable
necessary measures."
S. CONTRACTOR 'S RESPONSIBILITY FOR DAMAGE CLAIMS : Delete entire Paragraph C6-
6. l 2 , and replace with the following:
Pan C l
"C6-6.12 CONTRACTOR 'S RESPONSJBILITY FOR DAMAGE CLAIMS:
Contractor covenants and agrees to indemnify the City ' Engineer and Architect , and their
personnel at the project site for the Contractor's sole negligence. In addition , the Contractor
covenants and agrees to indemnify , hold harmless and defend at its own expense, the Owner, its
officers , agents, servants , and employees, from and against all claims or suits for property loss ,
property damage, personal injury, including death , arising out of, or alleged to arise of, the work
and services to be performed hereunder by the Contractor, its officers, agents , employees
subcontractors, licensees or invitees, whether or not any such injury, damage or death is
caused, in whole or i11 part, by the negligence o{the Owner, its officers, agents, servants, or
employees. Contractor likewise covenants and ag rees to indemnify and hold harmless Owner
from and against any and all injuries to the Owner 's officers , agents , servants , and employees,
loss or destruction of property of the Owner arising form the performance of any of the terms and
conditions of this Contrac t, whether or not any such injury or damage is caused, in whole or in
CJ -8
part, bv the negligence or alleged negligence o(the Owner, its officers, agents, servants, or
employees.
In the event the Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until the Contractor either
(a) submits to the Owner satisfactory evidence that the claim has been settled and/or a release
from the claimant involved, or (b) provides the Owner with a letter from the Contractor's liability
insurance carrier that the claim has been referred to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth
public work from a Contractor against whom a claim for damages is outstanding as a result of
work performed under a City Contract."
T. STATE SALES TAX
U.
Part C l
1. Delete Paragraph C6-6.2 l ST A TE SALES TAX in its entirety.
2. This contract is issued by an organization which qualifies for exemption pursuant to the
provisions of Article 20.04 (F) of the Texas Limited Sales, Excise, and Use Tax Act. All
equipment and materials not consumed by or incorporated into the project construction
are subject to State Sales Tax under House Bill 11, enacted August I 5 , I 991. All such
taxes shall be included in the various amounts on the Proposal Form . The successful
Bidder shall be required to submit a breakdown between costs of labor, consumable
material and other construction costs and costs of material incorporated into the project
construction prior to execution of this contract.
3. At the time of execution of the Contract Documents by the Contractor, the Contractor
shall complete the "Statement of Materials and Other Charges" which identifies the
project costs anticipated in the Project into "Materials Incorporated into the Project" and
"All Other Charges". The Contract shall be a "Separated Contract".
4 . The City of Fort Worth will issue appropriate Certificates of Resale to the Contractor.
5 . All Change Orders to the Contract will separate charges for materials and labor and will
contain the following statement:
"For purposes of complying with Texas Tax Code, the Contractor agrees that the charges
for material incorporated into the project in excess of the estimated quantity provided for
herein will be no less than the invoice price for such material to the Contractor."
C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8( I) is deleted in
its entirety and replaced with the following :
The Contractor shall receive and accept the compensation as herein provided , in full pay ment for
furnishing all la bor, tools , materials, and incidentals for performing all work contemplated and
embraced under these Contract Documents, for all lo ss and damage arising out of the nature of
the work or from the action of the elements, for any unforeseen defects or obstructions which
may arise or be encountered during the prosecution which may arise or be encountered during the
prosecution of the work at any time before its final acceptance by the Owner, ( except as provided
in paragraph CS-5.14) for all risk s of whatever description connected with the prosec ution of the
work, for al I expenses incurred by or in consequence of the suspension or discontinuance of such
C l-9
V.
Part C J
prosecution of the working operations as herein specified, or any and all infringements of
patents, trademarks, copyrights, or other legal reservations, and for completing the work in an
acceptable manner according to the terms of the Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the work by the
Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or
equipment , nor in any way prejudice or affect the obligations of the Contractor to repair, correct,
renew, or replace at his own and proper expense any defects or imperfections in the construction
or in the strength or quality of the material used or equipment or machinery furnished in or about
the construction of the work under contract and its appurtenances, or any damage due or
attributed to such defects , which defects, imperfections, or damage shall have been discovered on
or before the final inspection and acceptance of the work or during the two (2) year guaranty
period after the final acceptance. The Owner shall be the sole judge of such defects,
imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct
the same as provided herein.
C8-8.5 PARTIAL ESTIMATES AND RET AINA GE: Page C8-8 (2), should be deleted in its
entirety and replaced with the following :
Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day
and 20th day of each month that the work is in progress. The estimate shall be proceeded by the
City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following
the end of the estimate period , less the appropriate retainage as set out below. Partial pay
estimates may include acceptable nonperishable materials delivered to the work place which are
to be incorporated into the work as a permanent part thereof, but which at the time of the pay
estimate have not been so installed. If such materials are included within a pay estimate,
payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the
Engineer such information as may be reasonably requested to aid in the verification or the
preparation of the pay estimate .
For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent
( l 0%). For contracts of $400,000 or more at the time of execution , retainage shall be five
percent (5%).
Contractor s hall pay subcontractors in accord with the subcontract agreement within five (5)
business days after receipt by Contractor of the payment by City . Contractor's failure to make
the required payments to subcontractors will authorize the City to withhold future payments from
the Contractor until compliance with this paragraph is accomplished .
It is understood that the partial pay estimates will be approximate only, and all pa1iial pay
estimates and payment of same will be subject to correction in the estimate rendered following
the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount
of work done or of its qua! ity or sufficiency or acceptance of the work done; sh al I not release the
Contractor of any of its responsibilities under the Contract Documents.
The City reserves the right to withhold the payment of any partial estimate if the Contractor fails
to perform the work in strict accordance with the specifications or other provisions of this
contract.
Cl-10
W. C8-8. l O GENERAL GUARANTY: Delete C8-8. I 0, General Guaranty at page C8-8( 4) is deleted
in its entirety and replaced with the following:
Neither the final certificate of payment nor any provision in the Contract Documents, nor partial
or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work
not done in accordance with the Contract Documents or relieve the Contractor of liability in
respect to any express warranties or responsibility for faulty materials or workmanship. 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 in the amount of I 00 percent of the amount of the contract
which shall assure the performance of the general guaranty as above outlined. The Owner will
give notice of observed defects with reasonable promptness.
Any reference to any shorter period of time of warranty contained elsewhere within the
specifications shall be resolved in favor of this specifications, it being the City's intent that the
Contractor guarantee its work for a period of two (2) years following the date of acceptance of
the project.
ln the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing
paragraph 2.
X. RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND
PAYMENT, Page C8-8 (5), add the following:
Part Cl
CS-8.14 RIGHT TO AUDIT:
a .
b.
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 normal 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 section. The City shall give contractor reasonable advance notice of
iruended audits .
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 the subcontract, 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 normal 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 article. City shall give subcontractor reasonable advance
notice of intended audits .
Cl-11
Part C I
c . Contractor and subcontractor agree to photocopy such documents as may be requested by
the City . The City agrees to reimburse the Contractor for the cost of copies as follows:
I . 50 copies and under -10 cents per page
2 . More than 50 copies -85 cents for the first page plus
fifteen cents for each page thereafter.
END OF SECTION
Cl-12
City of Fort Worth
North Holly WTP
Pump Stati on Discharge Pipe Replacement
PARTD
SPECIAL CONDITIONS
This Part D -Special Conditions is complimentary to Part C -General Conditions and Part Cl -
Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to
any provision in Part C -General Conditions and part Cl -Supplementary Conditions to Part C of the
Contract are to be read together. Any conflict between Part C -General Conditions and Part Cl -
Supplementary Conditions of the Contract and this Part D, Part D shall control.
FOR: NORTH HOLLY WATER TREATMENT PLANT
PUMP ST A TION DISCHARGE PIPE REPLACEMENT
CAPITAL PROJECT NO. 1631
D-1 GENERAL
The order or precedence in case of conflicts or discrepancies between various parts of the Contract
Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines
listed below:
1. Plans
2. Contract Documents
3 . Special Conditions
The following Special Conditions shall be applicable to this project and shall govern over any conflicts
with the General Contract Documents under the provisions stated above. The Contractor shall be
responsible for defects in this project due to faulty materials and workmanship, or both, for a period of
two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required
to replace at his expense any part or all of this project which becomes defective due to these causes .
Subject to modifications as herein contained, the Fort Worth Water Department's General Contract
Documents and General Specifications, with latest revisions, are made a part of the General Contract
Documents for this project. The Plans, these Special Contract Documents and the rules, regulations ,
requirements, instructions , drawings or details referred to by manufacturers name, or identification
include therein as specifying, referring or implying product control, performance, quality, or other shall
be binding upon the contractor. The specifications and drawings shall be considered cooperative;
therefore, work or material called for by one and not shown or mentioned in the other shall be
accomplished or furnished in a faithful manner as though required by all.
D-2 LOCATION AND DESCRIPTION OF PROJECT
The North Holly Water Treatment Plant site is located at 921 Fournier Street, Fort Worth, Texas, 76102 .
This Contract consists of the furnishing of all the material, equipment, labor and supervision necessary for
the replacement of the high service pump station pipe, fittings, and valves, located both underground and
in existing tunnels, at the North Holly Water Treatment Plant.
The North Holly Water Treatment Plant is an 80 MGD rated plant that, in conjunction with the South
Holly Plant, provides potable water to approximately 200,000 residents. Construction of this project will
be coordinated with two other on-going projects, the North and South Holly Ozone Upgrade Project and
Pa n D -S pecia l Conditi ons (Revised).doc D-1 04/13/1 1
City of Fo rt W o rth
N orth H o ll y WTP
Pump Stati o n Disc h arge Pi pe Re p laceme nt
the North and South Holly Chlorine and Ammonia Conversion Project. Since water service to the
community must remain intact during the duration of the contract, the sequence of co nstruction will be
tightly regul ated in order to avoid customer impacts .
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
A . Definiti o ns :
I . Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of
authority to self-insure issued by the commission, or a coverage agreement (TWCC-81 , TWCC-
82 , TWCC-83 , or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
2. Duration of the project -includes the time from the beginning of the work on the project until the
contractor's/person's work on the project has been completed and accepted by the governmental
entity.
3. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or
entities performing all or part of the services the contractor has undertaken to perform on the
project, regardless of whether that person contracted directly with the contractor and regardless of
whether that person has employees. This includes, without limitation , independent contractors,
subcontractors, leasing companies, motor carriers, owner operators , employees of any such entity ,
or employees of any entity which furnishes persons to provide services on the project. "Services"
include, without limitation , providing, hauling, or delivering equipment or materials , or providing
lab or, transportation, or other services related to a project. "Services" does not include activities
unrelated to the project, such as food/beverage vendors, office supply deliveries , and delivery of
portable toilets.
8 . The Contractor shall provide coverage, based on proper reporting of clas sification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011 ( 44) or al I employees of the Contractor providing services
on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
D . Jf the c o verage period shown on the contractor's current certificate of coverage ends during the
duration of the project , the contractor must, prior to the end of the coverage period, file a new
certificate o f coverage with the governmental entity showing that coverage has been extended .
E. The Contractor shall obtain from each person providing services on a project , and provide the
go vernmental entity :
I. A certificate of coverage, prior to that person beginning work on the project , s o the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services o n the project; and
2 . No later than seven days after receipt by the contractor, a new certificate of coverage showing
exten s ion o f coverage , if the coverage period shown on the current ce 11ific ate of coverage ends
durin g the durati o n of the project.
Part D -Special Condition s (Revised).doc D-2 04/13 /1 I
City of Fort Worth
North Holl y Wf P
Pump Station Di scharge Pipe Replacement
F. The contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
G. The contractor shall notify the governmental entity in wntmg by certified mail or personal
delivery , within ten (I 0) days after the contractor knew or should have known ,, of any change
that materially affects the provision of coverage of any person providing services on the project.
H . The contractor shall post on each project site a notice , in the text, form and manner prescribed by
the Texas Worker's Compensation Commission, informing all persons providing s ervices on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to provide services
on a project, to:
1. Provide coverage, based on proper reporting on classification codes and payroll amounts and
filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code,
Section 401.011 ( 44) for all of its employees providing services on the project, for the duration of
the project;
2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of
coverage showing that coverage is being provided for all employees of the person providing
services on the project, for the duration of the project ;
3 . Provide the Contractor, prior to the end of the coverage period , a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
4 . Obtain from each other person with whom it contracts, and provide to the Contractor:
a.) A certificate of coverage, prior to the other person beginning work on the project; and
b.) A-new certificate of coverage showing extension of coverage, prior to the end of the
coverage period , if the coverage period shown on the current certificate of coverage ends
during the duration of the project.
5. Retain all required certificates of coverage on file for the duration of the project and for one year
thereafter.
6. Notify the governmental entity in writing by certified mail or personal delivery, within ten ( I 0)
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
7. Contractually require each person with whom it contracts, to perform as required by pa ragraphs
( I )-(7), with the certificates of coverage to be provided to the person for whom th ey are providing
services.
8 . By signing this contract or providing or causing to be provided a certificate o f coverage, the
contractor is representing to the governmental entity that all employees of the contractor who will
provide services on the project will be covered by worker's compensation co verage for the
Part D -S pecia l Condi tio ns (Re vi sed).doc D-3 04 /13/11
City ofFort Worth
North Ho lly WTP
Pump Station Di scharge Pipe Replacement
duration of the project, that the covera ge will be based on proper reporting of classification codes
and payroll amounts , and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self-in s ured , with the commission's Division of Self-lJ1surance
Regulation. Providing false or mi s leading information may subject the contractor to
administrative, criminal , civil penalties or other civil actions .
9 . The contractor's failure to comply with any of these provisions is a breach of contract by the
contractor which entitles the governmental entity to declare the contract void if the contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity .
J. The contractor shall post a notice on each project site informing all persons providing services on the
project that they are required to be covered , and stating how a person may verify current coverage and
report failure to provide coverage. This notice does not satisfy other posting requirements imposed
by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules.
This notice must be printed with a title in at least 30 point bold type and text in at least 19 point
normal type , and shall be in both English and Spani sh and any other language common to the worker
population. The text for the notices shall be the following text , without any additional words or
changes:
"REQUIRED WORKER'S COMP EN SA TION COVERAGE
The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation insurance. This includes persons
providing, hauling , or delivering equipment or materials , or providing labor or transportation or other
service related to the project , regardless of the identity of their employer or status as an employee."
Call the Texas Worker's Compensation Commission at (512)440-3789 to receive infonnation on the
legal requirement for coverage , to verify wh ether your employer has provided the required coverage ,
or to report an employer's failure to provid e covera ge".
D-4 PROJECT DESIGNATION SIGNS
A project sign is required for this project. It shall be in accordance with the attached Drawing 1-H
presented at the end of the Special Conditions . The Fort Worth symbol shall be modified to reflect the
City 's current symbol. The signs may be mounted on skids or po sts . The Engineer shall approve the
exact locations and methods of mounting . ln addition to the 4 ' x 8 ' project sign s, project signs shall be
attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs
suspended from barricading shall be placed in s uch a way that signs do not interfere with reflective paint
or coloring on the barricades . Barricade signs shall be in accordance with Drawin g 1-H , except that they
shall be l '-0 " by 2 '-0 " in size . The information box shall have the following infonnation :
For Que stions on this Project Call :
(817) 392-8306 M-F 7 :3 0 am to 4 :30 p.m .
or
(817) 392-8300 Nights and Weekends
Any and all cost for the required materials , la bor, and equipment necessary for the furnishing of Project
Signs shall be considered as a s ubsidiary co st of th e project and no additional compen sation will be
allowed .
Part D -Specia l Cond it ions (Rev ised).doc D-4 04/13/11
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
D-5 WAGE RATES
The labor classifications and minimum wage rates set forth herein have be en predetermined by the City
Council of the City of Fort Worth, Texas, in accordance with statutory requirements , as being the
prevailing classifications and rates that shall govern on all work performed by the Contractor or any
subcontractor on the site of the project covered by these Contract Documents. In no event shall less than
the following rates be paid (see attached wage rates). When two or more wage rate scales are shown and
wage rates shown in specific classifications are in conflict, the higher wage will be used .
D-6 EXISTING UTILITIES AND IMPROVEMENTS
The plans show the locations of all known surface and subsurface structures. However, the Owner
assumes no responsibility for failure to show any or all of these structures on the Plans , or to show them
in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for
claims for additional compensation for extra work or for increasing the pay quantities in any manner
whatsoever.
The Contractor shall be responsible for verifying the locations of and protecting all existing utilities,
service lines, or other property exposed by his construction operations. Contractor shall make all
necessary provisions for the support, protection, relocation , and/or temporary relocation of all utility
poles, gas lines, telephone cables, utility services, water mains , sanitary sewer lines , electrical cables,
drainage pipes, and all other utilities and structures both above and below ground during construction .
The Contractor is liable for all damages done to such existing facilities as a result of his operations and
any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed
subsidiary work and the cost of same and shall be included in the cost of the project. NO ADDITIONAL
COMPENSATION WILL BE ALLOWED.
Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair
the utilities or service lines with the same type of original material and construction, or better, unless
otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately
notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities
to locate existing underground facilities and n otify the Engineer of a ny conflicts in grades and alignment.
Any and all permanent structures such as parking lot surface, fencin g, and like structures on either public
or private property shall be replaced at no cost to the City by material of equal value and quality as that
damaged.
In case it is necessary to change or move the property of any owner of a public utility , such property shall
not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner
of public utilities to enter upon the limits of the project for the purpose of making such changes o r repairs
of their property that may be made necessary by performance of this contract.
The utility lines and conduits shown on the plans are for information only and are not guaranteed by the
City of the E ngineer to be accurate as to extent, location , and depth ; they are s hown on the plans as the
be st information available at the time o f design , from the owners of the utilities involved and from
evidences found on the ground.
Part D -Special Co ndit io ns (Revi sed ).doc 0-5 04/IJ i l I
City of Fort Wo rth
North Ho lly WTP
Pump Stat io n D isc harge Pipe Repla ce m e nt
D-7 EXPLORATORY EXCAVATIONS
In addition to those areas as may be designated on the Drawings, it shall be the Contractor's responsibility
to excavate and locate existing utilities which may affect construction of the facilities. All exploratory
excavations shall occur for enough in advance to permit any necessary relocation to be made with
minimum delay. All costs incurred by the Contractor in making exploratory excavations shall be
considered to be included in the total price bid for the project.
D-8 SUBSTITUTIONS
The specifications for materials set out the minimum standard of quality, which the City believes
necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has
received written permission of the Engineer to make a substitution for the material, which has been
specified. Where the term "or equal ", or "or approved equal " is used , it is understood that if a material,
product, or piece of equipment bearing the name so used is furnished , it will be approvable, as the
particular trade name was used for the purpose of establishing a standard of quality acceptable to the City.
If a product of any other name is proposed for use, the Engineer 's approval thereof must be obtained
before the Contractor procures the proposed s ubstitute. Where the term "or equal ", or "or approved
equal" is not used in the specifications, this does not necessarily exclude alternative items or material or
equipment which may accomplish the intended purpose. However, the Contractor shall have the full
responsibility of proving that the proposed substitution is , in fact , equal , and the Engineer, as the
representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of
this sub-section as related to "substitutions" shall be applicable to all sections of these specifications.
D-9 DISPOSAL OF SPOIL/FILL MATERIAL
Prior to the di s posing of any spoil/fill material , the Contractor shall advise the Director of Engineering
Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the
location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose
of such material until the proposed sites have been determined by the Administrator to meet th~
requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No . 10056). All
disposal sites must be approved by the Administrator to ensure that filling is not occurring within a
floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering
studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's
disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a
known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses
associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the
Contractor's expense. In the event that the Contractor di poses of spoil/fill material at a site without a fill
permit or a let1er from the administrator approving the disposal site , upon notification by the Director of
Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such
materials in accordance with the Ordinances of the City and this section.
D-10 TEMPORARY SOIL EROSION SEDIMENT AND WATER POLLUTION CONTROL
A. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollution
control measures deemed necessary by the Engineer for the duration of the contract. These control
measures shall at no time be used as a substitute for the permanent control measures unless otherwise
directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control
conditions created by his con struction o perations. The temporary measures shall include dikes , dams,
Pa n D -S pecia l Condi li ons (Rev ised ).d oc D-6 04 /13/1 1
r
City of Fort Worth
North Holly WTP
Pump Station Di scharge Pipe Replacement
berms, sediment basins, fiber mats , jute netting, temporary seeding, straw mulch, asphalt mulch ,
plastic liners, rubble liners, baled-hay retards , dikes, slope drains and other devices.
B . CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and
the authority· to limit the surface area of erodible-earth material exposed by preparing right-of-way,
clearing and grubbing, the surface area of erodible-earth material exposed by excavation , borrow and
to direct the CONTRACTOR to provide temporary pollution-control measures to prevent
contamination of adjacent streams, other water courses, lakes, ponds or other areas of water
impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment
basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods
directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures
shall be used to prevent or correct erosion that may develop during construction prior to installation
of permanent pollution control features , but are not associated with permanent control features on the
project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation
and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish
grading, mulching, seeding, and other such permanent pollution-control measures current in
accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic,
temporary soil-erosion-control measures shall be performed as directed by the Engineer.
1. Waste or disposal areas and construction roads shall be located and constructed in a manner that
will minim .ize the amount of sediment entering streams.
2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other
structures shall be used wherever an appreciable number of stream crossings are necessary.
Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be
operated in live streams.
3. When work areas or material sources are located in or adjacent to live streams, such areas shall be
separated from the stream by a dike or other barrier to keep sediment from entering a flowing
stream . Care shall be taken during the construction and removal of such barriers to minimize the
muddying of a stream.
4 . All waterways shall be cleared as soon as practicable of false work, piling, debris or other
obstructions placed during construction operations that are not a part of the finished work.
5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and
reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct
and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs
and to avoid interference with movement of migratory fish.
C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide
temporary erosion control shall be considered subsidiary to the contract and no extra pay will be
given for this work.
Part D . Spec ial Co nditi ons (Rcv is ed ).doc D-7 04/13 /1 1
City o f Fort Worth
No rth Ho ll y WTP
Pump Sta ti o n Discharge Pipe Rep lacement
D-11 UTILITIES
The Contractor shall at his expense provide all utility services, including water, electricity, gas, telephone,
etc., as may be required by him and during the construction and testing period. The City may be able to
make provisions for connections to the existing utilities provided that adequate service is available at
appropriate points within the plant s ite ; however, the Contractor shall make all necessary arrangements,
furni s h materials , and perform all labor and services for connections and metering . For utility services
received by connections to utility lines owned by the City within the plant, the Contractor will be billed
by the City each month.
D-12 SUBSIDIARY WORK
Any and all work specifically governed by documentary requirements for the project, such as conditions
imposed by Plans , the General Contract Documents or these Special Contract Documents, in which no
s pecific item for bid has been provided for in the proposal , shall be considered as a subsidiary item of
work, the cost of which shall be included in the price bid in the Proposal for each bid item. Surface
restoration and cleanup are general items of work which fall in the category of subsidiary work.
D-13 RIGHT OF ACCESS
Representa tives of the Texas Commission on Environmental Quality (TCEQ), Occupational Safety and
Health Administration (OSHA), and City Code lnspectors shall have access to the project wherever and
w henev e r it is in preparation or progress, a nd the Contractor shall provide proper facilities for such
access.
D-14 OSHA STANDARDS
All work performed under this contract shall meet the requirements of the Occupational Safety and Health
Administration (OSHA).
It is the respon s ibility of the Contractor to become familiar with the provisions of regulations published
by the OSHA in the Federal Register and to perform all of the responsibilities thereunder.
It is the Contractor;s respon s ibility to see that the project is constructed in accordance with OSHA
regulations a nd to indemnify and save harmless the City from any penalties resulting from the
Contractor's failure to so perform .
D-15 TIME OF COMPLETION
The Owner desires that all work under this contract be completed, in total, within 360 Calendar Days.
Interim completion dates for various facilities shall be met and are described in Section O 1040 .
Liquidated damages will be assessed the Contractor for failure to complete necessary work to meet these
interim completion dates.
Substantial Completion of the project shall be defined as complete installation of all pipe , fittings , and
valves, as well as the testin g, disinfection , and flushing of the lines , so that all newly installed lines are in
serv ic e. Substantial Completion shall be met within 300 calendar days from notice to proceed .
The time period between Substantial Completion and Final Completion shall be scheduled for completing
ancillary items which have no impac t on the transmission of pota ble water, s uch as finish grading and
Pan D -Special Condi ti ons (Rev ised ).doc D-8 04/13/11
r
City of Fon Wonh
Nonh Ho ll y WTP
Pump Stati on Di sc harge Pipe Re placeme nt
paving, painting, and finish work.
ln the event the Contractor fails to meet the Substantial Completion date of the Project, the Owner may
withhold money permanently from the Contractor's total compensation at a rate of$ I ,000 .00 per Calendar
Day as Liquidated Damages until Substantial Completion is met. In the event the Contractor fails to
complete the Project in t otal within the time set forth above, the Owner may withhold at a rate of
$1 ,000 .00 per Calendar Day as Liquidated Damages, including added expenses for engineering services,
inspection, loss of revenue, etc ., in connection with the Project.
Delete the schedule of Liquidated Damages in Section C&-7. IO of the General Conditions.
D-16 INTERPRETATION OF PHRASES
Wherever the words "Directed ", "Required ", "Permitted", "Designated", "Considered Necessary",
"Prescribed", or words of like import are used on the Plans or in the Specifications, it shall be understood
that they are intended as Specifications, it shall be understood that they are intended as prerogative of the
Owner and/or the Engineer; and , similarly, the words, "Approval", "Acceptable", "Satisfactory", or words
of like import, shall mean approval , etc., by the Owner and/or Engineer.
Wherever in the Specifications or in the Plans for the work the terms or description of various qualities
relative to finish , workmanship, or other qualities of similar kind cannot, because of their nature, be
specifically and briefly described and are customarily described in general terms, the Owner and/or
Engineer shall be final judge as to whether or not the workmanship so described is being performed in
accordance with the intent of the Plans and Specifications the work shall be completed in accordance with
his interpretation of the meaning of such words, terms , or clauses.
D-17 TERMINATION
It is understood and agreed that this contract may be terminated by the City without obligation to the
Contractor, in whole or from time to time in part, whenever such termination is determined by the City to
be in the best interests of the City . Termination may be effected by delivering to the Contractor or his
designated representative a notice of termination, specifying to what extent performance of the work
under the contract is being tenninated and the effective date of termination. After receipt of notice of
termination Contractor shall:
I . Stop work specified in the notice on the date and to the extent specified in the notice of termination .
2 . Place no further order or subcontract except as necessary to complete work already underway.
3 . Terminate al I orders and contracts to the extent that they relate to the performance of the work
terminated by the Notice of Termination.
D-18 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION
Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector
in writing when the entire project or a designated portion of the project is substantially complete . The
Construction Manager along with appropriate City staff and the City 's consultant shall make an
inspection of the substantially completed work and prepare and submit to the contractor a list of items
needing to be completed or corrected . The contractor shall take immediate steps to rectify the listed
deficiencies and notify the owner in writing when all the items have been completed or corrected.
Part D -Spec ia l Cond it ions (Revised).doc D-9 04/13/11
City of Fort Wo rth
North Ho ll y WTP
Pump Stati on D isc harge Pipe Replacement
Payment for substantial completion inspection, as well as final inspection, shall be subsidiary to the
project price. Contractor shall still be required to address all other deficiencies, which are discovered at
the time of final inspection.
Final inspection shall be in conformance with general condition item "CS-5 .18 Final Inspection " of PART
C -GENERAL CONDITIONS .
D-19 FINAL ACCEPTANCE
After construction work is satisfactorily completed, the Owner shall make a final inspection of the
project. The Owner will advise the Contractor if the project has been satisfactorily completed in
accordance with the Plans and Specifications and issue a written statement of final acceptance in
accordance with Section C8-8.7 FINAL ACCEPTANCE OF THE GENERAL CONDITIONS. After
final acceptance, the Contractor shall provide a two-year Guaranty in accordance with Section C 3-3. 7
BONDS and C8-8.JO GENERAL GUARANTY, of the General Conditions, commencing the date of final
acceptance.
D-20 COOPERATION OF CONTRACTORS AND CITY
It is expected that during various phases of the construction of this Project, other contract work will also
be in progress at the Holly WTP site. This includes the North and South Holly Ozone Project, the North
Holly Pump Station Pipe Replacement Project, and the South Holly Pump Station Motor and Switchgear
Replacement Project. Each Contractor shall be required to cooperate to the fullest , each with the other, in
coordinating work, eliminating conflicts with work or personnel at all times . ln case of conflicts, the
Engineer shall determine the responsibility or priority of work and his decisions shall be final.
D-21 INTERPRETATION OF REQUIREMENTS
a . Interpretation : Any question as to interpretation of drawings and specifications or any questions
arising after examination of premises must be referred to the Engineer in writing. No
interpretation nor instructions given verbally by any persons will be considered valid.
b . Lack of Understanding: Lack of understanding of Drawings and Specifications or failure to
secure information concerning all conditions will not justify any claims, and extra compensation
wi II not be made simply because of lack of such knowledge.
Part D -Special Conditions (Rev ised).doc D-10 04 /13/11
City o f Fort Worth
No rth Holly WTP
Pump Station Discharge Pipe Replacement
D-22 HAZARDOUS AND TOXIC MATERIALS
Insofar as permitted by law, the Owner shall indemnify and hold harmless the Contractor from and
against any and all liabilities, losses, cost, damages and expenses, arising out of use of the materials at the
Owners site which are not under the direct control of the Contractor, including, but not limited to, any and
all liability resulting form personal injury, including death, property liability, at any time, however
caused, due to the presence or release of, or exposure, whether to the person or property injured or
otherwise, to any hazardous or toxic substance, provided, however, that the City liability shall be limited
to that established in Article 6252-19, Texas Revised Code and other applicable State statutes and
Constitutional provisions.
D-23 AGE
ln accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor
covenants that neither it nor any of its officers, members, agents, employees, program participants or
subcontractors, while engaged in performing this contract, shall, in connection with the employment,
advancement or discharge of employees or in connection with the terms, conditions or privileges of their
employment, discriminate against persons because of their age except on the basis of a bona fide
occupational qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors,
program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for
employees to work on this contract, a maximum age limit for such employment unless the specified
maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory
requirement.
Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City
harmless against any claims or allegations asserted by third parties or subcontractors against City arising
out of Contractor's and/or its subcontractor's alleged failure to comply with the above referenced Policy
concerning age discrimination in the perfonnance of this agreement.
D-24 DISABILITY
In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor
warrants that if any and all of its subcontractors will not unlawfully discriminate on the basis of disability
in the provision of services to the general public, nor in the availability, terms and/or conditions of
employment for applicants for employment with, or employees of Contractor or any of its subcontractors.
Contractor warrants it will fully comply with ADA's provision and any other applicable federal , state and
local laws concerning disability and will defend , indemnify and hold City harmless against any claims or
al legations asserted by third parties or subcontractors against City arising out of Contractor 's and/or its
subcontractor's alleged failure to comply with the above-referenced law concerning disability
discrimination in the performance of this agreement.
D-25 {NOT USED)
D-26 (NOT USED)
Part D -S pe c ial Con di ti o ns (Rev ised ).d oc D-11 04/13 /11
City o f Fo rt Worth
North Holly WTP
Pump Station Di scharge Pipe Replacement
D-27 INSURANCE
Property insurance upon the entire work , including materials not in place at the site to the full insurable
value thereof, is required. All Risk Builder's Risk Insurance shall include the interests of the Owner, the
Contractor, Subcontractor and Sub-subcontractors in the work and shall include, but not be limited to, the
perils of fire, lightning, flood, collapse, windstorm, hail, explosion, riot , civil commotion, smoke, aircraft,
land vehicles, vandalism and malicious mischief. The Builder's Risk Insurance shall be endorsed to
permit occupancy prior to completion of construction and prior to acceptance by the Owner. A copy of
the Builder's Risk Policy shall be filed with the Owner and shall include a thirty (30) day notice of
cancellation of policy provision.
D-28 TRENCH SAFETY SYSTEM
lnformation , data, typical design schemes included on the Drawings and Specifications, Section O 1665
connection with the trench safety system is for general guidance to the prospective bidders (and
Contractor) and shall not be construed to instruct the Contractor nor specify to the Contractor the design
or method of implementing a trench safety system. The Contractor shall be
solely responsible for all his activities as set forth in Paragraph C6-6 of the General Conditions. The
Contractor shall indemnify the Owner and the Engineer from any claim related to trench safety .
Insurance coverage shall comply with these requirements.
The prospective bidders (and Contractor) shall make such explorations, analyses and other investigations
as they deem necessary to inform themselves of the actual conditions to be encountered in performing the
work required by the Contract Documents, including, but not limited to, information necessary to develop
a trench safety program to comply with all requirements of OSHA, federal, state , and local laws, rules and
regulations. Compliance with these laws, rules and regulations, including, but not limited to, HB 662 and
HB 665 as adopted by the 72nd Session of the Texas Legislature, shall rest solely with the Contractor.
D-29 PUMPING AND DEW ATERING OPERA TIO NS
Work to be performed will require draining, pumping and dewatering, and certain cleaning operations
necessary to complete the work as specified and as indicated on the Drawings. It is the intent of these
specifications that such draining, pumping and dewatering, and cleaning operations shall be the obligation
of the Contractor. ·
The existing structures, piping, and valves may leak and the Owner does not guarantee a dry site . The
Contractor shall provide all necessary pumping, as required , to remove all surface water, groundwater,
leakage , and water from other sources from excavations and sub-grade process areas.
D-30 CONSTRUCTION MANAGER
The General Conditions, Section C-1 .19 ENGINEER defines various persons who may be designated as
the Engineer. For the prosecution of this Contract, the term Engineer shall mean the Construction
Manager as designated by the Director of the Fort Worth Water Department, together with members of
the staff of the Construction Manager who are assigned to the Project. Any contacts the Contractor may
wish to make with any City personnel or consulting engineers, shall be arranged through the Construction
Manager. The Contractor shall not act upon any requests or instructions he may receive from any City
personnel or consulting engineers nor shall he give instructions or directions to such persons without the
approval or consent of the Con s truction Manager.
Part D -S pec ial Conditi o ns (Revi sed).doc D-12 04/13/1 1
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
D-31 PROJECT SUPERINTENDENTS
The Contractor shall keep a competent resident superintendent at the project site at all times during the
progress of the work. A resume listing the qualifications and experience record of the proposed resident
superintendent, as well as references from similar projects shall be submitted to the Owner, prior to the
award of contract. This resident superintendent, if found to be acceptable , shall not be removed except
under extraordinary circumstances. Qualifications of a proposed replacement shall be submitted when a
request is made for the replacement of the superintendent and shall be approved by the Owner prior to
withdrawing the Superintendent.
During the construction of the project the resident superintendent shall demonstrate an ability to properly
execute the work outlined in the contract documents in a timely manner and shall consistently produce
work of an acceptable quality and in accordance with the contract documents. If the Owner shall have a
reasonable objection to the performance of the resident superintendent, the Contractor shall replace the
resident superintendent upon written notice from the Owner. The resident superintendent shall be
replaced with a superintendent acceptable to the Owner. No extension of time will be allowed for delays
caused by the replacement of a resident representative.
The Contractor shall submit resumes for the Electrical and Instrumentation superintendents listing
qualifications and experience records prior to the award of contract for approval by the Owner. All
requirements for assignment and replacement of resident superintendents shall apply equally to Electrical
and Instrumentation Superintendents.
D-32 CONSTRUCTION MANAGER'S FIELD OFFICE
The Construction Manager's staff, including inspectors and clerical, will be housed in an existing on-site
Resident Engineer's Trailer.
D-33 CONTRACTOR'S OFFICE
The Contractor will not be required to maintain an onsite construction office .
D-34 (NOT USED)
D-35 SANITARY FACILITIES FOR WORKMEN
As set forth in the General Conditions, Section C6-6.4 , the Contractor shall provide all necessary sanitary
conveniences for the use of workmen at the project site. The Contractor shall also provide adequate
drinking water facilities. The Contractor and his subcontractors and workmen shall not use the existing
plant sanitary facilities.
D-36 PAYMENT FOR MOBILIZATION OR DEMOBILIZATION
Payments for mobilization and/or demobilization may be approved on periodical estimates for the
percentage completed . The payment for mobilization shall not exceed three and one third (3 1/3 %)
percent of the total contract amount. Demobilization shall equal one half (Y2) the mobilization cost. Total
payment for mobilization and demobilization will be made to the Contractor when each is complete .
Part D -Speci al Conditi ons (Revis ed).doc D-13 04/13/11
City of Fort Worth
North Holl y WTP
Pump Stati on Di schar ge Pipe Replacement
D-37 SEQUENCE OF CONSTRUCTION
Prior to the start of any work on the project, Contractor shall meet with the Engineer and develop a
con struction schedule and sequence of operation. The construction schedule shall be prepared in
accordance with Section O I 040 and O 1315 .
D-38 CONSTRUCTION LAYOUT
The Owner will provide at the site of the work horizontal control in the form of grid reference points and
vertical control in the form of bench marks. From the controls established by the Owner, the Contractor
shall be responsible for the complete layout of the work and for establishing lines and elevations as
needed during construction. The Contractor shall furnish at his own expense labor, including the services
of competent personnel , equipment, including accurate surveying instruments, stakes, templates,
platforms, tools, and materials as may be required for laying out any and all parts of the work. The
Engineer will be available for assistance in an advisory capacity .
D-39 WARRANTY CERTIFICATES
The Manufacturer shall warrant that all equipment furnished by it hereunder complies in all respects with
the design and specification of this contract and contains no defect of material or workmanship. In the
event of failure of any part or parts of the equipment during the two years of service following final
project completion, due to defects of design, materials, or workmanship, the affected part or parts shall be
replaced promptly upon notice by the Contractor. All replacement parts shall be furnished , delivered and
installed at the expense of the Manufacturer.
All warranty certificates or manufacturer's guarantees, for equipment purchased by the Contractor shall
be iss ued in the name of the City of Fort Worth .
D-40 LIMITS OF EXTRA COMPENSATION FOR DELAYS
The Contractor s hall receive no compensation for delays or hindrances to the work, except when direct
and una vo id a ble extra cost to the Contractor is caused by the failure of the City to provide information or
material , if any, which is to be furnished by the City. When such extra compensation is claimed, a written
statement thereof s hall be pre sented by the Contractor to the Engineer and if by him found correct s hall be
approved and referred by him to the City Council for final approval or disapproval ; and the action thereon
by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer
to stop work , o r by the performance of extra work, or by the failure o f the City to provide material or
necessary in structions for carrying on the work , then such delay will entitle the Contractor to an
equivalent ex te n sio n of time , his application for which shall, however, be subject to the approval of the
City Council ; and no s uch extension of time s hall release the Contractor or the surety on his Perfonnance
Bond from all his obligations hereunder which shall remain in full force until the discharge of the
Contrac t.
D-41 PROGRESS PHOTOGRAPHS
The Contractor s hall take photogra phs of the project site prior to con struction , monthly during the
construction of the project , and after completion of the project. Photographs shall be taken with a quality
digital camera with date back capability, with len ses ranging form wide angle to 135mm. Photographs
shall be tak e n at locati o ns de s ignate d by th e En g in ee r.
Part D -S pe cial Co nditi ons (Rcvi se d).doc D-14 04 /13/1 I
City of Fort Worth
N orth Holly WTP
Pump Station Discharge Pipe Replacement
Two glossy color 3 11 x 5 11 prints shall be provided for each photograph taken. Each print shall be marked
on the reverse side to indicate project name, date and time, location, direction of exposure, and a
description of what is being photographed. Prints shall be clear and sharp with proper exposure . If prints
of adequate quality are not produced from exposures, additional photographs shall be taken immediately .
Floppy disks with each of the digital photographs stored shall also be provided .
The Contractor shall provide forty-eight ( 48) photographs of the site prior to construction. Starting one
month after the date of the preconstruction photographs, and continuing as long as the work is in progress,
twenty-four (24) monthly photographs shall be taken to accurately record the work that has progressed
during that period. Photographs are to be submitted with the monthly Partial Pay Request in plastic
binders .
After the project has been completed and all construction trailers, materials etc. have been removed, the
Contractor shall employ a professional photographer approved by the Engineer to photograph the project.
Twenty-four (24) photographs are to be taken. Two (2) eight by ten (8 11 x l O") glossy color prints and
negatives are to be provided for each photograph. Negatives shall be of a quality to permit enlargements.
Contractor shall also produce a preconstruction videotape of the site, including all areas in the vicinity of
and to be affected by construction . This videotape shall be provided to the Owner.
D-42 SUBMITT ALS
The Contractor shall be responsible for the accuracy and completeness of the information contained in
each submittal and shall insure that the values, material, equipment, or method of work shall be as
described in the submittal. All submittals must be stamped by the Contractor, indicating that they have
been checked by the Contractor for compliance with Contract Documents and approved by the
Contractor, or contain certifications as required by the Contract Documents . Submittals that do not have
the stamp applied or include the required certifications will be returned to the Contractor without
process mg.
The Contractor shall ensure that there is no conflict with other submittals and notify the Engineer of each
case where the proposed change may affect the work of another Contractor or Owner. The Contractor
shall ensure coordination of submittals among the related crafts and Subcontractors. Submittals will not
be accepted from Subcontractors or suppliers. The Contractor shall assign a number to each submission
provided to the Engineer to allow each submittal to be tracked while processing through the review
procedures.
Submittals shall be accompanied by the Submitta l Transmittal Form provided by the Engineer. A
separate form shall be used for each specific item, class of material, equipment, and items specified in
separate discrete sections, etc ., for which a submittal is required . Submittals for various items shal l be
made with a single form when the items taken together constitute a manufacturer's package, or are so
functionally related that they should be checked as a unit.
Assignment of numbers sh al I be by means of a letter prefix, a sequence number, and letter suffix to
indicate resubmittals .
Refer to Section O 1300 for detailed submittal requirements .
Applicable Prefixes are:
Part D -Specia l Conditions (Rcv ised).doc D-15 04/13/1 1
City o f Fo rt Worth
No rth Ho lly WTP
Pump Station Dis charge Pipe Replacement
co
CMR
CTR
EIR
FO
MIS
NBC
OM
PCM
PE
RFI
pp
RD
SD
SCH
Change Order
Contractor's Modification Request
Certified Test Report
Equipment lnstallation Report
Field Order
Miscellaneous Submittals
Notifications by Contractor
Operation and Maintenance Manual
Proposed Contract Modifications
Periodical Estimate for Partial Payment
Request For Information
Progress Photographs
Record Drawing
Shop Drawing
Schedule of Progress
The sequence number shall be issued in chronological order for each type of submittal. Resubmittals
shall be followed by a letter of the alphabet to indicate the number ohimes a submittal has been sent to
the Engineer for processing. As an example, a submittal with the number RD-025 indicates that he
submittal is the 25th item of Record Data submitted.
Correct assignment of numbers is essential as different submittal types are processed in different ways.
Some submittals received do not require that any response be given for the material. Contractor shall
maintain a Jog of submissions to allow the processing of Contractor's submittals to be monitored . Logs
will be reviewed periodically to determine that all submittals are received and processed.
Submittal numbers are to be clearly noted on each page or sheet of the submittal.
In addition , each submittal shall have a cross-referenced identification number relating to the specification
that the submittal applies. The identification number shall be per Section O 1300 .
Submittals shall be marked to show clearly the applicable sections of the specification and sheet number
of drawings.
0-43 RECORD ORA WINGS
a . General: During prosecution of the work , the Contractor shall maintain a complete set of
drawings upon which all deviations and changes shall be legibly recorded with actual works
done. Deviations and changes shall be marked in red on a full-size set of drawings.
b . Delivery: Record Drawings shall be delivered to the Engineer in good condition upon completion
and acceptance of the work and before final payment is made .
c . Requirements : Record Drawings shall be required for all work performed as a part of this project.
0-44 SHOP ORA WINGS
Equipment and material covered in PART E -SPEClFICA TlONS shall have Shop Drawings and
Operation and Maintenance Manuals submitted in accordance with Section s O 1300 and O 1730; regardless
if reference is or is n ot mad e to Secti o n s O 13 00 or O 1730 within the s ection of the s pecification under
Pa rt D -Special Conditi o ns (Revised).doc D-16 04/13 /11
C ity o f Fort W o rth
No rth Ho ll y WT P
Pump Stati on Di sc harge Pipe Replacement
which the equipment or material is purchased.
D-45 REQUEST FOR INFORMATION
When necessary, the Contractor shall request additional information, clarification or interpretation of the
contract documents or when the Contractor believes there is a conflict between contract documents or
when the Contractor believes there is a conflict between the drawings and specifications, he shall identify
the conflict and request clarification using the Request for information (RFI) form provided by the
Engineer. Sufficient information shall be attached to permit a written response without further
information .
The Engineer will log each request and will review the request. Jf review of the project information
request indicates that a change to the contract documents is required, the Engineer will issue a Proposed
Contract Modification as described in Paragraph 0 -46 .
D-46 CONTRACTOR MODIFICATION REQUEST/ PROPOSED CONTRACT
MODIFICATION
Any change in the contract documents that is requested will be initiated by the Contractor issuing a
Contractor's Modification Request or by Engineer issuing a Proposed Contract Modifications on the form
provided by the Engineer. Proposals will be reviewed by the Owner and if found acceptable will be
incorporated in a Change Order in accordance with Section C4 of the GENERAL CONDITIONS, or by
Field Order in accordance with Paragraph D-50 of the SPECIAL CONDITIONS.
The Contractor 's Modification Request shall fully identify and describe the deviations and associated
costs, and state the reason the change is requested. Any savings in cost related to the substitution is to be
stated in the request for consideration.
D-47 RECORD DATA
Rec o rd Data shall be submitted to provide information as to the general character, style and manufacturer
of the equipment to allow the Owner to adequately identify the materials or equipment incorporated into
the project. Record Data shall be provided for all equipment and materials of construction. Record Data
are not required for items which Shop Drawings and/or Operations and Maintenance manuals are
required .
Record Data shall be complete to indicate where the material was incorporated into the project, provide
schedules of materials and their use , colors, model numbers and other information which would allow this
material to be replaced at some future date . Record Data will be received by the Engineer and logged for
tran s mittal to the Owner. Record Data will not be reviewed for comment and no response will be made to
the C o ntractor.
Part D -Spec ial Co ndi ti ons (Revised).d oc D-17 04/13/1 1
C ity o fFort Worth
No rth Holl y WTP
Pump Stati on Di scharge Pip e Rep lace men t
D-48 EQUIPMENT INSTALLATION REPORT
A written report shall be submitted by the equipment supplier performing the installation check for
equipment as required . This report shall certify that I) the equipment has been properly installed and
lubricated, 2) is in accurate alignment, 3) is free from any undue stress imposed by connecting piping,
equipment, or anchor bolts , and 4) has been operated under full load conditions and that it is operating
satisfactorily .
D-49 NOTIFICATION BY CONTRACTOR
Written notification of the need for testing, observation of work by Engineer, intent to work outside of
regular working hours, or the request to shutdown the facilities or make utility connections shall be given
to the Engineer by issuance of a Notification By Contractor on a form provided by the Engineer.
D-50 ALTERATION OF CONTRACT DOCUMENTS
Paragraph C4-4.4 of the General Conditions shall be modified as follows:
By Change Order or Field Order, the Owner reserves the right to make changes in the Contract
Documents and in the character or quantities of the work as may be necessary or desirable to insure
completion in the most satisfactory manner, provided such changes are consistent with the overall intent
of the Contract Documents.
A Field Order is a written order issued by the Engineer which authorizes minor changes or alterations in
the work that do not involve changes in the Contractor Time or Contract Amount . Modifications to the
contract can only be authorized by a Change Order or Field Order. Such changes shall not be considered
as waiving or invalidating any condition or provision of the Contract Documents .
If Contractor believes that a minor change or alternation authorized by Field Order entitles him to an
increase in contract amount or contract time, he s hall not proceed with the work and shall , within 10 days
after receiving the Field Order, so advise the Engineer in writin g and reques t that a Change Order be
issued in accordance with paragraph C4-4 .5 of the General C o nditions .
D-51 UNDERWRITER'S LABO RA TORIES LABELING:
All electrical materials and equipment to be installed as part of this project shall bear the label of
Underwriters ' Laboratories, Inc . (UL) or other testing laboratory approved by the City of Fort Worth
Electrical Inspection Section. Such labeling shall include electrical equipment provided as part of a
mechanical equipment package, such as pumps, blowers, etc . The label shall be provided prior to the
equipment being shipped to the project site .
D-52 STORMW ATER POLLUTION PREVENTION
PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas
Pollutant Discharge Elimination System (TPDES) General Con struction Permit is required for all
construction activities that result in the disturbance of one to five acres (Small Construction Activity) or
five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator"
by state regulations and is required to obtain a permit. Information concerning the permit can be obtained
through the Internet at ht1p ://www .tnrcc.state.tx .u s/permitting/water perm/wwperm/construct.html. Soil
stabili z ation and structural practic es have been selected and de s ig ned in accordance with North Central
Part D -Special Condi t io ns (Rcvi sed).doc D-18 04/13/1 1
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction
Activities (BMP Manual). This manual can be obtained through the Internet at
www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual
will necessarily apply to this project. Best Management Practices are construction management
techniques that, if properly utilized, can minimize the need for physical controls and possible reduce
costs. The methods of control shall result in minimum sediment retention of not less than 70%.
NOTICE OF TNTENT (NOi): If the project will result in a total land disturbance equal to or greater than
5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form
prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a
commitment that the contractor understands the requirements of the permit for storm water discharges
from construction activities and that measures will be taken to implement and maintain storm water
pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the
contractor moving on site and shall include the required $100 application fee.
The NOi shall be mailed to:
Texas Commission on Environmental Quality
Storm Water & General Permits Team; MC-228
P.O. Box 13087
Austin, TX 78711-3087
A copy of the NOi shall be sent to:
City of Fort Worth
Department of Environmental Management
5000 MLK Freeway
Fort Worth, TX 76119
NOTICE OF TERM TN A TION (NOT): For all sites that qualify as Large Construction Activity, the
contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the
engineer. It serves as a notice that the site is no longer subject to the requirement of the permit.
The NOT should be mailed to:
Texas Commission on Environmental Quality
Storm Water & General Permits Team; MC-228
P.O. Box 13087
Austin, TX 78711-3087
STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion
control and toxic waste management plan and a narrative defining site parameters and techniques to be
employed to reduce the release of sediment and pollution from the construction site. The SWPPP will be
prepared by Engineer. The selected Contractor shall be provided with three copies of the SWPPP after
award of contract, along with unbound copies of all fonns to be submitted to the Texas Commission on
Environmental Quality.
LARGE CONSTRUCTION ACTIVJTY -DISTURBED AREA EQUAL TO OR GREATER THAN 5
ACRES: A Notice of1ntent (NOi) form shall be completed and submitted to the TCEQ including
payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the
Engineer shall be prepared and implemented at least 48 hours before the commencement of construction
activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a
schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer
Pa rt D -Special C onditi ons (Revi scd ).doc D-19 04/13/1 I
City of Fort Worth
N orth Ho lly WTP
Pump Stati on D ischarge Pi pe Replaceme nt
for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual
co·nstruction activities may vary from those anticipated during the preparation of the SW PPP .
Modifications may be required to fully conform to the requirements of the Permit. The contractor must
keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed
by the contractor must be prepared and submitted by the contractor to the engineer for review and
approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization
has been achieved on all portions of the site that is the responsibility of the permittee, or, when another
permitted operator assumes control over all areas of the site that have not been finally stabilized.
SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN
ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required. However, a
TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice
must be sent to the City of Fort Worth Department of Environmental Management at the address listed
above . A SWPPP, prepared as described above, shall be implemented at least 48 hours before the
commencement of construction activities. The SWPPP must include descriptions of control measures
necessary to prevent and control soil erosion , sedimentation and water pollution and will be included in
the contract documents . The control measures shall be installed and maintained throughout the
construction to assure effective and continuous water pollution control. The controls may include, but not
be limited to , silt fences , straw bale dikes , rock berms , diversion dikes , interceptor swales , sediment traps
and basins, pipe slope drain , inlet protection, stabilized construction entrances, seeding, sodding,
mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The
method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG
"BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for
approval.
END OF SECTION
Part D . S pec ia l Cond it io ns (Rev ise d).doc D-2 0 04113/1 1
City of Fort Worth
North Holly WfP
Pump Station Di scharge Pipe Re placem e nt
Part D -S pecial Cond it ions (Rev ised).doc
(Left Blank Intentionally)
D-21 04/13/1 1
WAGE RATES
Health/ Total
Avg. Hrly
Classification Rate Welfare Pension Vacation Package
AC Mechanic $25.92 $1 .01 S0.19 $0.83 S2 7.91
AC Mechanic Helper S15 .8 1 S0.00 so.oo S0.30 S16 .77
Acoustical Ceiling Mechanic S15.56 $0.57 S0.03 S0.12 S16 .26
Acoustical Ceiling Helper S12.27 S0.19 S0 .00 so .oo $12.46
Abestos Worker so.oo $0 .00 so.oo S0.00 so.oo
Bricklayer /Stone Mason $18 .54 $0.24 $0 .00 $0.00 $ 18.78
Bricklayer /Stone Mason Helper S10 .39 so.oo so.oo $0 .00 S10.39
Carpenter S17.08 $1.62 $0.17 $0.81 S19.69
Carpenter Helper $13.45 $0 .7 5 $0.08 $0 .71 $14.99
Concrete Finisher $13 .97 $0 .41 $0.04 $0.14 $14 .55
Concrete Finisher He lpe r $12 .14 $0.43 $0.04 $0 .11 $12.72
Concrete Form Builder $14.03 S0.67 $0.03 $0.15 $14.88
Concrete Form Builder Helper $11.72 S0.54 $0.03 $0 .10 $12.39
Drywall Mechanic $16.10 $0.56 $0.02 $0 .30 $16.98
Drywall Helper $12.43 $0.33 $0 .00 $0.28 $13 .05
Drywall Taper $15.00 $0 .07 $0.00 $0 .00 $15 .07
Dry wa ll Taper Helper $11.50 S0.07 so.oo $0.00 $11.57
El ectrician (Journeyman) S21. 77 Sl.08 SO.OS $0.38 $23.29
El ectricia n Helper $15.32 Sl .09 $0.05 $0 .2 7 $16.73
Electronic Technician $20.00 $0.00 S0.00 $0 .00 $20.00
Electronic Technician Helper $0.00 $0 .00 $0.00 so.oo $0.00
Floor Layer (Carpet) $0.00 $0.00 $0.00 so.oo $0.00
Floor Layer (Resilient) S18 .00 $0 .00 $0.00 so.oo $18.00
Floor La ye r Helper Sl0.00 $0.00 $0.00 $0.00 $10.00
Glazier $18.53 Sl .92 $0.38 $0 .71 S21 .54
Glazier He lper $13.49 $1.20 $0.10 $0.35 $15.13
In sula t or $16.59 S0 .29 $0.12 $0.08 S17 .08
In sulator Helper $11.21 $0 .36 $0.11 $0.13 Sll .81
Labo rer Common $10.47 S0 .70 S0.06 SO.OB $11.30
Labo re r Skilled $13.24 S0.98 S0 .06 so .12 S14.41
Lath e r $17 .00 so.oo $0.00 so.oo $1 7 .00
Lath e r Helper $15 .00 so.oo $0 .00 so.oo $15.00
Metal Building Assembler $16.00 $1 .56 $0 .63 $0 .00 $18.19
Metal Building Assembler Helper $12 .00 $1 .56 $0.63 $0 .00 $14.19
Pa i nter $12.57 $0.69 $0 .02 $0 .09 $13.37
Pa i nter Helper $9.98 $0.61 $0 .02 $0.09 $10.70
Pipefi tter $21.14 $0.90 $0.13 $0.45 $22.59
Pipefitter Helper $14.92 $0.58 $0.11 $0.23 $15 .82
Plastere r $17.24 $0.05 $0.00 $0.00 $17.30
Plasterer Helper $12 .85 $0.05 $0.12 $0 .43 $12.90
Plumber $20.33 $0.69 $0.12 $0.43 $21 .56
Plumber Helper $14 .95 $0.95 $0.11 $0.00 $ 16.42
Reinforcing Steel Setter $ 13.01 $0.36 $0.07 $0.23 $13 .67
Reinforcing Steel Setter Helpe r $11.19 $0.25 $0.05 $0.16 $11 .64
Roofer $16 .78 $1.25 $0.23 $0.17 $ 18.43
Roofer Helper $12.33 $1.25 $0 .23 $0 .17 $13 .98
Sheet Metal Worker $17.49 $0 .97 $0.10 $0 .51 $19.06
Sheet Metal Worker Helper $14.16 $1.40 $0.17 $0.44 $16.15
Sprink ler System Installer $19.17 $1.68 $0.33 $0.33 $21 .52
Sprinkler System In sta lle r Helper $14.15 $1.50 $0.00 $0.50 $16 .07
Steel Worke r Structura l $19.28 $1.37 $0.55 $0.12 $21 .32
Steel Worke r Structural Helper $13.74 $1.37 $0 .39 $0.09 $15.59
Concrete Pump $18.50 $0.00 $0.00 $0.00 $18.50
Crane, Clamsheel, Backhoe, Derrick , D'Line Shovel $17.81 $1.30 $0.12 $0.24 $19.48
Fo rklif t $12.96 $0 .42 $0.04 $0.08 $13 .50
Foundat io n Drill Operator $22.50 $0 .00 $0 .00 $0.00 $22.50
Front End Load e r $13.21 $0 .36 $0 .06 $0.17 $13.79
Truck Driver $15.21 $0.65 $0.06 $0.19 $16.11
Welder $17 .81 $0.92 $0.12 $0.30 $19 .15
Welder Helper $12.55 $0 .75 $0 .00 $0.33 $13.64
4'
1-"
----2
3"
3 "~~-Project Title ------+~,-
Funding
---------co ntr~a~a?;:_N_a_m_e---+~ ~:
11" 2
+---Questions on this Project Call:__
1
..
+----(817) 392-XXXX ___ +---
1
..
1~.. 1 After Hours Call: (817) 392 -XXXX
/_ R1" TYP.
FONTS:
FORT WORTH LOGO IN CHEL TING HAM BOLO
ALL OTHER LETTERING IN ARIAL BOLO
COLORS:
FORT WORTH -PMS 288 • BLUE
LONGHORN LOGO -PMS 725 -BROWN
LETTERING • PMS 288 • BLUE
BACKGROUND • WHITE
BORDER· BLUE
NOTES :
IF APPLICABLE TO THE PROJECT,
CONTRACTOR SHALL OBTAIN VINYL
STICKER "CITY GAS LEASE REVENUE
IN ACTION" / LOGO AT CDR SIGN AND
ENGRAVING, 6311 EAST LANCASTER
AVE (817-451-4684), PEEL AND PLACE
IN FUNDING SECTION.
PROJECT DESIGNATION SIGN
CITY OF FORT WORTH -CONSTRUCTION STANDARD
DRAWING NO. 1 -H DATE:
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
PART 1 -GENERAL
1.0 1 SCOPE OF WORK :
SECTION 01010
Summary of Work
Page 1 of 4
A. This section describes the project in general and provides a n overview of the extent of the work to
be performed . Detailed requirements and extent of work is stated in the applicable Specification
Section and shown on the Drawings. The Contractor s hall except as otherwise specifically stated
h ere in or in any applicable parts of these Contract Documents, provide and pay for all labor,
materials, equipment, tools, construction equipment, and other facilities and services necessary
for proper execution , testing, and completion of the work.
B . Any part or item of the work which is reasonably implied or normally required to make each
installation satisfactorily and completely operable sha ll be performed by the Contractor and the
expense thereof shall be included in the applicable unit prices or lump sum prices bid for the
various items of work. It is the intent of these Specifications to provide the Owner with complete
operable systems, subsystems, and other items of work . All miscellaneous appurtenances and
other items or work that are incidental to meeting the intent of these Specifications shall be
considered as having been included in the applicable prices bid for the various items of work
even though these a ppurtenances and items may n ot be specifically called for in the
Specifications.
C. The work shall include all civil, mechanical , structural , electrical , and instrumentation work .
1.02 DESCRIPTION OF THE PROJECT:
A . The North Holly Water Treatment Plant site is located at 921 Fournier Street, Fort Worth , Texas,
76 102. This Contract consists of the furnishin g of all the material , equipment, labor and
supervision nece ssary for the replacement of the high service pump station pipe , fittings, and
valves , located both underground a nd in existing tunnel s, at the North Holly Water Treatment
Plant.
B. The North Holly Water Treatment Plant is an 80 MGD rated plant that, in conjunction with the
South Holly Plant, provides potable water to approximately 200,000 residents. Construction of
this project will be coordinated with two other on-going projects, the North and South Holly
Ozone Upgrade Project and the North and South Holly Chlorine and Ammonia Conversion
Project. Since water service to the community must remain intact during the duration of the
contract, the sequence of construction will be tightly regulated in order to avoid customer
impacts. The scope of work for this pipeline project includes, but is not limited to modifications
of existing piping system and installation of new buried and non-buried piping, valves and
appurtenances .
1.03 CONTRACTS:
A. The work of this project will be executed as a lump sum contract as shown in the Bid Form.
B . The work is generally described below under CONTRACTOR'S RESPONSIBILITES. The
delineations noted th ere between the various sections of th e Specifications and contracts are for a
general overview of the work. The work to be executed is not necessarily limited to tho se
City of Fort Worth
North Holly WTP
Pump Station Discharg e Pipe Replacement
Apri12011
SECTION 01010
Summary of Work
Page 2 of 4
descriptions . Accordingly, the Contractor shall thorou ghly familiarize himself with all of the
Contract Documents in order to fully understand the extent of his work and be aware of any
"cross references ." The Contractor fully understands , and shall fulfill , his duties and
responsibilities regarding coordination and cooperation with other contractors working on the
project.
1.04 WORK SEQUENCE
A. The Contractor is required to detennine his own method of construction , within the general terms
of the Contract and the specific requirements of Section O 1040, so long as the restraints are
observed and the overall project completion time is achieved .
B. The Contractor shall serve as an overall coordinator among all Subcontractors.
1.05 CONTRACTOR 'S DUTIES
A . Designate required delivery date for each product in Construction Schedule .
B. The Contractor shall serve as an overall coordinator among all Subcontractors .
C. Handling of material and equipment at site , including uncrating, storage and security.
D. Project equipment from damage.
E . Repair or replace items damaged as a result of the Contractor's operations.
F. lnstall, connect and finish products.
1.06 CONTRACTOR'S RESPONSJBILJTlES
A. General Construction -Contractor.
I . Execute, or be respon s ible for all work , or respective subcontractor 's work .
2. Provide adequate temporary fencing facilities .
3 . Secure all necessary pennits, and fumish , install , maintain , and remove all temporary electric
service facilities for construction purposes, and pay for all electrical energy consumed for
construction purposes for all the subcontractors, including the operation of ventilating
equipment , for heating of buildings , and also for testing and operating of all equipment after
permanent wiring has been installed, until final acceptance by the Owner or until the
Engineer certifies Substantial Completion or when the Owner takes beneficial use of the
equipment or facility . The Contractor shall be responsible for determining the total
temporary electrical need and shall provide it accordingly . The temporary electrical service
shall meet NEC , OSHA and all other local safety codes .
4 . Provide and pay for temporary s e rvice for lighting of temporary offices, including offices of
all subc o ntractors a nd co n structi o n m a nage r, resident e n g in eer , etc .
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
SECTION 01010
Summary of Work
Page 3 of 4
5. Provide wiring, equipment, and connections for portable or temporary heating units .
6. Provide temporary heat; make all arrangements and pay all fuel costs, s upervise and maintain
all heating units.
7. Construct and maintain temporary access roads as required .
8. Provide and maintain fire fighting equipment in working order during the entire construction
period.
9. Be responsible for providing adequate dewatering of the site as required for the work
associated with the Contract as specified throughout the time required to complete his work
as shown on the Plans and specified hereinafter.
10. Furnish all concrete equipment bases and set anchor bolts, and all other required cast-in-place
appurtenances according to the manufacturer's recommendations and approved equipment
installation drawings of all other contractors, unless otherwise specified or shown on the
Plans.
11 . The Contractor shall keep one set of "Record Drawings" and specifications available on the
job at all times. This set of documents shall be clearly marked as such and shall be used only
for recording changes, elevations, and other data pertinent to the construction operation for
use in preparing "As-Built" documents . All changes, etc., shall be clearly marked in red
pencil. The Record Drawings shall be available for inspection by the Engineer at all times
and shall be turned over to the Engineer upon written request.
1.07 COORDfNATION WITH OWNER'S OPERATIONS AND EXISTfNG FACILITIES :
A. Several parts of the proposed work under this Contract will connect with or into existing
facilities .. Many of such contact locations are particularly sensitive because of the attendant
necessary down-time of existing water treatment operations, or because of the extraordinary
inconvenience to the Owner's personnel and to the routine which is required in the continuous
operation. Because of this sensitivity, the Contractor shall plan carefully the schedule of that
portion of the work which will affect the existing facilities. Such plans and schedules shall be
subject to the approval of the Owner.
B. Work which requires shutdown or in any way impedes the operations of existing facilities shall
be closely coordinated with the Engineer.
C. Immediately after the award of a contract for this project, the Contractor shall outline and submit
a scheduled plan for installation of the work which requires interruption of operations.
1.08 CONTRACTOR'S USE OF PREMISES
A. Contractor shall limit the use of the premises for his Work and for storage to allow for:
I . Work by other contractors.
City of Fort Worth
North Holly WTP
Pump Station Di s charge Pipe Replacement
April 2011
2 . Owner occupa ncy .
3. Public use.
B. Contractor is re stricted to the areas shown on the plans .
C. Coordinate use of premises with Owner.
SECTION 01010
Summary of Work
Page 4 of 4
D. Contractor shall assume full responsibility for security of all his and his subcontractors materials
and equipment stored on the site.
E. If directed by the Owner, move any stored items which interfere with operations of Owner or
other contractors .
F. Contractor shall submit to the Owner for approval a plan of operations, designating proposed
areas of the property to be used for his operations, material storage, equipment storage,
employee 's parking, offices and shops. The area shall affect minimal interference with the
present operations .
G. Any damage to existing facilities , including contamination, which may be caused by Contractor 's
personnel , callers, visitors , materials or equipment, shall be repaired or corrected at the sole
expense of the Contractor.
H. Any fence that is damaged or removed by the Contractor shall be replaced at the Contractor 's
expense in like kind , and to satisfaction of the Engineer.
1.09 OWNER OCCUPANCY
A. Owner will occupy premises during performance of the work for the conduct of his/her normal
operations: Coordinate all construction operations with Owner to minimize conflict and to
facilitate Owner usage.
1.10 COO RD TN A TION WITH OTHER CONTRACTORS
A. During the construction phase of this project, the Owner will have other construction projects
under construction at the Holly Water Treatment Plant site. It will be the Contractor 's
responsibility to cooperate with all other contractors, as well as the Owner, regarding space for
storage/laydown , etc ., and scheduling of work in areas common to both projects and all other
matters . The Owner will make the final decision on all matters involving conflicts between
contractors over us e of space, scheduling use of facilities and/or shutdowns , etc ., The Owner will
not be re s ponsible for any delays , conflicts, disagreements, etc., arising from his decisions.
PART 2 -PRODUCTS (NOT USED)
PART 3 -EXECUTION (NOT USED)
END OF SECTION
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
PART 1 -GENERAL
1.0 I SUB SURF ACE fNFORMA TION
SECTION 01011
Site Conditions
Page 1 of 4
A. Subsurface investigations have been made to indicate subsurface conditions at particular
locations. A geotechnical report: "Report I 03-10-113 Discharge Header Replacement North
Holly High Service Pump Station, Fort Worth, Texas" prepared by CMJ Engineering Inc.,
January 2011 is available from examination by appointment at Engineer's Office during regular
business hours . This report presents infonnation related to the borings taken in the vicinity of the
proposed new construction. A copy of the report is in the appendix for the Contractor's
convenience.
B. Test borings have been made to indicate subsurface materials and conditions only at the particular
locations of the boring at the time the borings were made. These test borings are for
informational purposes . Bidders shall perform any necessary investigations to determine the
nature of the subsurface materials.
1.02 SITE INVESTIGATION AND REPRESENTATION
A. The Contractor acknowledges that he has satisfied himself as to the nature and location of the
work; the general and local conditions, particularly those bearing upon availability of
transportation, disposal , handling and storage of materials, availability of labor, water, electric
power, road , and uncertainties of weather, river/s tream stages, or similar physical conditions at
the site; the confonnation and conditions of the ground; the character of equipment and facilities
needed preliminary to and during he prosecution of the work and all other matter which can in
any way affect the work or the cost thereof under this Contract.
B. The Contractor further acknowledges that he has satisfied himself as to the character, quality , and
quantity of surface and subsurface materials to be encountered from inspecting the site and from
evaluating information derived from exploratory work that has been done by the Owner as
presented jn the geotechnical report, as well as from infonnation presented herein as a part of the--·
Contract Documents. Any failure by the Contractor to acquaint himself with all the available
information will not relieve him from responsibility for properly estimating the difficulty or cost
of successfully perfonning the work. Neither the Owner nor the Engineer assumes res ponsibility
for any conclusion or interpretation made by the Contractor on the basis of the infonnation made
available by the Owner or the Engineer.
C. Existing ground profiles shown on the Plans were plotted from information derived from field
surveys.
1.03 RERSPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE
A. Known utilities and structures adjacent to or expected to be encountered in the work are shown on
the Drawings . The locations shown are taken from existing records and the best infonnation
available from existing plans; however, it is expected that there may be some discrepancies and
omissions in the locations and quantities of utilities and structures shown. Those shown are for
the convenience of the Contractor only , and no respon s ibility is assumed either the Owner or the
Engineer for their accuracy or completeness.
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 20 11
SECTION 01011
Site Conditions
Pa ge 2 of 4
B. Neither th e Owner nor his officers or agents sha ll be responsible t o the Contractor for dama ges as
a result of the Contracto r's failure to protect ut iliti es encountered in th e wo rk .
C. T he Co nt rac tor shal l at all times provide unobstructed access to fire hyd ra nts , und ergro und
conduit, manholes , a nd wa ter o r gas va lve boxes .
D. Where the Contractor's o perati o ns could cause dam age which mi ght result in con si derable
expe nse , lo ss , and inc o nv e nience w he n hi s operations are a dj acent to or near railway, telegraph ,
te lephon e, t e lev is io n, powe r, oil , gas, water, sewe r, irrigation , o r oth er systems, no operations
shall be commenc ed until the Contractor has ma de all arrangements necessary for the protection
of the se utilities and serv ic es .
E. T he Contractor sha ll noti fy all utility offices that are affected by the construction operation at
least 15 days in advance of commencing construction operations. The Contractor shall not
expose any utili ty without fir st obta inin g permission from the affec te d agency. Once permis sion
has been gran ted , loca te and, if necessary , ex po se and provide temporary s upport for all ex isting
underground utiliti es in adva nce of operati ons .
F . The Contractor sha ll be so lely and d irec tly re s ponsible to the Owners and operators of such utility
properties for any damage, injury, ex pense, lo ss , inconvenience , d e lay , su its , actions, or claims of
a ny characte r brought because o f any injuries o r damage that may result from the construction
operations under this Contract.
G . in the even t of int en-upti on to do mestic wa te r, sewer, storm drain, or other utility services as a
result of acc id e nt a l breakage due to co nst ructi o n operat io ns, the Contractor sha ll promptly notify
th e proper authority a nd coo perate with sa id authority in restoration of serv ice as promptl y as
possible an d be a r all costs of repair. In no event shall int errupti o n of any water or utility service
be allowed unl ess prior approval is gran ted by the ow ner of the· utility .
H. The Cont riic t or s ha ll re plac e, at his own ex pe nse , any and all other ex istin g utilities or structures
removed o r d amaged durin g construction , unl ess otherw ise provided for in these Contract
Documents .
I. Where existin g utility line s or struct ures are so loca ted as to physically conflict with perman e nt
structures t o be co nstru cted und e r thi s Co ntra c t, the conflicting utility line or structure s hall be
perma nen tl y relocated. S uch relocations sha ll be considered as req uired by the Contract.
J . The Co ntract or sha ll g iv e immediate notice to the Eng ineer , the Owner and the owner of the
utility (where a pplic a ble) when a phy sica l conflict is determined to exist. Any delays re s ulting
from th e requir ed relocations o f th e utiliti es a re th e res pon s ibility of th e Co ntractor.
K . Where ex istin g utili ty lin es or st ru ctures are so locate d as to interfere with the Contractor's
prosecution of the wo rk , but do not physically conflict wi th completed manholes o r other
pennanent structures to be constructed under thi s Contract , any modificat ion , alteration , or
rel oca ti o n of interfering utility, eit her permanent or temporary , s ha ll be accomplished at th e
expen se of th e Co ntrac tor.
City of Fort Worth
North Holly WTP
Pump Station Di sc harge Pipe Replacement
April 2011
SECTION 01011
Site Conditions
Page 3 of 4
L. T he Contractor sha ll give immediate notice to the Engineer and the Owner of the utility when an
interfe rence is determined to exist and s hall obtain approval to relocate s uch utility or to
discontinue se rvi ce therein from the Engineer and the owner of the utility . The Owner o f the
utility s hall have the right to do all work required to discontinue, re lo cate , and replace interfering
utilities and charge the Contractor for all costs thereof. When approved by th e Engineer and the
Owner of the utility , all work required to discontinue, relocate , and replace interfering utilities
may be done by or arranged for, by the Contractor. All such discontinu a nce, relocation, and
replacement s hall be accomplished in accordance with all requirements of the Owner o f the
utility .
M . When notified by the Contractor that an interference or conflict has been determined to exist, the
E ngin eer will det ermine whether such interference shall considered as required by con struction or
as incidental to construction .
1.04 INTE RFERING STRUCTURES
A. Take necessary precautions to prevent d a mage to ex1stmg structures whether o n the s urface,
aboveground, or underground . An attempt has been made to show major structures o n the Plans.
While the information has been compiled from the best available sources, its completeness and
accuracy cannot be guaranteed, and it is pre sented as a guide to avoid known poss ible difficulties.
B . Protect existing structures from damage, whether or not they lie within the ri g ht-o f-way o r the
limits of the easements obtained by the Owner. Where ex isting structures mu st be removed to
properly conduct the work, or are damaged during the work, they s hall be restored at the
Contractor 's own expense to at least their original condition a nd to the satisfac ti o n of the
Engineer.
C. The Contractor may, with the approval of the E ngineer a nd without additional compensation,
remove and replace in a condition as good as or better than original , any s mall inte rfering
s tructures s uch as fences and signposts that interfere with the Contractor's operations.
I .05 FIELD RELOCATION
A. During the progress of the work, minor re locations of the work ma y be necessary . Such
relocations s hall be made only by direction of the Engineer. If existing structure s are encountered
th at will prevent construction as s hown , notify the Engineer before continuing with the work in
o rder that the Engineer may make s uch field revi sions as nec essary to avoid conflict with the
existing structures. If the Contractor fails to notify the Engineer when an existing structure is
encountered and proceeds with the work despite this interference, he s hall be res pon s ible for any
damage that may occur.
I .0 6 LAND MONUM ENTS
A. The Contractor shall preserve or replace any existing Federal , State, County, C ity, and private
land monuments e ncountered. All monument replac e ment by the Contract or s hall be performed
by a land s urveyor licensed in the State of Texas .
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
1.07 PAYMENT
SECTION 01011
Site Conditions
Page 4 of 4
A. The work specified in this Section shall be considered incidental and payment will be included as
part of the appropriate lump sum or unit prices specified in the Bid Form.
PART 2 -PRODUCTS (NOT USED)
PART 3 -EXECUTION (NOT USED)
END OF SECTION
City of Fort Worth
North Holly WTP
Pump Station Discharg e Pipe Repl ac e m e nt
April 201 I
PARTl: GENERAL
I.OJ PJPELINE
SECTION 01035
Control of Work
Page 1 o f 3
A. The Contractor shall furni sh piping and equipment which will be efficient, appropriate and large
enough to secure a satisfactory quality of work and a rate of progress which will insure the completion
of the work within the time stipulated in the Agreement. If at any time such pipeline appears to the
Engineer to be inefficient , inappropriate or in s ufficient for securing the quality of work required or for
producing the rate of progress aforesaid, he may order the Contractor to increase the efficiency, or rate
of progress, and the Contractor shall conform to such order. Failure of the Engineer to give such order
shall in no way relieve the Contractor of his obligations to secure the quality of work and rate of
progress required.
1 .02 PRIVATE LAND
A. The Contractor shall not enter or occupy private land outside of City of Fort Worth Property, rights-of-
way, or easements, except by written permission of the respective landowner.
1.03 PIPE LOCATIONS
A . Pipelines, electrical conduits, a nd other underground utilities shall be located substantially as indicated
on the Drawings, but the Engineer reserves the right to make such modifications in locations as may
be found desirable to avoid interference with existing structures or for other reasons . Where fittings
are noted on the Drawings , such notation is for the Contractor's convenience and does not relieve him
from laying and jointing different or additional items where required.
1.04 OPEN EXCA VA TJONS
A. All open excavations shall be adequately safeguarded by providing temporary barricades, caution
signs, lights and other means to prevent accidents to persons, and damage to property. The Contractor
shall , at his own expense , provide suitable and safe bridges and other crossings for accommodating
travel by pedestrians and workmen. Bridges provided for access during construction shall be removed
when no longer required. The length or size of excavation will be controlled by the particular
surrounding conditions, but shall always be confined to the limits prescribed by the Engineer. If the
excavation becomes a hazard, or if it excessively restricts traffic at any point, the Engineer may require
special construction procedures, s uch as limiting the length of the open trench , prohibiting stacking
excavated material in the street , and requiring that the trench shall not remain open overni g ht.
B . The Contractor shall take precautions, such as fences and barricades, to prevent injury to the public
due to open trenches. A II trenches, excavated material, equipment, or other obstacles which could be
dangerous to the public shall be well li g hted at night .
1.05 TEST PITS
A. Test pits for the purpose oflocating underground pipelines or structures in advance of the construction
shall be excavated and backfilled by the Contractor at the direction of the Engineer. Test pits shall be
backfilled immediately aft e r their purpose has been satisfied and the surface restored and maintained
in a manner satisfactory to the Engineer.
City of Fort Worth
North Holly WTP
Pump Station Disch a rge Pipe Replacement
April 2011
1.06 MAINTENANCE OF TRAFFIC
SECTION 01035
Control of Work
Page 2 of3
A . Unless permission to close a street is received in writing from the proper authority, all excavated
material shall be placed so that vehicular and pedestrian traffic may be maintained at all times. If the
Contractor's operations cause traffic hazards, he shall repair the road surface, provide tempora,y ways,
erect wheel guards or fences , or take other measures for safety satisfactory to the Engineer.
B . Detours around construction shall be in conformance with the applicable permit and will be subject to
the approval of the Owner and the Engineer. Where detours are permitted, the Contractor shall
provide all necessary barricades and signs as required to divert the flow of traffic. While traffic is
detoured, the Contractor shall expedite construction operations and periods when traffic is being
detoured will be strictly controlled by the Owner.
C . The Contractor shall take precautions to prevent injury to the public due to open trenches. Night
watchmen may be required where special hazards exist , or police protection provided for traffic while
work is in progress . The Contractor shall be fully responsible for damage or injuries whether or not
police protection has been provided .
1.07 BLASTING
A. No blasting shall be allowed unless approved in writing by the City of Fort Worth.
1.08 CARE AND PROTECTION OF PROPERTY
A. The Contractor s ha ll be responsible for the preservation of all public and private property, and shall
use every precaution necessary to prevent damage thereto . If any direct or indirect damage is done to
public or private property by or on account of any act, omission, neglect , or misconduct in the
execution of the work on the part of the Contractor, such property shall be restored by the Contractor,
at his expense , to a condition similar or equal to that existing before the damage was done, or he shall
make good the damage in some other manner acceptable to the Engineer.
1.09 MAINTENANCE OF FLOW
A . The Contractor s hall , at his own cost, provide for th e flow of watermains, sewers, drains and water
courses interrupted during the progress of the work, and shall immediately cart away and remove all
offensive matte r. The entire procedure of maintaining existing flow shall be fully discussed with the
Engineer well in advance of the interruption of any flow .
1.10 COO PERA Tl ON WITHIN THIS CONTRACT
A . The Contractor shall cooperate with Subcontractors or trades , and shall assist in incorporating the
work of other trades where necessary or required .
B. Cutting and patching, drilling and fitting shall be carried out where required by the Contractor and his
Subcontractor having jurisdiction, unle ss otherwise indicated herein or directed by the Engineer.
1.11 WORK PERFORMED BY OTHERS
A. General
l . Others will perfonn work o n this Site during times of the Work performed under this Contract.
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
SECTION 01035
Control of Work
Page 3 of3
2. Contractor shall interface and coordinate with Others performing work in acco rdance with the
requirements in Section O 1315. Work under this Contract shall be interfaced and connected to
Work by Others as noted , especially as se t out in thi s Section.
B. Coordination with Other Contractors
I. The Contractor shall cooperate with other contractors on the premi ses to facilitate the progress of
all projects at or near the s ite of work .
2. The Contractor shall coordinate with other contractors for connections and tes ting of facilities
where there is an interface between projects . Such coordination shall be performed under the
direction of the Engineer.
3 . Refer to Section 010 IO for a description of project work and projected schedules for these
construction contracts.
4. If other contracts are not completed by such time that is necessary to facilitate testing, the
Engineer will determine if, and for how long, the time for completion of the Work under the
Contract should be extended , as provided in Section C7-7 ofthe General Conditions.
1.12 CLEANUP
A. During the course of the work, the Contractor shall keep the site of his operations in as clean and neat
a condition as is possible. He shall dispose of all residue resulting from the construction work and, at
the conclusion of the work, he shall remove and haul away any surplus excavation, brok e n pavement,
lumber, equipment, temporary structures, and any other refuse remaining from the construction
operations, and shall leave the entire site of the work in a neat and orderly condition.
1.13 PAYMENT
A. Payment for the work in this Section will be included as part of the total lump sum prices stated in the
Bid Form .
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
PART 1 -SCOPE OF WORK
1.01 GENERAL REQUIRMENTS
SECTION 01040
Construction Sequence
Page I of 4
A. The intent of construction phasing as specified herein and as shown on the Drawings is to
maintain a level of water delivery service at all times from the North Holly WTP High Service
Pump Station. The Contractor understands that any interruption of the pump station and will not
be permitted, unless specifically scheduled herein. All tasks of the phased construction schedule
necessary to maintain the highest possible level of delivery, whether described herein or not, are
the responsibility of the Contractor.
B. The work specified herein and any other work required by the Construction Manager which may
interrupt the normal pump station or plant operations shall be accomplished at times that will be
convenient to the Owner. The Contractor shall plan to work overtime if needed to complete
construction of the project and shall make no claims for extra compensation for overtime work
required to conform to these requirements. The Contractor shall coordinate with the Construction
Manager and plant personnel at least two weeks prior to tying into existing piping which will be
out of service for less than one day, and at least four weeks prior to construction requiring
shutdown of portions of the pump station or plant for extended periods of time greater than one
day.
C. The Contractor shall also coordinate his work, and the associated construction sequencing and
facility shutdowns, with other contractors working on the treatment plant site.
The Construction Manager will oversee all projects on the treatment plant site.
D. In the event that underground piping or utilities are encountered which are not shown on the
Drawings, such piping or utilities shall not be disturbed without prior approval of the Engineer.
E. All plant operations shall be performed by City of Fort Worth plant personnel, coordinated
through the Construction Manager by the Contractor.
1.02 RELATED WORK DESCRIBED ELSEWHERE
A. Project Summary is included in Section 01010.
B . Construction Schedule is included in Section O 13 I 5.
1.03 SUBMITTALS
A. The Contractor shall submit to the Engineer for approval a detailed Schedule for Construction
prior to initiation of site construction. The Schedule shall comply with all aspects of the work
described herein.
B. The Contractor shall update the Schedule as required by Section O 13 15.
City of F ort Worth
North H o lly WTP
Pump Station Discharge Pipe Replacement
April 2011
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION
3 .01 SCHEDULE CONSIDERATIONS
SECTION 01040
Construction Sequence
Page 2 of 4
A. The construction schedule shall be developed and carried out to minimize the length of t ime
pumps are non-operational and to maintain system demand.
3.02 CONSTRUCTION SEQUENCE
A . The intent of the construction sequencing is to install the proposed pipe lines in phases that allow
a portion of the pump station and discharge piping to stay in service at all times. The Contractor
s hall follow the sequence of construction unless a deviation has been agreed upon by the City,
and Engineer
B. For the purpose of identifying the major work items, time constraints, and pump station operation
requirements associated with meeting the Owner's desired level of water production , quality and
discharge, the construction work schedule has been divided into the following five phases :
a. Phase 1 -Area east of the pump station . It includes the removal of pipe, pipe tunnel and
appurtenances, and the installation of Water Lines I A thru I G and its
appurtenances
Key Jtem: • Keep discharge piping on the north and south side of
the North Holly Pump Station in service.
General Work Description • Contractor Move-In
• Submittals
• Demolition of pipe and pipe tunnels on east side of
North Holly Pump Station
• Instal l pipe gallery east of North Holly Pump Station
• Install Water Lines I A, lB, IC, ID, IE, l F, and I G
and appurtenances
• Testing and place said water line in service
Construction Period • I 80 Days
b . Phase 2 -Includes the removal of the 48-inch and 42-inch pipe, and appurtenances from east
of the pump station to Fournier Street, and the installation of Water Lines 2A , and
2B and its appurtenances
Key Item : • Keep all of North Holly Pump Station in service
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
General Work Description
Construction Period
•
•
•
•
SECTION 01040
Construction Sequence
Page 3 of 4
lnstall Water Lines 2A, and 28 and appurtenances
Testing and place said water line in service
Surface re storation
30 Days
c . Phase 3 -Area north of the pump station. lt includes the removal of pipe, pipe tunnel and
appurtenances, and the installation of Water Lines 3A thru 3D and its
appurtenances
Key ltem: • Keep discharge piping on the east and south side of
the North Holly Pump Station in service
General Work Description • Demolition of pipe and pipe tunne l on northeast side
of North Holly Pump Station
• Install Water Lines 3A, 3B, 3C, and 3D and
appurtenances
• Testing and place said water line in service
Con struct ion Period • 30 Days
d. Phase 4 -Includes the removal of the 42-inch and 36-inch pipe, and appurtenances from west
of the pump station to south of the West Lancaster Street bridge, and the
installation of Water Lines 4A , thru 4C and its appurtenances
Key l tem: • Keep all of North Holly Pump Station in service
General Work Description • Install Wat e r Lines 4A , 48, and 4 C and appurtenances
• Testing and place said water line in service
Construction Period • 60 Days
City of Fort Worth
North Holly WTP
Pump Station Di s charge Pipe Repl a c e ment
April 2011
SECTION 01040
Construction Sequence
Page 4 o f 4
e. Phase 5 -Includes the removal of the 36-inch pipe , pipe tunnel and appurtenances, and the
in stallati o n o f Water Line 5 and its appurtenances
Key Item: • Keep all of North Holly Pump Station in service
General Work Des cription • Demolition of pipe and pipe tunnel s s outh of N o rth
Holly Pump Station
• Install Water Line 5
• Testing and place said water line in service
• Surface re sto ration
• Punch li st
• Final Completion
Construction Period • 60 Days
3 .03 LIQUIDATED DAMAGES
A. The Contractor understands and agrees that the time of completion is an essential consideration of
development of his proposal and that failure to complete the work under this Contract within the
allotted time as specified or subsequently adjusted by Change Orders will result in damages to be
sustained by the Owner by its inability to deliver potable water to its customers in the Holly
Water Treatment Plant service area. The Contractor and Owner further agree in applying
Liquidated Damages, that such damages cannot be precisely measured or that the ascertainment
of actual damages would be unduly difficult after the fact. Therefore, the Contractor and Owner
agree in applying Liquidated Damages that for each and every Calendar Day the work any
portion thereof, remains uncompleted after the specified times o r adjusted times if modified by
Change Order, the Contractor shall pay as agreed Liquidated Damages, the amounts specified in
Paragraph 0-15 of the Specia l Conditions (Part 0).
END OF SECTION
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
PART 1 -GENERAL
1.0 I SCOPE OF WORK
SECTION 01110
Environmental Protection Procedures
Page I of 6
A. The work covered by this Section consists of furnishing all labor, materials and equipment and
performing all work required for the prevention of environmental pollution in conformance with
applicable laws and regulations, during and as the result of construction operations under this
Contract. For the purpose of this Specification , environmental pollution is defined as the
presence of chemical , physical , or biological elements or agents which adversely affect human
health or welfare; unfavorably alter ecological balances of importance to human life; affect other
species of importance to man; or degrade the utility of the environment for aesthetic and/or
recreational purposes.
B. The control of environmental pollution requires consideration of air, water and land, and involves
management of noise and solid waste, as well as other pollutants.
C. Schedule and conduct all work in a manner that will minimize the erosion of soils in the area of
the work . Provide erosion control measures such as sedimentation or filtration systems, berms,
silt fences , seeding, mulching or other special surface treatments as are required to prevent silting
and muddying of streams, rivers, impoundments, lakes , etc . All erosion control measures shall be
in place in an area prior to any construction activity in that area. Specific requirements for
eros ion and sedimentation controls are specified in Section 3 I 25 00 .
D . These Specifications are intended to ensure that construction is achieved with a minimum of
disturbance to the existing ecological balance between a water resource and its surroundings.
These are general guidelines. lt is the Contractors responsibility to determine the specific
construction techniques to meet these guidelines.
E. All phases of sedimentation and erosion control shall comply with and be subject to the approval
of the Texas Commission on Environmental Quality (TCEQ) and the U .S . EPA.
I .02 APPLICABLE REGULATIONS
A . Comply with all applicable Federal, State and Local laws and regulations concerning
environmental p o llution control and abatement.
I .03 NOTIFICATIONS
A . The Engineer will notify the Contractor in writing of any non-compliance with the foregoing
provisions or of any environmentally objectionable acts and corrective action to be taken . State
or local agencies responsible for verification of certain aspects of the environmental protection
requirements shall notify the Contractor in writing, through the Engineer, of any non-comp I iance
with State or local requirements. The Contractor shall , after receipt of such notice from the
Engineer of from the regulatory agency through the Engineer, immediately take corrective action .
Such notice, when delivered to the Contractor or his/her authorized representative at the site of
the work, shall be deemed sufficient for the purpose . If the Contractor fails or refuses to comply
promptly, the Owner may issue and order stopping all or part of the work until satisfactory
corrective action has been taken. No part of the time lost due to any such stop orders s hall be
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
SECTION 01110
"Environmental Protection Procedures
Page 2 of6
made the s ubject of a claim for extension of time or for excess costs or damages but the
Contractor unless it is later determined that the Contractor was in compliance.
1.04 IMPLEMENTATION
A. Prior to commencement of the work, meet with the Owner to develop mutual understandings
relative to compliance with this provision and administration of the environmental pollution
control program.
B . Remove temporary environmental control features , when approved by the Engineer, and
incorporate permanent control features into the project at the earliest practicable time.
1.05 PROTECTION OF WATERWAYS
A. The Contractor shall observe the rules and regulations of the State of Texas and agencies of the
U.S . Government prohibiting the pollution of any lake, stream, river, or wetland by the dumping
of any refuse , rubbish , dredge material , or debris therein .
B. Contractors are specifically cautioned that disposal of materials into any waters of the State must
conform with the requirements of the Texas Natural Resource Conservation Commission, and an
applicable permit from the U .S. Army Corps of Engineers.
C. The Contractor shall be responsible for providing holding ponds or an approved method which
will handle, carry through , or divert around his work all flows , including storm flows and flows
created by construction activity, so as to prevent silting of waterways or flooding damage to the
property of adjacent properties.
D . The Contractor is responsible for researching the need for a U.S EPA NPDES pem1it for the
construction site. If one is required, the Contractor is responsible for obtaining the permit and for
monitoring the site per the permit requirements until final completion.
1.06 DISPOSAL OF EXCESS EXCAVATION AND OTHER WASTE MATERJALS
A . Excess excavated material not required or suitable for backfill and other waste materials must be
dispo sed of at sites approved by the Owner and Engineer.
B . Unacceptable disposal sites, include, but are not limited to , sites within a ,vetland or critical
habitat and sites where disposal will have a detrimental effect on surface water o r groundwater
quality.
C. The Contractor may make his own arrangements for disposal subject to submission of proof to
the Engineer that the Owner(s) of the proposed site(s) has a valid fill permit issued by the
appropriate governmental agency and submission of a haul route plan including a map of the
proposed route(s).
D . The Contractor s hall provide watertight conveyance of any liquid , se mi-liquid , o r saturated solids
which te nd to bleed or leak during transport. No liquid loss from tran s ported materials will be
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Repl acement
April 2011
SECTION 01110
Environmental Protection Procedures
Page 3 of 6
permitted whether being delivered to the con struction sit o r being hauled away for di s posal. Fluid
materials hauled for disposal mu st be s pecifically acceptable at the se lected disposal s ite.
E. Refer to Special Conditions D-9 for additional requirements .
1.07 USE OF CHEMICALS
A. All chemicals during project construction or furnished for project operation, whether herbicide,
pesticide, disinfectant , polymer, reactant or of other classification, must show approval of either
the U.S. Environmental Protection Agency or the U.S. Department of Agriculture or any other
applicable regulatory agency. Use of all such chemicals and disposal or residues shall be in
conformance with the manufacturer's instructions.
B. Any oil or other hydrocarbon spilled or dumped on the Owner's site during construction must be
excavated and completely removed from the site prior to final acceptance . Soil contaminated by
the Contractor's o perations shall become the property of the Contractor, who will bear all costs of
testing and disposal.
C. Before a Contractor commences work, the following steps shall be completed.
I . The Owner will infonn the Contractor of his rights under the Texas Hazards Communication
Act.
2. The Owner will provide a copy of the Chemical list giving the hazardous chemicals to which
the Contractor, his employees and agents may be exposed to on the project site.
3. The Owner will provide copies of all MSDSs to the Contractor for the hazardous chemicals
which he m ay be exposed to on the project site.
4. The Owner will inform the Contractor of his obligations to infonn his employees and agents
of each of the above requirements.
5. The Contractor shall provide MSDSs for all hazardous chemicals he may bring onto the
project site that Owner 's employees may be exposed to.
6. The Contractor s hall sign a Contractor Acknowledgment certifying that he has received the
information provided by the Owner on hazardous chemicals and maintain the
Acknowledgment with the original Contract.
1.08 PAYMENT
A . Payment for the work specified in this Section shall be included as part of the appropriate lump
sum prices in the Bid Fonn0
PART 2 -PRODUCTS (NOT USED)
PART 3 -EXECUTION
City of Fort Worth
North Holly WTP
Pump Station Di sc harge Pipe Replacement
April 2011
3.01 EROSION CONTROL
SECTION 01110
Environmental Protection Procedures
Page 4 of6
A. Provide positive means of erosion control such as shallow ditches or small diversion berms
around construction to carry off surface water. Erosion control measures, such as siltation basins,
mulching, jute netting and other equivalent techniques, shall be used as appropriate. Flow of
surface water into excavated areas shall be prevented. Ditches around construction area shall also
be used to carry away water resulting from dewatering of excavated areas. At the completion of
the work, ditches shall be backfilled and the ground surface restored to original condition.
3.02 PROTECTION OF STREAMS
A. Care shall be taken to prevent, or reduce to a minimum , any damage to any stream from pollution
by debris , sediment or other material , or from the manipulation of equipment and/or materials in
or near such streams. Water that has been used for washing or processing, or that contains oils or
sediments that will reduce the quality of the water in the stream shall not be directly returned to
the stream. Such waters will be diverted through a settling basin or filter before being directed
into the streams.
B. The Contractor shall not discharge water from dewatering operations directly into any live or
intermittent stream, channel, wetlands, surface water or any storm sewer. Water from dewatering
operations shall be treated by filtration , settling basins, or other approved method to reduce the
amount of sediment contained in the water.
C. All preventative measures shall be taken to avoid spillage of petroleum products and other
pollutants . In the event of any spillage, prompt rem ed ial action shall be taken in accordance with
a contingency action plan approved by the Texas Commission on Environmental Quality (TCEQ).
Contractor shall s ubmit two copies of approved contingency plans to the Engineer.
D . Water being flushed form structures or pipelines after disinfection, with a chlorine residue pf I
mg/I or greater, s hall be treated with a dechlorination so lution or otherwise treated and/or used in
a method approved by the Engineer, prior to discharge.
3.03 PROTECTION OF LAND RESOURCES
A. Land resources within the boundaries and outside the limits of permanent work shall be restored
to a condition, after completion of construction , that will appear to be natural and not detract from
the appearance of the project. Confine all construction activities to areas shown on the Drawings.
B . Outside of areas requiring earthwork for the construction of the new facilities, the Contractor
shall not deface, injure, o r de stroy trees or shrubs, nor remove or cut them without prior approval.
No ropes, cables, or guys s hall be fastened to or attached to any existing nearby trees for
anchorage unle ss speci fically authorized by the Engineer. Where such special emergency use is
permitted, first wrap the trunk with a s ufficient thickne ss or burlap or rags over which softwood
cleats s hall be tied before any rope , cable, or wire is placed . The Contractor shall in any event be
responsible for any damage resulting from such use .
C. Where trees may possible be defaced , bruised , injured , or otherwise damaged by the Contractor's
equipment, dumping or other operat ions, protect such trees by placing boards, planks, or poles
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
SECTION OlllO
Environmental Protection Procedures
Page S of 6
around them . Monuments and markers shall be protected s imilarly before beginning operation s
near them.
D . Any trees or other landscape feature scarred or damaged by the Contractor's equipment or
operations shall be restored as nearly as possible to its original condition . The Owner, or its
agent, will decide what method of restoration shall be used and whether damaged trees shall be
treated and healed or removed and disposed of. If additional damages are paid by the City to the
landowner per the easement agreements for damaged trees, the Contractor shall reimburse the
City for these costs.
All scars made on trees by equipment, construction operations, or by the removal of limbs larger
than I-in . in diameter shall be coated as soon as possible with an approved tree wound dressing.
All trimming or pruning shall be performed in an approved manner by experienced w o rkmen with
saws or pruning shears. Tree trimming with axes will not be permitted .
Climbing ropes shall be used where necessary for safety. Trees that are to remain , either within
or outside established clearing limits, that are subsequently damaged by the Contractor and are
beyond saving in the opinion of the Engineer, shall be immediately removed or replaced.
E . The locations of the Contractor's storage, and other construction buildings, required temporarily
in the performance of the work , shall be cleared portions of the job site or areas to be cleared as
shown on the Drawings and shall require written approval of the Engineer and shall not be within
wetlands or floodplains . The preservation of the landscape shall be an imperative consideration
in the selection of all sites in the construction of buildings. Drawings showing storage facilities
shall be submitted for approval of the Engineer.
F. If the Contractor proposes to construct temporary roads or embankments and excavations for
plant and/or work areas, he /she shall submit the following for approval at lea st ten days prior to
scheduled start of such temporary work.
I . A layout of all temporary roads , excavations and embankments to be constructed within the
work area.
2. Details of temporary road construction.
3 . Drawings and cross sections of proposed embankments and their foundations , including a
description of proposed materials.
4. A landscaping drawing showing the proposed restoration of the area. Removal of any trees
and shrubs outside the limits of existing clearing area shall be indicated . The drawing shall
also indicate location of required guard posts or barriers required to control vehicular traffic
passing close to trees and shrubs to be maintained undamaged . The drawing s hall provide for
the obliteration of construction scars as such and shall provide for a natural appearing in final
condition of the area. Modification of the Contractor's approved drawings shall be made
only with the written approval of the Engineer. No unauthorized road construction ,
excavation or embankment construction including disposal areas will be permitted.
City of Fort Worth
North Holly WTP
Pump Station D isc harge Pipe Replacement
Apr il 2011
SECTION 01110
Environmental Protection Procedures
Pa ge 6 of 6
G. Rem ove al l signs of temporary constru ction facilities such as h au l roads , work areas, structures,
foundations of temporary structures, stockpiles of excess o r waste materials, o r any other vestiges
o f construction as directed by th e E ng ineer. It is anticipated that excavation , filling and plowing
of roadways w ill be requ ir ed to resto re the area to nea r natural conditions w hich wi ll permit the
growth of vegetat io n thereon . The di sturbed areas shall be prepared and seeded as described in
Secti on 32 92 13, o r as approved by the Engineer.
H. A ll debri s a nd excess m ateria l sh a ll be di s p ose d of outside wetland or floodplain areas in an
e nvironmentall y sound ma nn e r.
3.04 PROTECTJON OF AIR QUALITY
A . Burning. The use of burnin g at th e project s ite for the disposa l o f refu se a nd debris will not be
permitted.
B . Dust Co ntrol. The Contractor will be require d to maintain all excavation s, e mbankments,
stockpiles, access roads, plant sites, waste areas , borrow areas, and all other work areas within or
wi th o ut the project boundaries free from du st w hich could cause th e stand ards for ai r pollution to
be exceeded , a nd w hich would cause a haza rd or nui sance to others.
C. A n approved method o f stabilizati o n consisting of sprinkling o r ot her simi lar me th ods wi ll be
permitted to control dust. The u se of p e trol eu m product is prohibited . The use of c hl orides ma y
be permitted with approva l from the Engineer.
D. Sprink lin g, to be approved, must be repeated at suc h intervals as t o keep all parts o f the disturbed
a re a at least damp a t all time s, and the Contractor mu st have s uffici e nt suitable equipment o n the
job to accompl is h this if sprinkling is used . Dust control s hall be perform ed as the work proceeds
an d wheneve r a du st nui sa nc e or haza rd occurs, as determined by the E n gi n eer.
3.05 MAJNTENACE OF POLLUTION CONTROL FACILITIES DURJNG CONSTR UCTION
A . During the life of this Contract , maintain all facilities constructed for pollution control as lo ng as
the o perations crea ting th e particular pollutant are be in g carried out or until the m ate ri a l
concerned ha s become stabil ized to th e extent th at p o lluti o n is n o lon ge r being crea ted.
3.06 NOISE CONTROL
A. T he Cont rac to r s hall make every effo11 to minimize noi ses caused b y hi s/her operati o ns.
Eq uipm e nt s hall be e quipped with silences o r mufflers designed to operate with th e least p ossible
noise in compli a nce wit h State and Federa l r egulati ons.
EN D OF SECTION
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
PART I: GENERAL
1 .0 I SCOPE OF WORK
SECTION 01200
Project Meetings
Page I of 3
A. Schedule , atten d , and administer as spec ified , preconstruction conference, periodic progress meetings ,
and specially called meetings throughout progress of the Work.
B. Representatives of Contractor, subcontractors and suppliers attending meetings s hall be qualified and
authorized to act o n beh a lf of the entity each represents.
C. Meetings administered by Owner may be tape recorded. If recorded, tapes will be used to prepare
minutes and retained by Owner for future reference.
D. Meetings, in addition to those specified in this Section, may be held when requested by the Owner,
Engineer or Contractor.
1.02 RELATED WORK
A. Pre-bid conference is included in lnformation to Bidders.
1.03 PRECONSTRUCTJON CONFERENCE
A. A preconstruction conference will be held within ten days after award of Contract and before Work is
started. Th e conference will be scheduled and administered by the Owner.
B. The Owner will preside at the conference, prepare the minutes of the meeting and di str ibute copies of
same to all pa rticipants who so request by fully completing the attendance form to be circulated at the
beginning of the conference.
C. Attendance :
I . Contractor's project manager.
2. Contractor's superintendent.
3. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the
Owner may request.
4. Construction Manager
5 . Engineer's re pre sentatives .
6. Owner's represe ntatives .
7. Others as ap propri ate.
D. Preliminary Agenda:
I . Schedule completion dates and Liquidated Damages.
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
2. Construction Scheduling, including critical path .
3 . Designation of re spon s ible personnel.
4. Authority of Contractor.
5. Authority of Construction Manager and Engineer.
6. Submittals.
7 . Procedures for Change Orders, CMRs, PCMs, Field Orders, RFJs , etc.
8 . Record Drawings
9. Quality control.
I 0 . Safety Procedures.
11. Temporary construction facilities.
12. Use of City Facilities.
13. Security and Work after Normal Hours.
14. Measurement and payment.
15 . City Administrative Procedures, including M /WBE procedures.
16 . Proj ec t Work Summary
I 7 . Correspondence Routing
18. Pay Request Procedures
1.04 PROGRESS M EETINGS
SECTION 01200
Project Meetings
Page 2 of3
A. Formal project coordination meetings will be held periodically (not more than once weekly , nor Jess
than once monthly). Meetings will be scheduled and administered by Construction Manager.
Additional progress meetings to discuss specific topics will be conducted on an as-needed bas is . Such
additional meetings shall include, but not be limited to :
I . Coordinating plant shutdowns.
2 . Jn sta llation of piping and equipment.
3 . Coordination between other construction projects.
4. Problem Area Resolutions
5. Equipment approval.
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Repl ace m en t
April 20 11
SECTION 01200
Project Meetings
P age 3 of3
B. The Construction Manager will preside at progress meetings, prepare the minutes of the meetin g and
di stribute copies of same to all p a rticipants who so requ est by fully completin g the attendance form to
be c ircul a ted at the beginning of each me e ting .
C. At1endance: Same as preco ns truction conference .
D . Preliminary Agenda:
I. Revi ew, approval of minutes of previous meeting.
2. Review of work progress since previous meetin g .
3. Fi e ld observations, problems, conflicts.
4. Problems which impede construction schedule.
5. Review of off-site fabrication, delivery schedules.
6. Review of construction interfacing and sequencing requirem e nts with other construction
contracts.
7 . Corrective meas ures and procedures to regain projecte d sc h e dule.
8. Rev is ions to construction sc hedule.
9. Pro g ress , sc hedule, during s ucceeding work period.
10 . Coordination of schedules.
11 . Rev iew submittal schedules.
12 . Maintenance of quality standards .
13 . Pendfog changes and s ubstitutions.
14. Rev iew propose d changes for:
a. E ffect on construction schedule and on completion dat e.
b . Effect on other contracts of the Project.
15. Review Record Documents.
16 . Re v iew monthly pay reque st.
I 7 . Revi ew status of RFis.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
EN D OF SECTION
City of Fort Worth
North Holly WTP
Pump Station Discharg e Pipe Replacement
April 2011
PARTl: GENERAL
I .OJ DESCRfPTION OF REQUTREMENTS
SECTION 01300
Submittals
Page 1 of7
A. This Section specifies the general methods and requirements of submissions applicable to the
following work-related submittals: Shop Drawings, Product D ata , Samples, Mock Ups, Construction
Photographs, and Construction or Submittal Schedul e s . Detailed submittal requirements will be
specified in the technical specifications sections. Sh o p drawings are required to be submitted for the
following items prior to installation :
• Pipe fabrication and layout drawings
• All Valves and Associated Appurtenances and Vaults
• Cathodic Protection
• Dewatering Plan
• Concrete Mix Designs
• Erosion Protection
B. All submittals shall be clearly identified by reference to Specification Section, Paragraph, Drawing
No. or Detail as applicable. Submittals shall be clear and legible and of sufficient size for sufficient
presentation of data.
I .02 SHOP DRAWINGS , PRODUCT DAT A, SAMPLES
A. Shop Drawings
I. Shop drawings, as specified in individual work Sections include, but are not necessarily limited
to, custom-prepared data such as fabrication and erection/installation (working) drawings,
scheduled information , setting diagrams, actual shopwork manufacturing instructions, custom
templates, special wiring diagrams, coordination drawings, individual system or equipment
inspection and test reports including performance curves and certifications, as applicable to the
Work .
2. All shop drawings s ubmitted by subcontractors for approval shall be sent directly to the
Contractor for checking. The Contractor shall be responsible for their submission at the proper
time so as to prevent delays in delivery of materials.
3 . The Contractor shall check all subcontractor's shop drawings regarding measurements, size of
members, materials , and details to satisfy himself that they conform to the intent of the Drawings
and Specifications. Shop drawings found to be inaccurate or otherwise in error shall be returned
to the subcontractors for correction before submission thereof.
4 . All details on shop drawings submitted for approval shall show clearly the relation of the various
parts to the main members and lines of the structure, and where correct fabrication of the work
depends upon field measurements, such measurements shall be made and noted on the drawings
before being submitted for approval.
B . Product Data
I . Product data as s pecified in individual Sections, include, but are not necessarily limited to ,
standard prepared data for manufactured products (sometimes referred to as catalog data), such
as the manufacturer's product specification and installation instructions, availability of colors and
patterns , ma1rnfacn1rer's printed statements of compliances and applicability, roughing-in
diagrams and templates, catalog cuts, product photographs, standard wiring diagrams, printed
performance curves and operational-range diagrams, production or quality control inspection and
test reports and certifications, mill reports , product operating and maintenance instructions and
recommended spare-parts listing and printed product warranties , as applicable to the Work.
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
C. Samples
SECTION 01300
Submittals
Page 2 of7
J . Samples specified in individual Sections, include, but are not necessarily limited to , physical
examples of the work such as sections of manufactured or fabricated work, small cuts or
containers of materials , complete units of repetitively-used products, color/texture/pattern
swatches and range sets , specimens for coordination of visual effect, graphic symbols and units
of work to be used by the Engineer or Owner for independent inspection and testing, as
applicable to the Work.
1.03 CONTRACTOR'S RESPONSIB1LITIES
A. The Contractor shall review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following :
I. Field measurements
2. Field construction criteria
3 . Catalog numbers and similar data
4 . Conformance with the Specifications
B . Each shop drawing, sample and product data submitted by the Contractor shall have affixed to it the
following Certification Statement including the Contractor's Company name and signed by the person
who actually reviewed the submittal. "Certification Statement: 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." Shop drawings larger than 8 1/2" x
11" shall be folded to 8 I /2" x I I". Shop drawings and product data sheets shall be bound together in
an orderly fashion and bear the above Certification Statement on the cover sheet. The cover sheet
shall fully describe the packaged data and include a listing of all items within the package. Provide to
the Construction Manager a copy of each submittal transmittal sheet for shop drawings, product data
and samples at the time of submittal of said drawings, product data and samples to the Engineer.
C. The Contractor shall follow the submittal numbering requirements provided in Paragraph D-42 of the
Special Conditions . In addition , the Contractor shall utilize an 8-character submittal cross-reference
identification numbering system in the following manner:
I. The first five digits shall be the applicable Specification Section Number.
2 . The next two digits shall be the numbers O 1-99 to sequentially number each initial separate item
or drawing s ubmitted under each specific Section number.
3. The last character shall be 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:
03300
08
B
03300-08-B
= Specification Section for Concrete
= The eighth initial submittal under this specification section
= The third submissi on (second resubmission) of that particular shop drawing
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
SECTION 01300
Submittals
Page 3 of7
D. Notify the Engineer in writing, at the time of submittal , of any deviations in the submittals from the
requirements of the Contract Documents.
E . The review and approval of shop drawings, samples or product data by the Engineer shall not relieve
the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract.
All risks of error and omission are assumed by the Contractor and the Engineer will have no
responsibility therefore.
F. No portion of the work requiring a shop drawing, sample, or product data shall be started nor shall any
materials be fabricated or installed prior to the approval or qualified approval of such item.
Fabrication performed, materials purchased or on-site construction accomplished which does not
conform to approved shop drawings and data shall be at the Contractor's risk. The Owner will not be
liable for any expense or delay due to corrections or remedies required to accomplish conformity.
G. Project work, materials, fabrication, and installation shall conform with approved shop drawings,
applicable samples, and product data.
1.04 SUBMISSION REQUIREMENTS
A . 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. Each submittal, appropriately coded, will be returned within 30 calendar days following receipt of
submittal by the Engineer.
C. Submit an electronic copy of each submittal through the Freese and Nicholes, Inc. FNManager website
at https ://construction. free se.com . The Contractor will be provided access to log onto the FNManager
website to post submittal documents and check the status of submittals. The complete contents of
each submittal, including associated drawings product data , etc., shall be submitted in Adobe Acrobat
PDF format, or other format approved by the Engineer.
D. Number of submittals required :
I. Shop Drawings as defined in Paragraph 1.02 A : Seven copies for all other submittals. If
Contractor requires more than three copies of Shop Drawings returned, Contractor shall submit
more_ than the number of copies listed above.
2. Product Data as defined in Paragraph I .02 B: Four copies.
3. Samples: Submit the number stated in the respective Specification Sections .
E. Submittals shall contain :
I . The date of submission and the dates of any previous submissions.
2 . The Project title and number.
3 . Contractor identification.
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
City of Fort Worth
North Holly WTP
Pump Stat io n Discharge Pipe R ep lace me nt
April 201 I
SECTION 01300
Submittals
Page 4 of 7
5 . Ident ific atio n of the product, w ith the spec ific a ti on secti o n numbe r, page an d paragraph(s).
6. Field dimensions, clearly id e ntifi ed as such.
7 . Relation to adjace nt or critical features of the Work o r materials .
8. App licabl e sta nd ard s , s uch as ASTM o r Federal Spec ific ation numbers.
9. Id entificati o n by highlighting of deviations from Contract Docume nts .
I 0 . Identification by highlighting ofrevisions on re s ubmittals.
11 . A n 8-in X 3-i n blank s pace for Contracto r a nd Engineer stamps.
1.05 REVIEW OF SHOP DRAWINGS , PRODUCT DA TA , WORK.ING ORA WINGS AND SAMPLES
A. The review of s h o p drawings, data, and samp les will be for ge neral conformance w ith the design
conce pt and Contract Docume nt s. They sh a ll not be construed as :
I . pe rmittin g any departure from the Contract requirements ;
2. re liev in g th e Contractor of res ponsibility for any errors , including details, dimensions, and
m at e rial s; and /or
3. approv in g departures from details furni s hed by the Engineer, except as oth erw ise prov ided
he rei n.
B. The Co ntractor remains responsible for deta il s a nd acc uracy , for coordinating the work with all other
associated work a nd trades, for selecting fabrication proc esses, for techniques of asse mbly , and for
performing work in a safe m a nner.
C. If the s h o p drawings, data or sa mples as s ubmitt e d descri be variations and s h ow a departure from the
Contract re quireme nts which Engineer finds to be in th e intere st of th e Owner and to be so minor as
n ot to inv o lv e a change in Contract Price or time for performance , the E n g inee r may re turn the
reviewed drawings without n otin g a n exce pti o n .
D . Submittals will be re turned to the Contracto r under o ne of the following codes.
Code I -
Code 2 -
Code 3 -
"APPROVED" is a ss igned when there a re n o n otatio n s o r comments on the s ubmittal.
When returned und e r this code the Contractor m ay release the equipment an d /or
m aterial for manufacture.
"APPROVED AS NOTED". This code is assigned w hen a confirmation of the
n o tations and comments IS NOT require d by the Contractor. The Contracto r may
release the equipment or material for manufacture ; howeve r, a ll notati o ns and
comments must be incorpora te d int o the final prod uct.
"APPROVE D AS NOTE D/CONF1RM". This combination o f codes is ass igned w hen
a con firmation of the no tati o n s a nd co mments IS requ ired by th e Contract o r. The
Co ntractor may rel ease the equipment o r m ate ri a l for manufac ture ; however, all
notations a nd comments mu st be inc orporated into th e final product. This confirmation
s h a ll s p ec ifically a ddress eac h o mi ssio n and no nconformin g it e m th a t was n oted .
Confirm atio n is to be received by the En g in eer wi thin 15 ca lendar days of the date of
the Engi n eer's tran smittal requiring th e confirmati on .
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
SECTION 01300
Submittals
Page 5 of7
Code 4 -
Code 5 -
Code 6 -
"APPROVED AS NOTED/RESUBMIT". This combination of codes is assigned
when notations and comments are extensive enough to require a resubmit1al of the
package. The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the final product. This
resubmittal is to address all comments, omissions and non-conforming items that were
noted. Resubmittal is to be received by the Engineer within 15 calendar days of the
date of the Engineer's transmittal requiring the resubmittal.
"NOT APPROVED" is assigned when the submittal does not meet the intent of the
Contract Documents. The Contractor must resubmit the entire package revised to bring
the submittal into conformance. It may be necessary to resubmit using a different
manufacturer/vendor to meet the Contract Documents.
"COMMENTS A TT ACHED" is assigned where there are comments attached to the
returned submittal which provide additional data to aid the Contractor.
Codes I through 5 designate the status of the reviewed submittal with Code 6 showing there has been
an attachment of additional data.
E. Resubmittals will be handled in the same manner as first submittals. On resubmittals, the Contractor
shall direct specific attention, in writing on the letter of transmittal and on resubmitted shop drawings
by use of revision triangles or other similar methods, to revisions other than the corrections requested
by the Engineer, on previous submissions. Any such revisions which are not clearly identified shall be
made at the risk of the Contractor. The Contractor shall make corrections to any work done because
of this type revision that is not in accordance to the Contract Documents as may be required by the
Engineer.
F. Partial submittals may not be reviewed. The Engineer will be the only judge as to the completeness of
a submit1al. Submit1als deemed by the Engineer to be not complete will be returned to the Contractor,
and will be considered "Not Approved" until resubmitted. The Engineer may at his/her option provide
a li st or mark the submittal directing the Contractor to the areas that are incomplete .
G . If the Contractor considers any correction indicated on the shop drawings to constitute a change to the
Contract Documents, the Contractor shall give written notice thereof to the Engineer at least seven
working days prior to release for manufacture.
H . When the shop drawings have been completed to the satisfaction of the Engineer, the Contractor shall
carry out the construction in accordance therewith and shall make no further changes therein except
upon writ1en instructions from the Engineer.
1.06 DISTRIBUTJON
A . 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 Engineer. Number of copies shall
be as directed by the Engineer but shall not exceed the number specified in Paragraph l .04C.
I .07 MOCK UPS
A. 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.
1.08 PROFESSIONAL ENGINEER (P.E .) CERTIF1CATION FORM
City of Fort Worth
N o rth Holly WTP
Pump Station Discharge Pipe Replac e ment
April 2 011
SECTION 01300
Submittals
Page 6 of 7
A . If specifically required in other S ecti o n s of these Spe cifications , the Contractor shall submit a P.E.
Certification for each item re quire d , in the form attached to this Section, completely filled in and
stampe d.
1.09 GENERAL PROCEDURES FOR SUB MITT ALS
A . Coordination of Submittal Times : Prepare 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, so that the installation will not be delayed by processing times
including disapproval and resubmittal (if required), coordination with other submittals , testing,
purch asing, fabrication , delivery and similar sequenced activities . No extension of time will be
authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the
Work .
1.10 REPE TITIVE REVIEW
A . Submittals for each item will be reviewed no more than twice at the Owner's expense. All subsequent
reviews will be performe d at times convenient to the Engineer and at the Contractor's expense, based
o n the Engineer's then prevailing rates . The Contractor shall reimburse the Owner within 30 Calendar
Days for all such fees invoiced to the Owner by the Engineer.
B . The need for more than one re submiss ion or any o ther delay in obtaining Engineer's review of
s ubmittals, will not entitle the C o ntracto r to an ext e ns ion of Contract Time .
PART2: PRODUCTS (NOT USE~
PART 3: EXECUTION (NOT USED)
END OF SECTION
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
SECTION 01300
Submittals
Page 7 of7
P .E . CERTIFICA TJON FORM
The undersigned hereby certifies that he /she is a Professional Engineer regi stere d in the State of
____________ and that he /she has been employed by ____________ _
(Name of Contractor)
__________________ to design ________________ _
(Insert P .E. Responsibilities)
in accordance with Specification Section _____________________ for the
(Name of Project)
The undersigned further certifies that he /she has performed the design of the __________ _
(Name of Project)
________________________ , that said design is in conformance with
all applicable local, State and Federal codes, rules and regulations, and that his/her signature and P .E. stamp
have been affixed to all calculations and drawings used in, and resulting from , the design.
The undersigned hereby agrees to make all original design drawings and calculations available to the
__________ C~iC..C.ty'--"-o~f ~F~o~rt_W~o~rt=h or Owner's representative within seven days
following written request therefore by the Owner.
P.E . Name
Signature
Address
Place P .E . Stamp Here
With Date and Signah1re
Contractor's Name
Signature
Title
Address
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
PART I: GENERAL
1.0 I PROGRAM DESCRIPTION
SECTION 01315
Progress Schedule and Reports
Page 1 of7
A. A Critical Path Method (CPM) construction schedule shall be used to control the work of this Contract
and to provide a definitive basis for determining job progress. The construction schedule shall be
prepared by the Contractor. Work shall be performed in compliance with the established CPM
schedule and the Contractor and his subcontractors shall be responsible for cooperating fully with the
Owner in effectively utilizing the CPM schedule.
B. The CPM schedule to be prepared and submitted by the Contractor shall consist of a CPM network
( diagram of activities) and a computer-generated schedule (print-out) as specified. The format shall be
the activity-on-node precedence network as indicated on the Preliminary Guideline CPM Schedule.
C. The Contractor shall utilize PRIMAVERA and PRIMA VISION or equal scheduling program in
analyzing the construction schedules. If the Contractor desires to utilize a different scheduling
program than PRIMA VERA and PRIMA VISION to prepare its schedules , it must first obtain
approval of the Owner. Contractor shall provide one authorized copy of the scheduling software to the
Owner.
D. Within ten calendar days following written Notice to Proceed, the Contractor is to submit to the Owner
for review and approval a Preliminary Guideline CPM Schedule covering the first 60 calendar days of
work to be performed.
E. A Preliminary Guideline CPM Schedule shall include:
I. Illustrate a feasible CPM schedule for completion of the Work under this Contract within the
time specified.
2. Provide an elementary example of a CPM schedule in the format to be used for the detailed CPM
schedule specified. The Preliminary Guideline CPM Schedule is not as detailed as the CPM
schedule required under this Contract.
3. Establish mandatory milestone dates. Milestones are designated on the Preliminary Guideline
CPM Schedule with asterisks.
F. The Preliminary Guideline CPM Schedule is not to be considered binding except for the time required
for contract completion and the mandatory milestones.
G. The Contractor shall develop his own outline of the Work and prepare his proposed CPM schedule.
Contractor shall reference the construction constraints and sequencing issues presented in Section
0 I 040. The computer-based schedule shall be the product of a recognized commercial computer
software producer and shall meet all of the requirements specified.
1.02 NETWORK REQUIREMENTS
A. The network shall show the order and interdependence of activities and the sequence in which the
work is to be accomplished as planned by the Contractor. The basic concept of a network analysis
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2 011
SECTION 01315
Progress Schedule and Reports
Page 2 of 7
diagram shall be followed to show how the start of a given activity is dependent on the completion of
preceding activities and its completion restricts the start of the following activities.
B . Detailed network activities shall include : construction activities , the submittal and approval of
samples of materials and Shop Drawings, the procurement of materials and equipment, fabrication of
materials and equipment and their delivery, installation , and testing, start-up and training. The
Contractor shall break the work into activities with durations no longer than 20 working days each,
except as to nonconstruction activities (such as procurement of materials and delivery of equipment)
and any other activities for which the Owner may approve the showing of longer duration. io the
extent feasible , activities related to a specific physical area of the work shall be grouped on the
network for ease of understanding and simplification .
C. Separate activities shall be provided for each significant identifiable function in each trade area in each
facility. Activities shall show duration and remaining duration. Specific activities which shall be
included are: interface work between the Contractor and other contractors, subcontract work, interface
work between subcontractors and between the Contractor and subcontractors, leakage tests of tanks
and pipelines, electrical connections to each item of equipment, supplier and manufacturer technical
assistance , mechanical connections to each item of equipment, tests, concrete finishing, each item of
site work , (including restraints on other activities), and utilities, fuels and chemicals .
D . Each activity on the network shall have the following indicated on the node representing it.
I. Duration and remaining duration for those activities in progress.
2. A five character (or less) code indicative of the party responsible for accomplishing the activity.
3. A brief description of the activity.
E . The selection and number of activities shall be subject to the Owner's approval. The detailed network
shall be time scaled . In addition to the brief description , the Contractor shall submit a separate list of
activities containing a detailed narrative of the scope of each activity, including the trades and
subcontractors involved , the activity duration, and the cost of each activity as it pertains to the pay
items on the Schedule of Values. The cost for each work activity shall include mobilization , materials,
labor, equipment, overhead, and profit.
F. To the extent that the network or any revision thereof shows anything not jointly agreed upon or fails
to show anything jointly agreed upon , it shall not be deemed to have been approved by the Owner.
Failure to include on a network any element of work required for the performance of this Contract
shall not excuse the Contractor from completing work required within any applicable completion date,
notwithstanding the review of the network by the Owner.
G . Except where earlier completions are specified, CPM schedules which show completion of work prior
to the Contract completion date may be approved by the Owner, but in no event shall be acceptable as
a basis for claim for delay against the Owner by the Contractor. The time period between the
Contractor 's early finish date and the Contract Time shall be shown as a float activity .
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
1.03 COMPUTER-GENERA TED SCHEDULE REQUIREMENTS
SECTION 01315
Progress Schedule and Reports
Page 3 of7
A. Each computer-generated schedule submittal from the CPM activity network shall include the
following tabulations: a list of activities in numerical order, a list of activity precedences, a schedule
sequenced by Early Start Date, and a schedule sequenced by Total Float. Each schedule shall include
the following minimum items:
1. Activity numbers
2. Estimated duration
3 . Activity description
4. Early start date (calendar dated)
5 . Early finish date ( calendar dated)
6. Latest start date ( calendar dated)
7 . Latest finish date (calendar dated)
8 . Status (whether critical)
9 . Total float and free float.
I 0. Total cost of each activity per the approved Schedule of Values.
8. In addition , each schedule shall be prefaced with the following summary data:
I. Contract name and number
2. Conrractor's name
3 . Contract duration
4. Contract schedule
5 . The effective or starting date of the schedule (the date indicated in the Notice to Proceed).
C. A narrative shall accompany the diagram providing for each activity:
I. Activity number
2 . Activity description
3 . Predecessors
4. Successors
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
SECTION 01315
Progress Schedule and Reports
Page 4 of 7
D. Advise the Owner of the calendar used for the Schedule . The Calendar should be based on the actual
work week anticipated by the Contractor; whether 5 , 6 or 7 days a week will be worked.
1.04 JNITIAL CONFERENCE
A. Within 10 days following the receipt of the Notice to Proceed, the Contractor shall meet with the
Owner to discuss and agree on the proposed standards for the CPM schedule. At this conference the
Contractor shall submit to the Owner a preliminary network defining the planned operations during the
first 60 calendar days after Notice to Proceed. The Contractor's general approach for the balance of
the Project shall be indicated. Cost of activities expected to be completed or partially completed
before submission and approval of the complete network shall be included .
1.05 APPROVED CPM SCHEDULE
A. Within 45 days following the receipt of the Notice to Proceed, the Contractor shall submit two prints
of the proposed CPM activity network and a computer-generated schedule to the Owner. Following
review by the Owner, the Contractor shall incorporate the Owner's comments into the network and
submit five prints and one reproducible of the revised network and two copies of the generated
schedule. This final submittal shall be delivered to the Owner within 60 days after the Notice to
Proceed.
B. CPM schedules which contain activities showing negative float or which extend beyond the Contract
completion date in the computer-generated schedule will not be approved.
C. The Contractor shall participate in the initial review and evaluation of the proposed network diagram
and schedule by the Owner. The approved network shall then be the approved CPM schedule to be
used by the Contractor for planning, organizing and directing the work , and reporting progress.
D. Approval of the CPM activity network by the Owner is advisory only and shall not relieve the
Contractor of responsibility for accomplishing the work within the contract completion date.
Omissions _and errors in the approved CPM schedule shall not excuse performance less than that
required by the Contract. Approval by the Owner in no way makes the Owner an insurer of the CPM
schedule's success or liable for time or cost overruns flowing from its shortcomings . The Owner
hereby disclaims any obligation or liability by reason of approval of the CPM schedule .
E. The network shall be submitted on sheets 22 inches x 34 inches , and may be divided into as many
separate sheets as required .
1.06 PROGRESS REPORTING
A. Progress shall be reported on a monthly basis. The Contractor and Owner shall evaluate the status of
the work at the end of each month ; to show actual progress and to identify problem areas. Between
the l st and the 5th of each month the Contractor shall submit a preliminary updated schedule with
narrative using the end of the month as the Data Date. A final schedule update shall be submitted by
the l 0th day of each month.
B. The progress and associated costs shown on the CPM each month shall be used in conjunction with
the Schedule of Values in d e te rmining the a m o unts to be p ai d throu gh the Pay Es timate ea ch m o nth .
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
SECTION 01315
Progress Schedule and Reports
Page 5 of7
Activities as they pertain to the pay items of the bid schedule will be separately totaled for the cost of
each activity and value of work in place for this period.
C . Partial payment applications will not be processed without an approved monthly schedu le update .
1.07 RESPONSIBILITY FOR SCHEDULE COMPLIANCE
A . Whenever it becomes apparent from the current CPM schedule and CPM Status Report that delays to
the critical path have resulted and the Contract completion date will not be met, or when so directed by
the Owner, the Contractor shall take some or a ll of the following actions at no additional cost to the
Owner. He shal l submit to the Owner for approval, a written statement of the steps he intends to take
to remove or arrest the delay to the critical path in the approved sc hedule.
l. Increase construction manpower in such quantities and crafts as will substantially eliminate the
backlog of work.
2. Jncrease the number of working hours per shift, shifts per day , working days per week, the
amount of construction equipment, or any combination of the foregoing , s ufficiently to
substantially eliminate the backlog of work.
3 . Reschedule activities to achieve maximum practical concurrency of accomplishment of
activit ies, and comp ly with the revised schedule .
B. If, when so requested by the Owner, the Contractor should fail to submit a written s tatement of the
steps he intends to take or should fail to take such steps as approved by the Owner, the Owner may
direct the Contractor to increase the level of effort in manpower (trades), equipment, a nd work
sc hedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to
remove or arrest the delay to the critical path in the approved schedule, and the Contractor shall
promptly provide such level of effort at no additional cost to the Owner.
1.08 ADJUSTMENT OF CONTRACT SCHEDULE AND COMPLETION TJME
A. lfthe Confractor desires to make changes in his method of operating which affect the approved CPM
schedule, he shall notify the Owner in writing stating what changes are propose d and the reason for the
change. If the Owner approves these changes, the Contractor shall revise and submit for approval,
without additiona l cost to the Owner, all of the affected portions of the CPM network . The CPM
s chedule shall be adjusted by the Contractor only after prior approva l of his proposed changes by the
Owner. Adjustments may consist of changing portions of the activity sequence , activity durations,
divi sio n of approved activities, or other adjustments as may be approved by the Owner. The addition
of extraneous, non-working activities and activities which add unapproved restraints to the CPM
sc hedule will not be approved .
B . If the completion of any activity, whether or not critical, falls more than I 00 percent behind its
approved duration, the Contractor shall submit for approval a schedule adjustment showing each such
activity divided into t\vo activities reflecting completed versus uncompleted work.
C. Shop Drawings which are not approved on the first submittal or within the schedule time, and
equipment which do not pass the specified tests shall be immediately resc heduled.
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
SECTION 01315
Progress Schedule and Reports
Page 6 of7
O. The Contract completion time will be adj uste d o nly for causes specified in this Contract. In the event
the Contrac to r requests an extension of any Contract completion d a te , he s hall furnish such
justification and supporting evidence as the Owner may deem necessary to determine whether the
Contractor is entitled to an extension of time under the provisions of this Contract. The Owner will ,
after receipt of s uch justification and s upporting evidence, make findings of fact and will advise the
Contractor in writing th ereof. If the Owner finds that the Contractor is entitled to any extension of any
Contract completion date , the Owner's determination as to the total number of days extension shall be
based upon the currently approved CPM schedule and on all data relevant to the extension. Such data
sha ll be included in the next updating of the schedule. Actual delays in activities which, according to
the CPM schedu le , do not affect any Contract completion date shown by the critical path in the
network will n o t be the basis for a change therein .
E. Each request for change in Contract completion date shall be submitted by the Contractor to the
Owner within 30 days after the be g inning of the delay for which a time extension is requested but
before the date of final payment under this Contract. No time extension will be granted for requests
which are not subm itted within the foregoing time limit.
1. From time to time it may be necessary for the Contract schedule Or completion time to be
adjusted by the Owner to reflect the effects of job conditions, weather, technical difficulties ,
strikes, unavoidable delays on the part of the Owner or its representatives, and other
unforeseeable conditions which may indicate schedule adjustments or completion time
extensions . Under such conditions, the Owner will direct the Contractor to reschedule the work
or Contract completion time to reflect the changed conditions, and the Contractor shall revise his
sc hedule accordingly. No additional compensation will be made to the Contractor for such
schedu le changes except for unavoidable overall contract time extensions beyond the actual
completion of unaffected work, in which case the Contractor shall take all possible action to
minimize any time extension and any additional cost to the Owner. Available float time in the
CPM sc hedule may be used by the Owner as well as by the Contractor.
F . Float or slack time is defined as the amount of time betv.een the earliest s tart date and the latest start
date o r between the earliest finish date and the latest finish date of a chain of activities on the CPM.
Float or s l~ck time is no t for the exclusive use or benefit of either the Contractor or the Owner.
Contractor's work shall proceed acco rding to early start dates, and the Owner shall have the right to
re serve and apportion flo a t time according to the needs of the project. The Contractor acknowledges
and agrees that actual delays , affecting paths of activities containing float time, will not have any affect
upon contract completion times , providing that the actual delay does not exceed the fl oat time
associated with those activities.
1.09 COO RD INA TING SCHEDULES WITH OTHER CONTRACT SCHEDULES
A. Where work is to be performed under this Contract concurrently with or contingent upon work
performed on the same facilities or area under other contracts, the Contractor's CPM Schedule shall be
coordinated with the schedules of the other contracts. The Contractor shall obtain the schedules of the
o ther appropriate contracts from the Owner for the preparation and updatLng of his CPM schedule and
s hall make the required changes in his sc hedule when indicated by changes in corresponding
schedu le s .
B . ln case of int erference between th e operati o ns of different contractors, the Owner will determine the
work priority ofeach comractor and the sequence of work necessary to expedite the comp leti on of the
City of Fort Worth
North Holly WTP
Pump Station Di s charge Pipe Replacement
April2011
SECTION 01315
Progress Schedule and Reports
Page 7 of 7
entire Project. In such cases, the decision of the Owner shall be accepted as final. The temporary
delay of the Contractor's work due to such circumstances shall not be considered as justification for
claims for additional compensation.
1.10 SCHEDULE OF VALUES
A . The approved CPM schedule shall be the schedule to be used by the Contractor for reporting progress.
A separate payment schedule, shall be used for requesting payment of work accomplished. Payment
items for the specific activities and values of the individual items shall be approved by the Engineer.
B. lf the Contractor does not follow his planned schedule or desires to make changes in his method of
operating and scheduling, he shall notify the Engineer in writing stating the reasons for the change.
Progress payments will be awarded based on amount judged complete in conjunction with the
approved activity sequence. Progress payments on work out of sequence will not be allowed unless
logic changes are made and approved by the Engineer to the approved CPM.
C. The payment request shall include the activities or portions of activities completed during the
reporting period and their total value as basis for the Contractor's periodic request for payment.
Payment made will be based on the total value of such activities completed or partially completed after
verification by the Engineer. The request shall state the percentage of the work actually completed as
of the report date.
1.11 PROJECT EXECUTION AND CONTROL REPORTING
A . All change proposals shall be submitted to the Engineer using the "Contract Change Proposal" form to
be provided by the Engineer.
B. Each day the Contractor shall submit to the Engineer daily construction report information using the
"Daily Construction Report" form to be provided by the Engineer.
C. Each week, after coordination meetings with subcontractors, the Contractor shall submit to the
Engineer a three (3) week schedule. This schedule shall identify work scheduled for the current week
and projected for two additional weeks.
D . If the Owner elects to delete any lump sum item, the dollar amount to be deleted from the Contract
shall be the total amount shown in the Schedule of Values for that item, including overhead and profit.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION
City of Fort Wo11h
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
PARTl: GENERAL
I.OJ REQUfREMENTS INCLUDED
SECTION 01410
Testing and Testing Laboratory Services
P a ge 1 of 4
A. Owner will employ and pay for the services of an Independent Testing Laboratory to perform testing
specifically indicated on the Contract Documents and in this Section . The Owner may at any time elect
to have materials and equipment tested for conformity with the Contract Documents even if those items
are specifically identified as the responsibility of the contractor. If the Owner elects to do this testing, it
in no way relieves the contractor of any of his responsibilities. The contractor shall compensate the
owner for all failed test. The Contractor shall:
I. Cooperate with the laboratory to facilitate the execution of its required services.
2 . In no way be relieved of the Contractor's obligations to perform the work of the Contract by the
Owner's employment of a testing laboratory.
B . All other testing, including testing of materials as required for approval of submittals, weld testing,
testing associated with Sections 33 04 10, 33 04 11 and 33 04 12 , and pressure testing shall be the
responsibility and at the expense of the Contractor.
1.02 RELATED REQUfREMENTS
A. Conditions of the Contract: Inspections and testing required by laws , ordinances, rules , regulations,
orders or approvals of public authorities .
B. Each Section li sted: Laboratory tests required and standards for testing .
C. Testing Laboratory inspection , sampling and testing is required for but not limited to the following :
1. Utility Trench Excavation, Embedment, and Backfill in Section 33 05 I 0
2 . Buried Steel Pipe and Fittings in Section 33 11 14
3. DuctiJe Iron Pipe in Section 33 11 10
1.03 LABO RA TORY DUTTES
A. Cooperate with Engineer and Contractor; provide qualified personnel after due notice .
B. Perform specified inspections, sampling, and testing of materials and methods of construction:
l . Comply with specified standards.
2 . Ascertain compliance of materials with requirements of Contract Documents.
C. Promptly notify the Construction Manager, the Engineer and the Contractor of observed irregularities or
deficiencies of work or products .
D. Promptly submit five copies of written report of each test and inspection to Engineer. Each report shall
include:
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
I. Date issued.
2. Project title and number.
SECTION 01410
Testing and Testing Laboratory Services
Page 2 of 4
3. Testing laboratory name, address, and telephone number.
4. Name and signature of laboratory inspector.
5 . Date and time of sampling or inspection .
6. Record of temperature and weather conditions.
7. Date of test.
8. Identification of product and specification section.
9. Location of sample or test in the project.
I 0. Type of inspection or test.
11. Statement of specification requirements of material being tested.
12. Result of tests .
13. Clarification of testing procedures and obse rvations , when requested by Engineer.
E. Perform additional tests as required by Engineer or the Owner.
1.04 LIMITATJONS OF AUTHORITY OF TESTING LABORATORY
A. Laboratory is not authorized to:
1. Release, revoke, alter or enlarge on requirements of Contract Documents.
2 . Approve or accept any po11ion of the work.
3. Perform any duties of the Contractor.
1.05 CONTRACTOR'S RESPONSIBILITIES
A. Cooperate with laboratory personnel, provide access to work and to manufacturer's operations.
B. Secure and deliver to the laboratory adequate quantities of representational samples of materials
proposed to be used and which require testing.
C. Materials and equipment used in the performance of work under this Contract are subject to inspection
and testing at the point of manufacture or fabrication . Standard requirements for quality and
workman ship are indicated in the Contract Documents. The Engineer may require the Contractor to
provide statements or certificates from the manufacturers and fabricators that the materials and
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
SECTION 01410
Testing and Testing Laboratory Services
Page 3 of 4
equipment provided by them are manufactured or fabricated in full accordance with the standard
specifications for quality and workmanship indicated in the Contract Documents. All costs of this
testing and providing statements and certificates shall be a subsidiary obligation of the Contractor, and
no extra charge to the Owner shall be allowed on account of such testing and certification.
D. Furnish incidental labor and facilities:
I. To provide acce s s to work to be tested.
2. To obtain and handle samples at the project site or at the source of the product to be tested.
3 . To facilitate inspections and tests .
4. For storage and curing of test samples .
E. Notify laboratory sufficiently in advance of operations to allow for laboratory assignment of personnel
and scheduling of tests.
I. When tests or in s pections cannot be performed after such notice , reimburse Owner for laboratory
personnel and travel expenses incurred due to Contractor's negligence .
F . Employ and pay for the services of the same or a separate, equally qualified independent testing
laboratory to perform materials development of concrete mix designs , and additional inspections,
sampling and testing required for the Contractor's convenience.
G. If the results of te sts indicate the material or equipment complies with the Contract Documents, the
Owner shall pay for the cost of the testing laboratory . If the tests and any subsequent retests indicate
the materials and equipment fail to meet the requirements of the Contract Documents, the Contractor
shall either pay for the laboratory costs directly to the te sting firm or the total of such costs shall be
deducted from any payments due the Contractor.
1.06 SUMMARYOF TEST PERFORMED BY OWNERS REPRESENT A TJVE-
C. Concrete inspecting and testing:
I. Molded Concrete Cylinders :
a . Provide four test cylinders for each 50 cu .yds. or fraction thereof, of each class of concrete
of each day 's placement.
b . Test one cylinder at seven days , two at 28 days, and one when so directed .
c . Report the mix, slump, location of concrete in the structure, and test results prior to the
addition of any plasticizers.
d. Take specimens and make tests m accordance ,-vith the applicable ASTM standard
specifications .
2. C o re Te sts:
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
SECTION 01410
Testing and Testing Laboratory Senrices
Page 4 of 4
a . Provide only when specifically s o directed by the Engineer because of low cylinder test
results .
b . Cut from locations directed by the Engineer, securing in accordance with ASTM C42, and
prepare and test in accordance with ASTM C39 .
3. Placement Inspections :
a. On concrete over 2,000 psi , provide continuous or other inspection as required by
governmental agencies having jurisdiction .
b. Throughout progress of concrete placement, make slump tests to verify conformance with
specified slump .
D . Using all required personnel and equipment, throughout progress of concrete placement verify that
finished concrete surfaces will have the level or slope that is required by the Contract Documents .
E. Pavement
1. Provide one HMAC test per shipment as outlined in NCTCOG Item 2.4.1
2. Provide one core test (to check density and depth) every 500 feet.
3 . Provide one wet ball mill test every 500 feet of flexible base.
4. Provide one Atterburg Limits per 250 cubic yards of flexible base material delivered .
PART 2: PRODUCTS (OT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 201 l
PART 1: GENERAL
1.0 I SCOPE OF WORK
SECTION 01600
Delivery, Storage and Handling
Page 1 of 2
A. This section specifies the general requirements for the delivery, handling, storage and protection
for all items required in the construction of the work . Specific requirements, if any, are specified
with the related item .
B. Contractor shall schedule deliveries within the guideli.nes set forth by the City to meet security
requirements .
1.02 TRANSPORTATION AND DELIVERY
A. Transport and handle items in accordance with manufacturer's instructions.
B. Schedule delivery to reduce long term on-site storage prior to installation and/or operation.
Under no circumstances shall equipment be delivered to the site more than one month prior to
installation without written authorization from the Engineer.
C. Coordinate delivery with installation to ensure minimum holding time for items that are
hazardous, flammable, easily damaged or sensitive to deterioration.
D. Deliver products to the site in manufacturer 's original sealed containers or other packing systems,
complete with instructions for handling, storing, unpacking, protecting and installing.
E. All items delivered to the site shall be unloaded and placed in a manner which will not hamper
the Contractor's normal construction operation or those of subcontractors and other contractors
and will not interfere with the flow of necessary traffic.
F. Provide necessary equipment and personnel to unload all items delivered to the site.
G. Promptly inspect shipment to assure that products comply with requirements, quantities are
correct, and items are undamaged . For items furnished by others (i.e., Owner, other Contractors),
perform inspection in the presence of the Engineer. Notify the Engineer verbally, and in writing,
of any problems.
1.03 STORAGE AND PROTECTION
A . Store and protect products in accordance with the manufacturer's instructions, with seals and
labels intact and legible. Storage instructions shall be studied by the Contractor and reviewed
with the Engineer by him/her. Instruction shall be carefully followed and a written record of this
kept by the Contractor. Arrange storage to permit access for inspection .
B. Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with
foreign matter.
C. Cement and lime shall be stored under a roof and off the ground and shall be kept completely dry
at all times. All structural, mi scell a neous and reinforcing steel shall be stored off the ground or
City of Fort Worth
North Holly WTP
Pump Station Di scharge Pipe Replacem e nt
April 2011
SECTION 01600
Delivery, Storage and Handling
Page 2 of 2
otherwise to prevent accumulations o f dirt or grease, and in a position to prevent accumulations
of standin g w ater a nd to minimize ru sting. Beams shall be stored with the webs vertical. Precast
concrete shall be handled and stored in a manner to prevent accumulations of dirt, standing water,
staining, chipping or cracking. Brick, block and similar masonry products shall be handled and
stored in a manner to reduce breakage, cracking and spalling to a minimum .
D . All mechanical and electrical equipment and instruments subject to corrosive damage by the
atmosphere if stored outdoors (even though covered by canvas) shall be stored in a weathertight
building to prevent injury. The building may be a temporary structure ion the site or elsewhere,
but it must be satisfactory to the Engineer. Building shall be provided with adequate ventilation
to prevent condensation . Maintain temperature and humidity within range required by
manufacturer.
1. All equipment shall be stored fully lubricated with oil , grease and other lubricants unless
otherwise instructed by the manufacturer. All space heaters in equipment shall be energized
during construction.
2 . Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to
avoid meta-to-metal "welding". Upon installation of the equipment, the Contractor shall start the
equipment, at least half-load , once weekly for an adequate period of time to ensure that the
equipment does not deteriorate from lack of use.
3. Lubricants shall be changed upon completion of installation and as frequently as required
thereafter during the period between installation and acceptance . New lubricants shall be put into
the equipment at the time of acceptance.
4 . Prior to acceptance of the equipment , the Contractor shall have the manufacturer inspect the
equipment and certify that its condition has not been detrimentally affected by the long storage
period. Such certifications by the manufacturer shall be deemed to mean that the equipment is
judged by the manufacturer to be in a condition equal to that of equipment that has been shipped,
installed , tested and accepted in a minimum time period . As such, the manufacturer will guaranty
the equipment equally in both instances . If such a certification is not given , the equipment shall
be judged to be defective . It shall be removed and replaced at the Contractor 's expense.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
PART 1: GENERAL
1.0 I SCOPE OF WORK
SECTION 01665
Trench Safety Requirements
Page 1 of 3
A . Furnish all labor, materials, and equipment and perform all operations to plan, design , construct,
install , maintain , monitor, modify as necessary, and remove upon completion, a Trench Safety
System as specified herein.
B . The requirements of this Section apply to all trenches which equal or exceed a depth of five (5)
feet , me a sured from the ground surface at the highest side of the trench to the trench b ottom.
C. All applicable and non-conflicting portions of Section 33 05 10 -Utility Trench Excavation,
Embedment, and Backfill apply as appropr iate.
1.02 RELATED REQUlREMENTS
A. Section O I 035 -Control of Work .
B . 33 05 IO -Utility Trench Excavation, Embedment, and Backfill.
C. Texas Statute : HB I 569, 7 I 51 Regular Legislative Session .
D . U .S. Occupational Safety and Health Administration (OSHA) Standards, 29 CFR 1926 , Subpart P
-Excavations, latest revision at time of construction Agreement execution .
PART 2: PRODUCTS
2 .01 GENERAL
A. All materials and products incorporated into the Trench Safety System shall be suitable for their
intended 4ses ; shall meet all design criteria and parameters used by the Trench Safety Sy stem
designer ; and shall meet all applicable requirements of OSHA Standards .
PART 3: EXECUTION
3 .01 PROCEDURES
A. At lea s t ten ( I 0) Calendar Days prior to execution or any excavation operations , and not more
than thirty (30) Calendar Days following the execution date of the construction Agreement,
Contractor shall submit a site specific Trench Safety System Conformance Affidavit stating that
operations will be conducted in full conformance with the OSHA Standards .
I. The Conformance Letter shall also describe the Trench Safety System techniques proposed to
be used on the project.
2. Specific references to the applicab le OSHA Standard s s ections shall be included fo r each
technique to be used.
City of Fort Worth
North Holly WTP
Pump Station Di s ch a rg e Pipe Replacement
April 2011
S:f:CTION 01665
Trench Safety Requirements
Page 2 of 3
8 . The Trench Safety System Plan shall be in writing, site specific and sufficiently detailed and clear
to be understandable and usable by all personnel who will be executing, supervising and
witnessing the trenching operations. A copy of the Trench Safety System Plan shall be available
at the s ite of trenching operations at all times . A second copy shall be provided to the Engineer
for the Owner 's records.
C. If borings and/or detailed geotechnical analyses are required to develop the Trench Safety System
Plan , they shall be executed by the Contractor at his cost.
D. For trenches having depths greater than the various limits given in the OSHA Standards (8 , 12 or
20 feet , depending on the techniques used), a site specific protective system shall be designed by
a Licensed Professional Engineer experienced in soil mechanics and structural design. The
design shall be signed, sealed and dated by the Professional Engineer, and it shall identify those
s pecific locations where the design is applicable .
3 .02 METHODS OF PROVIDING FOR TRENCH SAFETY
A . Protective systems referenced in this Section shall be as defined and described in 29 CFR
1962 .652, "Requirements for Protective Systems ."
B . It is the duty, responsibility and prerogative of the Contractor to determine the specific
applicability of a proposed Trench Safety System for each field condition encountered on the
project. Contractor specifically holds the Owner, Engineer, and any of their designated
repre s entative s harmless in any actions re s ulting from the failure o r inadequacy of the Trench
Safety System u sed to complete the project.
C. Unles s otherwi se noted on the drawings or excluded below, Slopin g/Benching, Trench Shielding
with trench boxes , and/or Sheeting/Shoring/Bracing protective systems may be used on this
project.
D. Restrictions on the use of the various protective systems for this project are as follows:
I.
2 .
3.
Sloping or Benching.
Trench Shields/Boxes .
Sheeting/Shoring/Bracing.
3.03 INSPECTION DUTIES OF CONTRACTOR
No Restrictions , except as noted on
plans.
No Restrictions .
No Restrictions .
A. Provide a Competent Person , as defined in the OSHA Standards , to make frequent inspections of
the trenchin g o perations and the Trench Safety System in full conformance with the OSHA
Standards .
B . If evidence o f a poss ible cave-in or land s lide is apparent , all work in the trench shall immediately
cease and no t be re s umed until all necess ary precautions have been taken to safeguard personnel
ente rin g the trench .
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 201 I
SECTION 01665
Trench Safety Requirements
Page 3 of 3
C. ln an emergency situation which may threaten or affect the safety or welfare of any persons or
properties, the Contractor shall act at his discretion to prevent possible damage, injury or loss.
Any additional compensation or time extension claimed for such actions shall be considered in
view of the cause of the emergency and in accordance with the Agreement.
3.04 MEASUREMENT AND PAYMENT
A . Payment for the Trench Safety System shall be in accordance with Lump Sum price bid for the
unit established on the Bid Form.
END OF SECTION
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
PART I: GENERAL
1.01 SCOPE OF WORK
A. This Section outlines the procedure to be followed in closing out the Contract.
1.02 SUBSTANTIAL COMPLETION
A. The Substantial Completion dates shall be established as stated in the Contract.
1.03 FJNAL CLEANJNG
SECTION 01700
Contract Closeout
Page I of3
A . At the completion of work and immediately prior to final inspection , cleaning of the entire project
shall be accomplished according to the following provisions:
1. The Contractor shall thoroughly clean , sweep, wash, and polish all work and equipment
provided under the Contract, including finishes . The cleaning shall leave the structures and site
in a complete and finished condition to the satisfaction of the Engineer.
2. All Subcontractors shall similarly perform, at the same time , an equivalent thorough cleaning of
all work and equipment provided under their contracts.
3 . The Contractor shall remove all temporary structures and all debris , including all dirt , sand,
gravel, rubbish and waste material.
4. Should the Contractor not remove rubbish or debris , or not clean the buildings and site as
specified above , the Owner re serves the right to have the cleaning done at the expense of the
Contractor.
5. The Contractor shall mow the newly planted grassed areas.
B. Use on ly cleaning materials recommended by manufacturer of surface to be cleaned.
C. Use cleaning materials only on surfaces recommended by cleaning material manufacturers.
D. In preparation for substantial completion or occupancy, conduct final inspection of sight-exposed
interior and exterior surfaces, and of concealed spaces.
E. Remove grease, dust , dirt , stains, labels , fingerprints , and other foreign materials from sight-exposed
interior and exterior finished surfaces. Polish surfaces so designated to shine finish .
F. Repair, patch , and touch up marred surfaces to specified finish , to match adjacent surfaces.
G. Replace air-handling filters if units were operated during construction .
H . Vacuum clean all interior spaces, including inside cabinets. Broom clean paved surfaces, rake clean
other surfaces of grounds .
I. Handle materials in a controlled manner with as few handlings as possible . Do not drop or throw
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 201 I
materials from heights.
SECTION 01700
Contract Closeout
Page 2 of 3
J. Schedule cleaning operations so that dust and other contaminants re s ulting from cleaning process will
not fall on wet, newly-painted surfaces.
1.04 FINAL INSPECTION
A. After final cleaning and restoration and upon written notice from the Contractor that the work is
completed , the Engineer will make a preliminary inspection with the Owner and the Contractor
present. Upon completion of this preliminary inspection , the Engineer will notify the Contractor, in
writing, of any particulars in which this inspection reveals that the work is defective or incomplete .
B. Upon receiving written notice from the Engineer, the Contractor shall immediately undertake the work
required to remedy deficiencies and complete the work to the satisfaction of the Engineer.
C . When the Contractor has corrected or completed the items as listed in the Engineer's written notice , he
shall inform the Engineer, in writing, that the required work has been completed. Upon receipt of this
notice , the Engineer, in the presence of the Owner and the Contractor, will make his final inspection
of the project.
D . Should the Engineer find all work satisfactory at the time of his inspection , the Contractor will be
allowed to make application for final payment. Should the Engineer still find deficiencies in the work,
the Engineer will inform the Contractor of the deficiencies and will deny the Contractor's request for
final payment until such time as the Contractor has satisfactorily completed the required work.
I .05 FINAL SUBMITT ALS
A . No application for final payment will be accepted until all subrnittals have been made and approved by
the Engineer, including, but not limited to , the following:
I. Final shop drawings.
2 . Project Record Documents
3. All interface information.
4 . All Operation and Maintenance Manuals.
5. All required indices and schedules.
6. All Manufacturers' Certificates of Proper Installation.
7. All construction photographs, including those of the completed project.
8 . All State required submittals .
9 . Certificate that all outstanding debt s are paid and that there are no liens on the project.
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 201 I
1.06 ACCESSORY ITEMS
SECTION 01700
Contract Closeout
Page 3 of3
A. The Contractor s hall provide to the Owner, upon acceptance of the equipment, all special accessories
required to place each item o f equipment in full operation. These special accessory items include , but
are not limited to , the specified spare paits, adequate oil and grease as required for the first lubrication
of the equipment, initial fill-up of all chemical tanks and fuel tanks, light bulbs, fuses , hydrant
wrenches, val v e wrenches, valve keys, handwheels, and other expendable items as required for initial
start-up and operation of all equipment.
B. The Owner shall provide all process chemicals used in the operation of the plant for purposes of
starting up equipment.
1.07 GUARANTEES , BONDS , AND AFFIDAVITS
A. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses, and
affidavits required for work or equipment as specified are satisfactorily filed with the Engineer.
1.08 RELEASE OF UENS OR CLAIMS
A . No application for final payment will be accepted until satisfactory evidence of release of liens has
been submitted to the Owner as required by the General Conditions.
1.09 FINAL PAYMENT
A . Final payment will be made to the Contractor in accordance with the Agreement.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
PART 1: GENERAL
1 .01 REQUIREMENTS fNCLUDED
A. Maintain at the site , for the Owner's use, one record copy of:
1 . Drawings.
2. Specifications .
3. Addenda.
4. Change Orders and other Modifications to the Contract.
5. Engineer's Field Orders or written instructions.
6 . Approved Shop Drawings, Working Drawings and Samples.
7 . Field Test records.
8. Construction photographs.
9. RFis
10. Submittal Logs
1.02 RELATED REQUIREMENTS
A. Section O 1300: Submittals.
1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES
SECTION 01720
Project Record Documents
Page I of2
A. Store documents and samples in Contractor's field office apart from documents used for construction .
1. Provide files and racks for storage of documents.
2. Provide locked cabinet or secure storage space for storage of samples.
B . File documents and samples in accordance with CSI/CSC format.
C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record
documenfs for construction purposes.
D . Make documents and samples available at all times for inspection by the Engineer.
E. As a prerequis ite for monthly progress payments, the Contractor is to exhibit the currently updated
"record documents" for review by the Engineer and the Owner.
1.04 MARKfNG DEVICES
A . Provide felt tip marking pens for recording information in the color code designated by the Engineer.
City of Fort Wo rth
North H o ll y WTP
Pump Stati o n Di scharg e Pipe Replacement
April 2011
1.05 RECORDING
SECTION 01720
Project Record Documents
Page 2 of2
A. Label each document "PROJECT RECORD" in neat large printed letters .
B. Record information concurrently with construction progress .
I. Do not conceal any work until required informatio11 is recorded .
C. Drawings -Legibly mark to record actual construction:
I . All underground piping with elevations and dimensions . Changes to piping location. Horizontal
and vertical locations of pipe fittings , underground utilities and appurtenances, referenced to
permanent surface improvements. Actual installed pipe material , class, etc .
2 . Field changes of dimension and detail.
3 . Changes made by Field Order or by Change Order.
4. Details not on original contract drawings .
5. Equipment relocations and piping.
D. Specifications and Addenda -Legibly mark each Section to record :
I . Manufacturer, trade name , catalog number, and Supplier of each Product and item of equipment
actually installed .
2. Changes made by Field Order or by Change Orde r .
1.06 SUB MITT AL
A . At every sjx month interval a copy of the up to da te Record Drawings shall be provided to the
Engineer. At Contract close-out, deliver Record Documents to the Engineer for the Owner.
B. Accompany submittal with transmittal letter in duplicat e, containing:
I . Date.
2 . Project title and number.
3 . Contractor's name and address.
4 . Title and number of each Record Document.
5. Signature of Contractor or his authorized represe ntative .
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
EN D O F S ECTI ON
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
PART I: GENERAL
I.OJ REQUIREMENTS INCLUDED
SECTION 01730
Operating and Maintenance Data
Page I of6
A. Compile product data and related information appropriate for Owner's maintenance and operation of
products furnished under Contract.
I . Prepare operating and maintenance data as specified in this Section and as referenced in other
pertinent sections of specifications.
B. Instruct Owner's personnel in maintenance of products and in operation of equipment and systems .
1.02 RELATED REQUIREMENTS
A. Section 01300 : Submittals.
B. Section 01700 : Contract Closeout.
C. Section O 1720: Project Record Documents.
D. Section O 1740 : Warranties and Bonds.
1.03 QUALITY ASSURANCE
A . Preparation of data shall be done by personnel:
1. Trained and experienced in maintenance and operation of described products .
2. Familiar with requirements of this Section.
3. Skilled as technical writer to the extent required to communicate essential data .
4. Skilfed as draftsman competent to prepare required drawings.
1.04 FORM OF SUB MITT ALS
A. Prepare data in form of an instructional manual for use by Owner's personnel.
B. Format
I. Size: 8 1 /2 inches x 11 inches.
2 . Paper:
a. 40 pound minimum, white, for typed pages .
b . Holes reinforced with plastic, cloth or metal.
3. Text: Manufacturer's printed data, or neatly typewritten.
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
4 . Drawin gs:
SECTION 01730
Operating and Maintenance Data
Page 2 of 6
a . Provide reinforced punched binder tab , bind in with text.
b. Reduce la rge r drawin gs and fold to size of text pages but not larger than 14 inch e s x 1 7
inche s.
5. Provide fl y-leaf for each separate product, or each piece of operating equipment.
a. Provide type d description of product, and major component parts of equipment.
b . Provide indexed tabs .
6 . Cover: Identify each volume with typed or printed title "OPERA TING AND MAINTENANCE
lNSTRUCTlONS". Li st :
a . Title of Project.
b. Identity of separate structure as applicable.
c . ldentity of general subject matter covered in the manual.
C. Binders:
I. Commercial quality three-ring binders with durable and cleanable plastic covers .
2 . Whe n multiple binde rs are used , correlate the data into related consistent groupings .
D . If available , an electronic fonn of the O&M Manual shall be provided.
1.05 CONTENT OF MANUAL
A. Neatly typewritten table of contents for each volume, arranged in systematic order.
I . Contractor, name of re s pons ible principal , address and telephone number.
2 . A list of e a ch product required to be included , indexed to content of the v o lume .
3 . List , with each product, name, address and telephone number of:
a. Subcontractor or installer.
b . A list o f each product required to be included, indexed to content of the volume .
c . Identify area of re s pon s ibility of each.
d . Local source of s upply for parts and replacement.
4 . ldentify each product by product name and other identifying symbols as set forth in Contract
Documents.
B . Product Data
I. Include onl y those sheets which are pertinent to the specific product.
2. A nn otat e e ach s heet to :
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
a. Clearly identify specific product or part installed .
b . Clearly identify data applicable to installation.
c . Delete references to inapplicable information.
C. Drawings
SECTION 01730
Operating and Maintenance Data
Page 3 of6
I. Supplement product data with drawings as necessary to clearly illustrate:
a. Relations of component parts of equipment and systems .
b . Control and flow diagrams .
2 . Coordinate drawings with information in Project Record Documents to assure correct illustration
of completed installation.
3 . Do not use Project Record Drawings as maintenance drawings .
D . Written text, as required to supplement product data for the particular installation:
I. Organize in consistent format under separate headings for different procedures.
2 . Provide logical sequence of instructions of each procedure.
E . Copy of each warranty, bond and service contract issued.
I . Provide information sheet for Owner's personnel giving:
a. Proper procedures in event of failure.
b. Instances which might affect validity of warranties or bonds.
1.06 MANUAL FOR MATERIALS AND FINISHES
A . Submit five copies of complete manual in final form.
B . Content -For architectural products, applied materials and finishes:
I. Manufacturer's data, giving full information on products .
a. Catalog number, size , composition.
b. Color and texture designations.
c . Information required for re-ordering special-manufactured products.
2. Instructions for care and maintenance .
a. Manufacturer's recommendation for types of cleaning agents and methods .
b. Cautions against cleaning agents and methods which are detrimental to product.
c. Recommended schedule for cleaning and maintenance .
C. Content, for moisture-protection and weather-exposure products:
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
1. Manufacturer's data, g iving full information o n products .
a . Applicable standards.
b. Chemical composition .
c. Details of installation .
2. Instructions for inspection , maintenance and repair.
SECTION 01730
Operating and Maintenance Data
Page 4 of 6
D . Additional requirements for maintenance data: Respective sections of Specifications.
1.07 MANUAL FOR EQUIPMENT AND SYSTEMS
A. Submit five copies of complete manual in final form .
B . Content, for each unit of equipment and system , as appropriate:
1. Description of unit and component parts .
a . Function , normal operating characteristics, and limiting conditions.
b . Performance curves, engineering data and tests .
c . Complete nomenclature and commercial number of replaceable parts.
2 . Operating procedures:
a. Start-up, break-in , routine and normal operating instructions .
b . Regulation , control, stopping, shut-down and emergency instructions .
c. Summer and winter operating instructions.
d. Special operating instructions.
3 . Maintenance procedures :
a. Routine operations.
b. Guide to "trouble-shooting".
c. Disassembly, repair and reassembly .
d. Alignment, adjusting and checking.
4 . Servicing and lubrication schedule:
a . List of lubricants required.
5. Manufacturer's printed operating and maintenance instructions.
6 . Description of sequence of operation by control manufacturer.
7. Original manufacturer's parts list, illustrations , assembly drawings and diagrams required for
maintenance .
a . Pre di c te d life o f patis s ubj e ct to wear.
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Repl acement
April 2011
b. Items re commende d to be stocked as spare parts .
8 . As-installed control dia g rams by controls manufacturer.
9. Each contractor's coo rdination drawings.
a. As-in stalled color coded piping diagrams.
SECTION 01730
Operating and Maintenance Data
Page 5 of6
l 0. Charts of valve tag numbers, with location and function of each valve .
11. List of original manufacturer's spare parts , manufacturer's current prices, and recommended
quantities to be maintained in storage.
12 . Other data as re quired under pertinent sections of specifications .
C. Content, for each electric and electronic system, as appropriate:
1. Description of system and component parts.
a. Function , normal operating characteristics, and limiting conditions .
b . Perfonnance curves, engineering data and tests .
c. Complete nomenclature and commercial number of replaceable parts.
2 . Circuit directories of panel boards.
a . Electrical s ervice .
b . Controls .
c . Communications .
3. As-installed color coded wiring diagrams.
4 . Operating procedures :
a . Routine and normal operating instructions.
b. Sequences required .
c. Special operating instructions .
5 . Maintenance procedures :
a . Routine operations .
b. Guide to "trouble-shooting".
c . Disassembly, repair and reassembly.
d. Adjustment and checking.
6 . Manufacturer's printed operating and maintenance instructions.
7 . List of original manufacturer's spare parts , manufacturer's current prices, and recommended
quantities to be maintained in storage.
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
SECTION 01730
Operating and Maintenanc~ Data
Page 6 of 6
8 . Other data as required under pertinent sections of specifications.
D . Prepare and include additional data when the need for such data becomes apparent during instruction
o f Owner's personnel.
E . Additional requirements for operating and maintenance data: Res pective sections of Specifications .
1.08 SUBMITTAL SCHEDULE
A. Submit five copies of preliminary draft of proposed sample outlines of contents of Operation and
Maintenance Manuals and list of O&M submittals within 60 days after Notice to Proceed .
1. The Engineer will review the preliminary draft and return two copies with comments.
B . Submit five copies of completed data in final form no later than 30 days following the Engineer's
review of the last shop drawing and/or other submittal specified under Section O 1300.
J. Two copies will be returned with comments to be incorporated into final copies.
C. Submit five (5) copies of approved manual in final form directly to the offices of the Engineer within
30 calendar days of product shipment to the project site and preferably within 30 days after the
reviewed copy is received.
D . Submit six copies of addendum to the operation and maintenance manuals as applicable and
certificates within 30 days after substantial completion .
1.09 INSTRUCTION OF OWNER'S PERSONNEL
A. Prior to final inspection or acceptance, fully instruct Owner's designated operating and maintenance
personnel in operation, adjustment and maintenance of products, equipment and systems .
B . Operating and maintenance manual shall constitute the basis of instruction . The O&M Manual shall
be approved prior to commencing training.
I . Review contents of manual with personnel in full detail to explain all aspects of operations and
maintenance.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacem e nt
April 2011
PART I: GENERAL
1.0 I REQUIREMENTS INCLUDED
SECTION 01740
Warranties and Bonds
Page I of2
A. Compile specified warranties and bonds, in accordance with the General Conditions .
B. Co-execute submittals when so specified .
C. Review submittals to verify compliance with Contract Documents .
D. Submit to the Engineer for review and transmittal to Owner.
1.02 RELATED REQUIREMENTS
A. Instructions to Bidders: Bid Bonds.
B. Conditions of the Contract : Performance Bond and Payment Bond.
C. Agreement.
D. Section 01700 : Contract Closeout.
E . Special Conditions : Maintenance Bond.
1.03 SUB MITT AL REQUIREMENTS
A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective
manufacturers, suppliers , and subcontractors.
8. Number of original signed copies required: Two each.
C. Table of Contents: Neatly typed , in orderly sequence. Provide complete information for each item .
I. Product or work item.
2. Firm, with name of principal , address and telephone number.
3. Scope.
4. Date of beginning of warranty , bond or service and maintenance contract.
5 . Duration of warranty, bond or service maintenance contract.
6. Provide information for Owner's personnel :
a . Proper procedure in case of failure.
b. Instances which might affect the validity of warranty or bond.
7. Contractor, name of responsible principal, address and telephone number.
City of Fort Worth
North Holly WTP
Pump Station Discharge Pipe Replacement
April 2011
1.04 FORMS OF SUBMITTALS
A. Prepare in duplicate packets.
B . Format :
SECTION 01740
Warranties and Bonds
Page 2 of 2
I. Size 8 1 /2 inches x 1 I inches, punch sheets for standard 3-post binder.
a. Fold larger sheets to fit into binders.
2. Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS". List:
a. Title of Project.
b. Name of Contractor.
C. Binders: Commercial quality , three-post binder, with durable and cleanable plastic covers and
maximum post width of2 inches.
1 .05 WARRANTY SUBMITTAL REQUIREMENTS
A. For all major pieces of equipment, submit a warranty from the equipment manufacturer. The
manufacturer's warranty period shall be concurrent with the Contractor's for two (2) years, unless
otherwise specified , commencing at the time of final acceptance by the Owner.
B . For certain pieces of equipment, the Owner may require a warranty of more than one year. The
requirement for a warranty of more than one year shall be specified in individual sections of the
Specifications .
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION
03 1000-1
CONCRETE FORMWORK
Page I of 9
1 SECTION 03 10 00
2 CONCRETE FORMWORK
3 PART 1 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
1.1
1.2
SUMMARY
A.
B.
C.
Scope:
I. CONTRACTOR shall provide all labor, materials, equipment and incidentals as
shown, specified and required to furnish and install concrete formwork. The
Work also includes:
a. Providing openings in formwork to accommodate the Work under this
and other Sections and building into the formwork all items such as
sleeves, anchor bolts, inserts and all other items to be embedded in
concrete for which placement is not s pecifically provided under other
Sections.
Coordination:
I.
2.
Review installation procedures under other Sections and coordinate the
installation of items that must be installed with the form work .
Coordinate formwork specifications herein with the requirements for fini s hed
surfaces specified in Section 03300, Cas t-In-Place Concrete.
Related Sections:
I.
2.
3.
4.
5.
Division O -Bidding Requirements, Contract Forms, and Conditions of the
Contract
Division I -General Requirements
03 20 00-Concrete Reinforcement.
03 25 I 0-Concrete Joints.
03 30 00-Cast-In-Place Concrete .
QUALITY ASSURANCE
A.
B.
CONTRACTOR shall examine the substratum and the conditions under which concrete
form work is to be perfonned, and notify the ENG !NEER, in writing, of un satisfactory
conditions . Do not proceed with the Work until unsatisfactory conditions have been
corrected in a manner acceptable to the ENGINEER .
Reference Standards : Comply with applicable provisions and recommendations of the
following, except as otherwise shown or specified. Where conflicts may occur between
the reference standards , the more restrictive provisions shall apply .
1.
2.
3.
4.
ACI 117, Standard Tolerances for Concrete Construction and Material s.
ACI 301, Standard Specifications for Structural Concrete.
AC! 318/318R, Building Code Requirements for Reinforced Concrete .
ACI 347 , Guide for Concrete Formwork .
C!TY OF FORT WORTH [ No rth Ho ll y WTP Pu mp Stat ion Di sc har ge Pipe Replacemen t]
[Capita l Projec t No . I 63 1] STAN D AR D CONSTRUCTJON SPEC IFI CATION DOCUMENTS
Re vised [04 /0 1/20 I I]
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
j4
35
36
37
38
5 .
6.
03 10 00-2
CONC RETE FORMWORK
Page 2 of9
ASTM C 805 , Test Method for Rebound Number of Hardened Concrete.
US Product Standard, PS-1-83 for Construction and Indu stri a l Plywood .
C. Allowable Tolerances:
I.
2.
C ITY OF FORT WORTH
Construct formwork to provide completed concrete s urfaces complying with
tolerances s pecified in AC] 347 , Chapter 3, except as otherwise specified.
Construct fo rmwork to provide completed concrete s urface s complying with the
following tolerances:
a .
b.
C.
d .
e.
Vertical alignment:
I)
2)
3)
Lines, surfaces and arises le ss than I 00 feet in height -
maximum I inch not to exceed a I /2 " in any I 0-feet.
Outside corner of exposed corner columns and control joints in
concrete exposed to view Je ss than I 00 feet in height -I /2 inch.
Lines, surfaces and arises greater than I 00 feet in height -I /1000
times the height but not more than 6 inches.
Lateral alignment:
I)
2)
3)
Members -I inch.
Centerline of openings 12 inches or s m a ller and edge loc ation of
larger openings in slabs -I /2 inch .
Sawcuts, joints, and weakened plane embedments in slabs -3/4
inch .
Level alignment:
I)
2)
3)
4)
Elevation of slabs-on-grade -maximum 3 /4 inch not to exceed
1/.i-i nch in any JO-feet.
Elevation of top surfaces of formed s labs before remova l of
s hores -3/4 inch .
Elevation of formed surfaces before rem ova l of shores -3/4 inch .
Lintels, sills , parapets, hori zo ntal grooves, and other lines
exposed to view -1/2 inch .
Cross-sectional dimensions: Overall dimensions of beams , j o ists, and
columns and thickness of walls and s labs .
1)
2)
3)
12 inch dimension or le ss -plus 3/8 inch to minus 1/4 inch .
Greater than 12 inch to 3 foot dim e n sion -plus 1 /2 inch to minus
3/8 inch .
Greater than 3 foot dimension -plus I inch to minus 3 /4 inch .
R e lative alignment :
1) Stairs:
(a)
(b)
Difference in height between adjacent risers -1/8 inch.
Difference in width between adjacent treads -1/4 in c h .
STANDARD CONS TRU CTION SPEC IFI CATION DOCUMENTS
Revi sed 104 /01/20 11)
[Nort h Holl y WTP Pum p St ation Discharge Pipe Replacement]
!Capital Project No . 163 1]
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
1.3
03 JO 00-3
CONCRETE FORMWORK
Page 3 of9
(c) Maximum difference in height between risers in a flight
of stairs -3/8 inch .
(d) Maximum difference in width between treads in a flight
of s tairs - 3/8 inch.
2) Grooves:
(a) Specified width 2 inches or Jess - 1/8 inch .
(b) Specified width between 2 inches and 12 inches - I /4
inch .
3) Vertical alignment of outside corner of exposed corner columns
and control joint grooves in concrete exposed to view - 1/4 inch
in IO feet not to exceed 3/4 inch .
4) All other conditions -3 /8 inch in IO feet.
5) Offsets between pieces of formwork facing material:
(a) Class A -Architecturally or prominently exposed
surfaces -1 /8 inch gradual or abrupt.
(b) Class B -Surfaces to receive plaster or stucco - I /4 inch
gradual or abrupt.
(c) C lass C -Exposed surfaces in generally unfinished
spaces - I /4 inch abrupt, I /2 inch gradual.
(d) Class D -Concealed surfaces -1/2 inch gradual or
abrupt.
D . CONTRACTOR shall install all formwork and accessories for all facilities in accordance
with manufacturers' instructions .
E . When high range water reducer (superplasticizer) is used in concrete mix, form s shall be
designed for full hydrostatic pressure in accordance with ACI 347.
F. Make joints in forms watertight.
G. Limit panel deflection to l /360'h of each component span to achieve tolerances specified .
SUBMITTALS
A. Samples:
I . Form Ties: Proposed method of sealing and waterstopping form tie hole .
Coordinate with Drawing details.
B . Shop Drawings:
1. Submit for approval the following:
a . Taper tie in s tallation, removal , and ho le repair materials and procedures.
2 . Submit for information purposes the following :
a. Copies of manufacturer's data and insta llation instructions for proprietary
materials , including form coatings, manufactured form system s , ties and
acces s ories.
C ITY O F FORT W ORTH [No nh Ho ll y WTP Pu m p S ta ti on Di sc harge Pipe Replacem en t)
[Capital Projec t No. 163 1) STAN DARD CO NS TR UCTION S PECIFI CATIO N DOC UM EN TS
Re v ised I 04 /0I/20 11]
1
2
3
4
5
6
7
8
9
10
11
12
1.4
1.5
03 10 00-4
CONCRETE FORMWORK
Page 4 of9
PRODUCT DELIVERY, STORAGE AND HANDLING
A.
B.
C.
On delivery to job si te , place materials in area protected from weather, in accordance
with manufacturers' recommendation s.
Store materials above ground on framework or blocking. Cover wood for forms and other
accessory materials with protective waterproof covering. Provide for adeq ua te air
circulation or ventilation. Store materi als in accordance with the manufacturers'
recommendations.
Handle m aterials to prevent damage in accordance with the manufacturers '
recommendations .
QUALIFICATIONS
A. FORMWORK DESIGNER: FORMWORK, FALSEWORK, AND SHORING DESIGN
SHALL BE BY AN ENGINEER LICENS E D IN THE STATE OF TEXAS.
13 PART 2 PRODUCTS
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
j5
36
37
38
39
40
2.1 FORM MATERIALS
A .
B.
C.
D.
Forms for Smooth Finish Concrete:
1. Unless otherwise shown or specified, construct formwork for smooth concrete
s urface s with plywood , metal , met a l-fra med plywood-faced , or other panel type
materials acceptable to ENGINEER, to provide continuous, straight, smooth
as-cast surfaces with no wood grain or other surface texture imparted by the
formwork. Furnish in largest practical s izes to minimize number of joints and to
conform to joint system s hown or specified. Provide form material with s ufficient
thickness to withstand pressure of newly placed concrete without bow or
deflection.
Forms for Standard Finish Concrete:
I. Form concrete surfaces designated to have a standard formed finish with
plywood, lumber, metal , or other acceptable m aterial. Provide lumber that is
dressed on a t leas t two edges and one side.
Cylindrical Columns a nd Supports:
I.
2.
Form round-section members with paper or fiber tube s, constructed of laminated
plies using water-resistant type adhesive with wax-impregnated exterior for
weather and moisture protection. Provide units with s ufficient wall thickness to
resist load s impose d by wet concrete without deformation.
a. Provide manufacturer's seam less units to minimi ze spiral gaps or seam s.
Fiberglass or steel forms may be used for cylindrical columns, if approved by
ENGINEER.
Form Ties:
1. Provide factory-fabricated, removable or s napoff metal form ties, designed to
prevent form deflection, and to prevent spatting of concrete s urfaces upon
removal. Materials used for ty ing forms will be subject to approval of
ENGINEER.
CITY OF FORT WORTH !Nonh Holl y WTP Pump Station Discharge Pipe Replacement)
I Capital Project No. 1631] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Re vised [04/0 I/20 11]
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
2.2
0 3 10 00-5
CONC RETE FORMWORK
Page 5 of9
2 . Unless otherwise shown on the Drawings, provide ties so that portion remaining
within concrete after removal of exterior parts is at least 1.5-inch from the outer
concrete surface. Provide form ties that will leave a hole no larger than I -inch
diameter in the concrete surface .
3 . Ties for exterior walls, below grade walls, fluid containment walls, and walls
subject to hydrostatic pressure shall have waterstops.
4. All ties shall leave a unifonn , circular hole when forms are removed.
5. Provide stainless steel form tie s for pl a nned exposed tie hole locations .
6 . Wire ties are not acceptable.
E . Form Release Agent:
I. Material: Release agent shall not bond with, stain, or adversely affect concrete
surfaces, and shall not impair subsequent treatments of concrete surfaces when
applied to forms or fonn liners. A ready-to-us e water based material formulated
to reduce or eliminate surface imperfections, containing no mineral oil or organic
solvents. Environmentally safe, meeting local , state, and federal regulations and
can be used in potable water facilities (NSF 61 a pproved).
2 . Manufacturers and Products:
a. Master Builders, Inc.; Rheofinish.
b . Cresset Chemical Company; Crete-Lease 20-VOC.
DESIGN OF FORMWORK
A. Design, erect, support, brace and maintain fonnwork so that it shall safely support
vertical and lateral loads that might be applied , until such loads can be supported by the
concrete s tructure. Carry vertical and lateral loads to ground by formwork system or
in-place construction that has attained adequate strength for this purpos e . Construct
formwork so that concrete members and structures are of correct size, shape , alignment,
· elevation and position.
B. Design fonns and falsework to include values of live load , dead load , weight of moving
equipment operated on formwork , concrete mix, height of concrete drop, vibrator
frequency, ambient temperature, foundation pressures , stresses, lateral stability, and other
factors pertinent to safety of structure during construction .
C. Provide shores and struts with positive means of adjustment capable of taking up
formwork settlement during concrete placing operations, using wedges or jacks or a
combination thereof. Provide tru s sed supports when adequate foundations for shores and
struts cannot be secured.
D. Support form facing materials by structural members spaced sufficiently close to prevent
beyond tolerance deflection , in accordance with ACI 117. Fit forms placed in success ive
units for continuous surfaces to accurate alignment , free from irregularities and within
allowable tolerances . For long span members without intermediate supports, provide
camber in formwork as required for anticipated deflections resulting from w e ight and
pressure of fresh concrete and construction loads .
E. Design formwork to be readily removable without impact , shock or dam a ge to concrete
surfaces and adjacent materials.
C ITY OF FORT WORTH [North Ho ll y WTP P ump Stati on D isc ha rge P ipe Re pl a ce ment]
[Cap it a l Project N o . 163 1] ST ANDARD CONSTR UCTION SPEC IFI C ATION DOCUM ENTS
Rev ised [04/0 1/20 1 I]
1
2
3
4
5
6
7
8
F.
G.
03 10 00-6
CONCRETE FORMWORK
Pa ge 6 o f9
Provide fonnwork sufficiently tight to prevent leakage of cement paste during concrete
placement. Solidly butt joints and provide backup material at joints as required to prevent
leakage and fins .
Omit side forms of footings and place concrete directly agains t excavation only when
formally requested by CONTRACTOR , in writing, and accepted by ENGINEER , in
writing. When omission of forms is accepted , provide additional concrete required
beyond the minimum design profiles and dimensions of the footings as detailed . No
additional compensation will be made to CONTRACTOR for additional concrete
9 required .
10 PART 3 EXECUTION
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
3.1
3.2
INSPECTION
A.
B.
CONTRACTOR shall examine the substrate and the conditions under which Work is to
be performed and notify ENGINEER, in writing, of unsati sfac tory conditions . Do not
proceed with the Work until unsatisfactory conditions have been corrected in a man ner
acceptable to ENGINEER.
Formwork that is excessively worn, damaged, rusting or otherwise incapable of
producing straight and plumb s urfaces will be rejected by the Owner, and new forms
acceptable to the Owner will be supplied at the Contractor's expense .
FORM CONSTRUCTION
A.
8 .
C.
D .
Construct forms complying with the requirements of AC! 347 , to the exact s izes, shapes,
lines and dimensions shown, as required to obtain accurate alignment , location and
grades to tolerances specified, and to obtain level and plumb work in finished structures.
Provide for openings, offsets, keyways , recesses , moldings, rustications , reglets ,
chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features
required . Use se lected materials to obtain required fini shes . Finish shall be as determined
by approved mock-up or sample panel , where requested by the Owner and as specified.
Fabricate forms for easy removal without damaging concrete s urfaces . Provide crush
plates or wrecking plates where stripping ma y damage ca s t concrete surfaces . Provide top
fqrms for inclined surfaces where the slope is too steep to place concrete with bottom
forms only. Kerf wood insert s for forming keyways, reglets , recesses , and the like , to
prevent swelling and assure ease of removal.
Provide temporary openings where interior area of form work is inaccessible for cleanout,
for inspection before concrete placement, and for placement of concrete. Brace temporary
closures and se t tightly to forms to prevent loss of cement paste. Locate temporary
openings on forms in location s as inconspicuous as pos s ible, consistent with requirements
of the Work . Form intersecting planes of openings to provide true , clean-cut corners , with
edge grain of plywood not exposed as form for concrete.
Falsework:
I. Erect falsework and su pport , brace and maintain it to sa fely support vertical ,
lateral and asymmetrical loads applied until such loads can be supported by
in-place concrete structures. Construct falsework so that adjustments can be
made for take -up and se ttlement.
C ITY OF FORT WORTH INon h Holly WTP Pump Stati on Discharge Pipe Replacement)
[Capital Project No. 163 I) STA N DARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rev ise d J04 /0l/20 11 )
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
E.
F.
G.
H.
I.
J .
2.
031000-7
CONCRETE FORMWORK
Page 7 of9
Provide wedges, jacks or camber strips to facilitate vertical adjustments .
Carefully inspect falsework and formwork during and after concrete placement
operations to determine abnormal deflection or signs of failure; make necessary
adjustments to produce fini s hed Work of required dimensions.
Forms for Smooth Finish Concrete:
J.
2.
3.
4 .
5.
Do not use metal cover plates for patching holes or defects in forms .
Provide sharp, clean corners at intersecting planes, without visible edges or
offsets. Back joints with extra studs or girts to maintain true, square intersections .
Use extra s tuds, walers and bracing to prevent bowing of forms between studs
and to avoid bowed appearance in concrete. Do not use narrow strips of form
material that will produce bow. Exposed surfaces that visually exhibit bows in
forms will be rejected and replaced where directed by the Engineer.
Assemble forms so they may be readily removed without damage to exposed
concrete surfaces.
Form molding shapes, recesses, rustication JOmts and projections with
smooth-finish materials, and install in forms with sealed joints to prevent
displacement.
Corner Treatment:
J.
2 .
3 .
Joint s :
I.
Form exposed corners of beams, walls, foundations, bases and columns to
produce smooth, solid, unbroken lines, except as otherwise shown . Exposed
corners s hall be chamfered.
Form chamfers with 3/4-inch by 3/4-inch strips, unless otherwise shown,
acc urately formed and s urfaced to produce uniformly straight lines and tight edge
joints. Use rigid PVC chamfers for all architecturally formed concrete . Extend
terminal edges to required limit and miter chamfer strips at changes in direction.
Reentrant and unexposed corners may be formed either square or chamfered .
Refer to Section 03 25 10 of these Specifications for treatment of joints. Locate
as shown on the Drawings and specified.
Openings and Built-In Work:
J.
2.
Provide openings in concrete formwork shown or required by other Sections.
Refe r to Paragraph 1.1.B., above, for the requirements of coordination.
Accurately place a nd securely support items to be built into forms .
Sealing Fonnwork:
I.
2.
All formwork joints shall be tight fitting or otherwise sealed to prevent loss of
cement paste .
All formwork , which rests against concrete surfaces, shall be provided with a
compressible gasket material between the concrete and edge of form to fill any
irregularities and create a tight seal.
Cleaning and Tightening :
CITY OF FORT WORTH [North Holl y WTP Pump Station Discharge Pipe Replacement]
[Capita l Projec t No. 1631] STANDARD CONSTRUCTION SPECI FIC ATI ON DOCUMENTS
Revised [04/0 1/20 11]
1
2
3
4
I.
03 10 00-8
CONCRETE FORMWORK
Page 8 of9
Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips ,
wood, sawdust, dirt or other debris just before concrete is to be placed. Retighten
forms immediately after concrete placement, as required to eliminate cement
paste leaks.
5 3.3 FORM COATINGS
6
7
8
9
10
11
12
A .
B.
Coat form contact surfaces with a non-stammg form-coating compound before
reinforcement is placed. Do not allow excess form coating material to accumulate in the
forms or to come into contact with surfaces which will be bonded to fresh concrete.
Apply in compliance with manufacturer's instructions.
Coat steel forms with a non-staining, rust-preventative form oil or otherwise protect
against rusting. Rust-stained steel formwork is not acceptable and shall be replaced by the
Contractor where directed by the Owner.
13 3.4 INSTALLAtlON OF EMBEDDED ITEMS
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
3.5
3.6
A .
B .
Set and build into the formwork, anchorage devices and other embedded items, shown,
specified or required by other Sections. Refer to Paragraph 1.1 .B ., above , for the
requirements of coordination . Use necessary setting drawings, diagrams, instructions and
directions.
Edge Forms and Screeds Strips for Slabs :
1. Set edge forms or bulkheads and intermediate screed strips for slabs to obtain
required elevations and contours in the finished slab surface. Provide and secure
units to support screeds .
FIELD QUALITY CONTROL
A.
B.
C.
Before concrete placement , CONTRACTOR shall check the formwork, including
tolerances , lines, ties , tie cones, and form coatings. CONTRACTOR shall make
corrections and adjustments to ensure proper size and location of concrete members and
stability of forming systems .
During concrete placement CONTRACTOR shall check formwork and related supports
to ensure that forms are not displaced and that completed Work shall be within specified
tolerances.
If CONTRACTOR finds that forms are unsatisfactory in any way, either before or during
placing of concrete , placement of concrete shall be postponed or stopped until the defects
have been corrected and reviewed by ENGINEER.
REMOVAL OF FORMS
A. Conform to the requirements of ACJ 301 , Section 2 and ACJ 347, Chapter 3 .7, except as
specified below.
a. Walls
b. Columns
Ambient Temperature (F)
70 °F-95 °F 60 °F-70°F 50°F-60 °F Below 50°F
2 days
2 days
2 days
3 days
3 days
4 days
Do not remove
forms until
C ITY O F FORT WOR TH [No nh Ho ll y WT P Pump Stati o n Di sc ha rge Pipe Repla cem ent]
[Capita l Projec t No . 163 1 J STAN D A RD CONSTRUCT ION SPEC IFI C A TI ON DOCU M ENTS
Re v ised [04 /0 1/20 1 1)
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
3.7
3.8
C.
d .
e.
B.
C.
D.
E.
F.
03 10 00-9
CONCRETE FORMWORK
Pag e 9 o f9
Beam 4 days 5 days 6 days site-cured test
Soffits cylinder
Slabs 5 in. 5 days 6 days 7 days develops 75%
thick or of28-day
Jess strength.
Slabs over 6 days 7 days 7 days
5 in. thick
Removal of Forms and Supports: Continue curing in accordance with Section 03300,
Cast-In-Place Concrete.
When high-early strength concrete is specified, a schedule for removal of forms will be
developed in the field from the age/strength relationships established for the materials
and proportions used by tests in accordance with AC! 30 I.
Form facing material s hall remain in place a minimum of four days after concrete
placement, un less otherwise approved by ENGINEER.
Results of suitable control tests of field-cured specimens may be used as evidence that the
concrete has attained sufficient strength and that supporting forms and s horing may be
removed prior to the period s indicated herein .
The time for removal of all forms will be subject to ENGINEER'S approval.
PERMANENT SHORES
A.
B.
Provide permanent shores as defined in AC! 347.
Reshores shall not be permitted.
RE-USE OF FORMS
A.
B.
DATE
Clean and repair su rfaces of forms to be re-used in the Work. Split , frayed, del a minated
or otherwise damaged fonn facing mat erial will not be acceptable . Apply new form
coating compound material to concrete contact surfaces as s pecified for new formwork.
When forms are extended for successive concrete placement , thoroughly clean surfaces,
remove fins and laitance, and tighten forms to close all joints . Align and secure joints to
avoid offsets. Do not use "patched" forms . Form surfaces s hall be subject to ENGINEER
and OWNER approval.
END OF SECTION
Revi s ion Log
NAME SUMMARY OF CHANGE
C ITY OF FORT WORTH [Nonh Holly \,\ITP Pu mp Station D isc ha rge Pipe Repla cement]
[Capital Projec t No . 16 31 ] STANDARD CONSTRUCTION SPECIF!CATJON DOCUMENTS
Revised [04 /0 1/2011 ]
0 3 20 00
C O NCRETE RE INFOR CEM E NT
Page I o f7
1 SECTION 03 20 00
2 CONCRETE REINFORCEMENT
3 PART 1 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
1.1
1.2
SUMMARY
A.
B.
Scope:
1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as
shown, specified and required to furnish and install concrete reinforcement.
2 . The extent of concrete reinforcement is shown.
3. The Work includes fabrication and placement of reinforceme nt including bars,
ties and supports , and weld ed wire fabric for concrete, encasements and
fireproofing.
Related Sections:
I.
2.
3.
Division O -Bidding Requirements, Contract Forms, and Conditions of the
Contract
Division 1 -General Requirements
03 30 00-Cast-in-Place Concrete.
QUALITY ASSURANCE
A. Reference Standards: Comply with applicable provisions and recommendation s of the
following , except as otherwise shown or specified:
1. ASTM A82 , Specification for Stee l Wire, Plain, for Concrete Reinforcement.
2 .
3 .
4 .
5.
6 .
7 .
8.
9.
IO .
ASTM A 184 , Specification for Fabricated Deformed Steel Bar Mats for Concrete
Reinforcement.
ASTM A 185, Specification for Steel Welded Wire Fabric, Plain , for Conc rete
Reinforcement.
ASTM A496, Specification for Steel Wire , Deformed, for Concrete
Reinforcement.
ASTM A497, Specificat ion for Stee l Welded Wire Fabric , Deformed , for
Concrete Reinforcement.
ASTM A615 , Specification for Deformed and Plain Billet-Steel Bars for
Concrete Reinforcement.
ASTM A 706, Specification for Low-Alloy Steel Deformed Bars for Concrete
Reinforcement.
ASTM A 775, Specification for Epoxy-Coated Reinforcing Steel Bars .
ACJ 315, Manual of Standard Practice for Detailing Reinforced Concrete
Structures .
AC ! 318 , Building Code Requirements for Structural Concrete .
C ITY O F FORT WO RTH [Nonh Ho ll y WTP Pump Stati o n Di sc harge Pipe Rep lacement)
I Capita l Proje ct No I 6 31 ] ST AN DARD CONSTR UCTI ON S PEC IFI CATI ON DOCU M EN T S
Revised [04/01/20 11 )
1
2
3
4
5
6
7
8
9
JO
II
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
1.3
03 20 00
CONCRETE REINFORCEMENT
Pa ge 2 of7
11. ACI 350, Code Requirements for Environmental Engineering Concrete
Structures.
12 ACI SP66, Detailing Manual.
13 . CRSI I MSP, Concrete Reinforcin g Steel Institute (CRSI) Manual of Standard
Practice .
8 . Allowable Placing Tolerances: Comply with ACI 318, Chapter 7 -Details of
Reinforcement unless specified otherwise below or where shown in the Drawings :
I . Concrete wall surfaces in contact with liquids: 2-inches minimum coverage.
C. Subcontractor : At least three projects utilizing similar methods and materials within the
last three years. Installer shall be trained and certified by the adhesive manufacturer for
drilled dowels.
SUBMITTALS
A. Shop Drawings: Submit for approval the following:
I . Manufacturer's specifications and installation instructions for all materials and
reinforcement accessories .
2 . Drawings for fabrication, bending, and placement of concrete reinforcement.
Comply with ACI 315 , Parts A and 8. For walls, show elevations of each wall to
depict reinforcing. For slabs, show top and bottom reinforcing on separate plan
views. Show bar schedules, stirrup spacing, diagrams of bent bars , arrangements
and assemblies , as required for the fabrication and placement of concrete
reinforcement unless otherwise noted . Splices shall be kept to a minimum.
Splices in regions of maximum tension stresses shall be avoided whenever
possible .
3 . Drawings detailing the location of all construction, contraction and expansion
joints as required under Section 03 25 I 0 , Concrete Joints , shall be submitted and
approved before Shop Drawings for reinforcing steel are submitted . Reinforcing
submittals not showingjointing will be rejected.
8 . Certificates:
I: Submit one copy of steel producer's certificates of mill analysis, tensile and bend
te s ts for reinforcing steel.
C. Adhesive for Drilled Dowels:
I. Product Data:
a . Manufacturer 's catalog information .
b. Manufacturer 's instructions for preparation, placement, drilling of holes,
in stallation, and handling of cartridges , nozzles and equipment.
c. Contact for manufacturer including name, telephone number, and
address.
d . Manufacturer's Certificate of Proper Installation
e. Manufacturer 's written letter of certification identifying installer's
qualifications to in s tall the product.
f. Doweling system ICBO Reports.
CITY OF FOR T WOR TH !No rth Holl y WTP Pump Stati on Di sc harge Pip e Replace ment]
[ Ca pita l Projec t No 163 1] STAND ARD CONS TR UCTlON SPEC IFlCA Tl ON DOCU MENTS
Revi sed 104/0 1/20 11)
I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
1.4
03 20 00
CONCRETE RETNFORCEMEN T
Page 3 o f7
g. Detailed st e p-by-step in stru ctions for the Special In spection procedure in
accord ance w ith ICBO R eports an d IBC.
DELIVERY, HANDLING AND STORAGE
A. Deliver concrete re inforcement materials t o the site bund led, tagged a nd marked. Use
metal tags indic at ing bar size, le n gt h s, and other info rm a tion co rr esponding to markings
s hown on pl acement diagrams .
B. Store concrete rei nforc ement material at the s ite to prevent damage and accumulation of
dirt or excessive ru st. Store on heavy wood blocking so th at no part of it w ill come in
contact with the grou nd.
C. Store adhesives in covered storage a re a at t emperatures accordin g to manufacture r
g uidelines.
1. Dispose of when the shelf life h as expired or where stored other th an
manu fac ture r 's instructions.
2 . Container M ark in gs: Include manufacturer's n ame, product n ame, b atch numbe r,
mix rati o by volume , product expiration date, ANSI hazard c lass ification , and
appropriate ANSI ha ndling procedures .
17 PART2PRODUCTS
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
2.1 MATERIALS
A .
B.
C.
D.
E.
Reinforcing Bars:
1. Provide Grade 60 st andard reinforcing bars at a ll locations.
Mechanical Couplers
I.
2.
Where permitte d in writ ing by th e ENGfNEER , mechanical couplers may be
used . This connection s h all be a full mechani cal co nnection w hi c h s hall develop
in tension or compression, as required, at le as t 125 percent of specified yie ld
s trengt h (fy) of th e bar in accordance with AC I 318 . Submit m a nufacturer ICBO
re port.
M ec hani cal thread ed coupl e rs shall be:
a .
b.
C.
Lenton T a per Threaded Reb a r Couplers by E ri co, Inc .
Lenton Form Saver Couplers by Erico, Inc .
Cadweld R ebar Coupler b y Erico, Inc .
Steel Wire : ASTM A 82 .
Welded Smooth Wire Fabric : ASTM A 185.
1. Furnish in flat s hee ts, no t roll s.
Supports for Reinforc e m ent : Bol st ers, chairs , spacers and oth er devices for s pacing,
su pporting and faste ning reinforc e m e nt in place .
1. Use wire bar t ype s upports complying w ith CRS I "Manual of Standard Practice"
recommendation s, except as s pecified below. Do n o t use wood, brick , o r other
unac ce pta ble m ateri a ls.
CITY O F FORT WORTH !N orth Ho ll y WTP Pump Stati on Di scha rge Pipe Replacement)
I Capita l Project No . 1631 J STAN DARD CONSTRUCTIO N SPEC IF ICATION DOCU M E NTS
Revi sed [04/01 /20 11)
I
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 2.2
29
30
31
32
33
34
35
36
37
38
39
03 20 00
CONCRETE REINFORCEMENT
Page 4 of7
2. For slabs on grade, use precast concrete block s , 4-inch sq uare in plan , with
embedded tie wire as specified by CRSI , "Manual of Standard Practice". The
precas t concrete blocks s hall have the same or hi gher compressive strength as
s pecified for the concrete in which they are located .
3. For all concrete surfaces, where legs of supports are in contact with forms,
provide supports complying with CRSI "Manual of Standard Practice" as
follows :
a. At formed surfaces in contact with soil, weather, or liquid or located
above liquid , supports shall be CRSI Class 1 for maximum protection.
The plastic coating on the legs shall extend at least 1 /2-inch upward from
the form surface.
b. At interior dry surfaces (not located above liquid), supports shall be
either Class I or Class 2 for moderate protection .
c. At formed surfaces with an architectural or prominently exposed finish ,
use stainless steel protected legs (Type B).
4. Over waterproof membranes, use precast concrete chairs.
F. Drilled Dowels
1. Adhesive material for drilled dowels s hall be a two-part epoxy adhesive. The
resin shall be a high modulu s, moisture insen si tive type . The adhesive shall be
packaged in a cartridge type dispensing system with a mixing nozzle. The
adhesive shall be formulated to maintain its bond and integrity under continuous
submergence by water. The adhesive anchoring systems s hall have an ultimate
capacity in excess of 125 percent of the yie ld strength of the rei nforcing steel at
an embedment of 12 bar diameters.
2. Adhesive systems s hall be :
a. HIT RE 500, manufactured by Hilti Corporation.
b . No substitutes will be considered.
FABRICATION
A. General: Fabricate reinforcing bars to conform to required shapes and dimensions , with
fabrication tolerances complying with CRSI, "Manual of Standard Practice ". In case of
fabricating errors, do not re-bend or straighten reinforcement in a manner that will
damage or weaken the material.
B . Unacceptable Materials: Reinforcement with any of the following defects will not be
permitted in the Work:
I . Bar lengths , bends, and other dimensions exceeding specified fabrication
tolerances.
2. Bends or kinks not shown on approved Shop Drawings.
3. Bars with reduced cross -section due to excessive rusting or other cause.
4 . Bars that have been field modified or cut without prior approval by the Engineer.
40 PART 3 EXECUTION
CITY OF FORT WORTH
STANDARD CONSTR UCTION S PECIFI CATION DOCUM EN TS
Revised !04/0 1/20 11)
[North I-l ol ly WTP Pu mp Statio n Dischar ge Pipe Replacement)
[ Cap ita l Projec t No . 16 31)
I
2
3
4
5
6
7
8
9
JO
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
3.1
3.2
03 20 00
CONCRETE REINFORCEMENT
Pa ge S of 7
INSPECTION
A. CONTRACTOR shall examine the substrate and the conditions under which concrete
reinforcement is to be placed, and notify ENGINEER, in writing, of unsatisfactory
conditions . Do not proceed with the Work until unsatisfactory conditions have been
corrected in a manner acceptable to ENGINEER.
B . Bars with excess ive rust, debris , concrete laitance or other defect s hall be removed and
replaced where directed by the Owner.
INSTALLATION
A.
B.
C.
D.
E.
F.
Comply with the applicable recommendations of specified codes and standards , and
CRSl, "Manual of Standard Practice", for details and methods of reinforcement
placement and supports.
Clean reinforcement to remove loose rust and mill scale, earth, ice, and other materials
which reduce or destroy bond with concrete. Repair any visible pinholing in epoxy coated
reinforcing.
Position, s upport , and secure reinforcement against displacement during formwork
construction or concrete placement operations. Locate and support reinforcing by metal
chairs, runner s, bolsters, spacers and hangers, as required .
I. Place reinforcement to obtain the minimum concrete coverages as s hown and as
specified in ACI 350. Arrange, space, and securely tie bars and bar supports
together with 16 gage wire to hold reinforcement accurately in position during
concrete placement operations. Set wire ties so that twisted ends are directed
away from exposed concrete surfaces.
2.
3.
4.
Prior to placement of concrete, CONTRACTOR s hall demon s trate to
ENGINEER that the specified cover of reinforcement has been attained, by using
a s urveying level.
Reinforcing steel shall not be secured to forms with wire , nails or other ferrous
metal. Metal supports subject to corrosion shall not touch formed or expos ed
concrete surfaces .
Adjusting the location of reinforcing during concrete placement is not permitted .
Reinforcing must be firmly secured at specified locations prior to concrete
placemen t.
Install welded wire fabric in as long lengths as practical. Lap adjoining pieces at least one
full mesh and lace splices with 16-gage wire. Do not make end laps midway between
s upporting beams, or directly over beams of continuous structures . Offset end laps in
adjacent widths to prevent continuous laps.
Provide sufficient numbers of supports of strength required to carry reinforcement. Do
not place reinforcing bars more than 2-inches beyond the last leg of a ny continuous bar
s upport. Do not use supports as bases for runways for concrete conveying equipment and
s imilar con s truction loads.
Lap Splices:
I. Provide s tandard reinforcement splices by lapping ends, placing bars in contact ,
and tying tightly with wire . Where spliced bars are not in direct contact , s pacing
C ITY OF FORT WO RTl-1 [N onh Ho ll y WTP Pump Station Di scharge Pipe Repl acemen t]
[Capital ProJec t No . 163 1] STANDARD CONSTR UC TIO N SPEC IFI CAT ION DO CU MENTS
Revised [04 /01 /2011]
1
2
3
4
5
6
7
8
9
IO
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
3.3
03 20 00
CONCRETE RE INFO RCE M EN T
Page 6 o f7
shall not exceed that specified in the Drawings. Comply with requirements
s hown on the Drawings for minimum lap of spliced bars.
G. Mechanical Couplers :
1. Mechanical butt splices shall be in accordance with the recommendation of the
manufacturer of the mechanical splicing device. Butt splices shall develop 125
percent of the specified minimum yield tensile strength of the spliced bars or of
the smaller bar in transition splices. Bars shall be flame dried before but1
splicing. Adequate jigs and clamps or other devices shall be provided to support,
align , and hold the longitudinal centerline of the bars to be butt spliced in a
straight line. Couplers shall be used only when permitted in writing by the
ENGTNEER.
H . Welded Splices
1. Welded splicing of reinforcing is not permitted . Welding of crossing bars (tack
welding) for assembly of reinforcement is prohibited.
I. Drilled Dowels
1. Drilled dowels shall be reinforcing dowels set in a resin adhesive in a hole drilled
into hardened concrete.
2 . Holes shall be drilled to the adhesive anchor system manufacturer 's recom-
mended diameter and depth to develop the required pullout resistance but shall
not be greater in diameter than 1/4-inch more than the nominal bar diameter nor
less than 12 times the nominal bar diameter in depth unless specified otherwise in
the Drawings.
3. The hole shall be drilled by methods which do not interfere with the proper
bonding of the resin. Only masonry type drill bits shall be used.
4. Existing reinforcing steel in the vicinity of proposed holes shall be located prior
to drilling. The location of holes to be drilled shall be adjusted to avoid drilling
through or nicking any existing reinforcing bars only after approval by the
ENGTNEER.
5. The hole shall be brushed (non-metallic bristle brush only) and blown clean with
clean , dry compressed air to remove all dust and loose particles .
6 . Resin shall be injected into the hole through the injection system-mixing nozzle
(and any necessary extension tubes) placed to the bottom of the hole. The
discharge end shall be withdrawn as resin is placed but kept immersed to prevent
formation of air pockets . The hole shall be filled to a depth that ensures that
excess material is expelled from the hole during dowel placement.
7. Dowels shall be twisted during insertion into the partially filled hole so as to
guarantee full wetting of the bar surface with resin . The bar shall be inserted
slowly enough to avoid developing air pockets.
INSPECTION OF REINFORCEMENT
A . Concrete shall not be placed until the reinforcing steel is inspected and permission for
placing concrete is granted by the OWNER. All concrete placed in violation of this
provision will be rejected . The CONTRACTOR shall give 24-hour written notice to the
OWNER 's representative prior to reinforcing s teel inspection.
C IT Y OF FOR T WO RTH !Nonh Ho ll y WTP Pump Stati on Di sc h arge Pip e Re pl a ce ment)
I Capital Proje ct No 163 1) STAN DAR D CONSTR UCTION SPECIFICATION DOCU ME NT S
Revised !04 /0 1/20 11 )
1
2
3
4
5
6
7
8
9
10
11
12
13
14
B.
C.
DATE
03 20 00
CONCRETE REINFORCEMENT
Page 7 of7
Formwork for walls and other vertica l members will not be closed up until the reinforcing
steel is inspected and permission for placing concrete is granted by the OWNER. All
concrete placed in violation of this provision will be rejected .
Testing of Drilled Dowels: The CONTRACTOR shall employ a testing agency to
perform field quality control testing of the drilled dowel in s tallation. After completion of
the manufacturer's recommended curing period and prior to placement of connecting
reinforcing, ten percent of drilled dowels installed shall be proof tested for pullout. The
drilled dowels shall be tensioned to 60 percent of the specified yie ld strength. Where
dowels are located less than s ix bar diameters from the edge of concrete, the ENGINEER
wil l determine the tensile load required for the test. If any dowels fail , a ll installed dowels
shall be tested. Dowels that fa il shall be reinstalled and retested at CONTRACTOR'S
expense .
END OF SECTION
Revision Log
NAME SUMMARY OF CHANGE
C ITY OF FOR T WORTH !No rth Holl y WT P Pump Stati on Di sc harge Pip e Repl ace ment]
[Ca pital Proj ect No 1631) STA NDARD CON STR UC TION SPECTFl CA TION DOCU MEN TS
Rev ised 104 /0 1/20 11]
SECTION 03 25 10
03 25 I 0-I
CONCRETE JOINTS
Page l o f 10
2 CONCRETE JOINTS
3 PART 1 GENERAL
4
5
6
7
8
9
10
1 I
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
1.1
1.2
SUMMARY
A.
B.
C.
Scope:
I . CONTRACTOR shall provide all labor, materials, equipment and incidentals as
shown, specified and required to furnish and install concrete joints.
2. The types of concrete joints required include the following:
a.
b .
C.
d.
e.
Construction joints.
Expansion joints.
Control/contraction joints.
Isolation joints.
Waterstops.
General: All joints subject to hydrostatic pressure or in contact with soil, except non-
water bearing s labs-on-grade, shall be provided wi th continuous waterstop .
Related Sections:
I.
2 .
3.
4 .
5.
Divi sion O -Bidding Requirements, Contract Forms, and Conditions of the
Contract
Division I -General Requirements
03 10 00-Concrete Formwork.
03 20 00-Concrete Reinforcement .
03 30 00-Cast-ln-Place Concrete.
QUALITY ASSURANCE
A .
B.
C.
Regulatory Requirements: Acceptance of pourable joint filler for potable water
structures by federal EPA or by s tate health agency.
l . Pourable Joint Fi ll er: Certified as meeting NSF 61.
Qualifications: Water stop manufacturer shall demonstrate 5 years, minimum,
continuous successful experience in production of specified water stops.
Reference Standards: Comply with a ppl icab le provi sio ns and recommendations of the
fo ll owing, except as otherwise shown or specified:
I.
2.
3 .
ACI 301 , Standard Spec i fications for Structural Concrete.
ASTM C 920, Standard Specification for Elastomeric Joint Sealants .
ASTM D 4 I 2, Test Methods for Vulcanized Rubber and Thermoplastic Rubbers
and Thermoplastic E lastomers-Tension.
C ITY OF FORT WORTH {Nonh H o ll y WTP Pump Station Di sc ha rge Pip e Repl ace ment)
{Capital Project No. 163 I) STANDARD CONSTRUCTJON SPECIF ICAT ION DOCUMENTS
Rev ised [04 /0 I /20 I I)
1
2
3
4
5
6
7
8
9
JO
11
12
13
14
I 5
16
17
18
19
20
21
22
23
24
25
26
1.3
1.4
D.
4.
5.
6 .
7 .
8.
9.
03 25 10 -2
CONCRETE JO INTS
Page 2 of 10
ASTM D 624, Test Method for Tear Strength of Conventional Vulcanized
Rubber and Thermoplastic Elastomers.
ASTM D 1752 , Standard Specification for Preformed Sponge Rubber a nd Cork
Expansion Joint Fillers for Concrete Paving and Structural Construction.
ASTM D 2240, Test Method for Rubber Property -Durometer Hardness .
CRD-C572 , U.S . Army Corps of Engineers Specifications for Pol yvi nyl-
Chloride Waterstop.
ASTM A 240 -Test Method for Stainless Steel Physical Properties.
ANSI/NSF 61 , Drinking Water System Components-Health Effects.
10 . COE CEGS-03250 July 1995 Guide Specification for Military Construction _
I 1. EPA Title 40 CFR Section 265.193.
All manufactured items shall be installed in accordance with manufacturer's instructions.
SUBMITTALS
A. Shop Drawings: Submit for approval the following :
1.
2.
-,
-'·
Manufacturer's s pecifications and in stallation instructions for all materials
required .
Manufacturer's literature for waterstops include waterstop profiles with
dimens ions, s hop made fittings, field splice joint d etailed instructions, MSDS
s heet s, installation instructions, and certificate of compliance to s pecified
physical properties.
Layout of all construction, contraction and ex pansion joint locations prior to the
submi tt a l of s t ee l rei nforcement Shop Drawings.
PRODUCT DELIVERY, STORAGE AND HANDLING
A . All materials used for joints in concrete shall be stored o n platforms or in enclosures and
covered to pre ven t contact with the ground and exposu re to the weather and direct
sunlight. Storage and handling requirements of the manufacturer shall also be followed .
27 PART 2 PRODUCTS
28
29
30
31
32
33
34
35
36
37
2.1 WATERSTOPS
A . Pol yvi ny l Chloride:
I. Material Re quirements:
a.
b.
C.
Waterstops s hall be extruded from an elastomeric polyvinyl chloride
compound containing the plasticizers, resins, stabilizers, and other
materials necessary to meet the requirements of the s e Specifications and
the requirements of CRD-C572. No reclaimed or sc rap materi a l shall be
used.
Tensile s tren gt h of fini s hed waterstop: 1400 p s i, minimum.
Ul tim ate elongation of finished waters top: 280 pe rcent , minimum .
C ITY OF FORT WORTH (North Holl y WTP Pum p Station Discha rge Pipe Replacement]
!Capita l Project No . 163 I J STANDARD CONSTRUCTION SPECIFIC/\ TION DOCUMENTS
Revised I 04 /0 1/2 0 11 J
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
2.2
d. Minimum thickn ess shall be 3/8-inch.
03 25 10-3
CONCRETE JOINTS
Page 3 of JO
e. Waterstops s hal l be centerbulb ribbed type and sized as specified in the
Drawings.
2. Product and Manufacture r: Provide one of the following:
a . A.C. Horn , Incorporated .
b . Greenstreak, Inc.
c. Yinylex Corp.
HYDROPHILIC WATERSTOP MATERIALS
A. General Material Properties
I . Hydrophilic waterstop materials shall be bentonite-free and shall expand by a
minimum of 80 percent of dry volume in the presence of water to form a
watertight joint sea l without damaging the concrete in which it is cast. Provide
only where indicat e d in the Contract Documents .
2. The material s hall be composed of resins and polymers which absorb water and
cause an increase in volume in a completely reversible and repeatable process .
The waterstop material shall be dimensionally stable after repeated wet-dry
cycles with no deterioration of swelling potential.
3. Select materials which are recommended by the manufacturer for the type of
liquid to be contained.
B. Hydrophilic Rubber W aterstop
I . The minimum cross sectional dimensions shall be 3/16-inch by 3/4-inch .
Waterstop shall be capable of withstanding hydrostatic head pressures relevant to
the Work but not less than I 00-feet of head pressure.
2. Product and Manufacturer: Provide one of the following:
a . Durosea l Gasket , by BBZ USA, Inc.
b. Adeka Ultraseal MC-20 1 OM , by Asahi Denka Kogyo K.K.
c . SikaSwe ll S by the Sika Corporation .
C. Hydrophilic Sealant:
I . The hydrophilic sealant shall adhere firmly to concrete, metal, and PVC in dry or
damp condition . When cured it shall be elastic indefinitely .
2. Product and Manufacturer: Provide one of the following:
a. Duroseal Pas te, by BBZ USA, Inc .
b. Adeka Ultrasea l P-201 , by Asahi Denka Kogyo K.K.
D. Hydrophilic Injection Resin
I. Hydrophilic injection re s in shall be ac rylate-ester based . The viscosity shall be
le ss than 50 cps. The resin s hall be water soluble in its uncured state, solvent
free, and non-water re a ctive . In the cured state it s hall form a so lid hydrophilic
flexible material which is resistant to permanent water p ressure and s hall not
attack bitumen, joint sealants , or concrete.
CITY OF FORT WORTH [North Holl y WTP Pump Station Di sc harge Pipe Repl acement]
[Capital Project No . 163 1] STANDARD CONSTRUCTION SPECIFICATION DOCUME NT S
Revised 104 /0 1/201 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
2.3
2.4
2.5
2.6
2.7
2. Product and Manufacturer: Provide one of the following:
a.
b.
Duroseal Inj ect IK /2K , by 88Z USA, Inc .
Sika Injection 29 , by Sika Corporation.
03 25 10-4
CONCRETE JO INTS
Page 4 of 10
CONCRETE CONSTRUCTION JOINT ROUGHENER
A.
8.
Provide a water-soluble non-flammable , surface-retardant roughener.
Product and Manufacturer: Provide one of the following:
I. Rugasol-S, as manufactured by Sika Corporation for horizontal joints only.
2. Concrete Surface Retarder-Formula S, as manufactured by Euclid Chemical
Company, for horizontal joints only.
3. Concrete Surface Retarder-Formula F , as manufactured by Euclid Chemical
Company, for vertical joints only.
EPOXY BONDING AGENT
A.
8 .
Provide a two-component epoxy-resin bonding agent.
Product and Manufacturer: Provide one of the following:
I . Sikadur 32 Hi-Mod LPL , as manufactured by Sika Corporation.
2. Eucopoxy LPL, as manufactured by the Euclid Chemical Company.
EPOXY-CEMENT BONDING AGENT
A .
8.
Provide a three component epoxy resin-cement blended formulated as a bonding agent.
Product and Manufacturer: Provide one of the following:
I . Sika Armatec 110 EpoCem , as m anufac tured by Sika Corporation.
2. Corr-Bond, as manufactured b y the E uclid Chemical Company.
NEOPRENE BEARING PADS
A. Product and Manufacturer : Provide one of the fol lowing :
2.
65 Durometer, Sheet Neoprene No. 1200, as manufactured by Williams Products
Company.
65 Durometer, Sheet Neoprene Style No . 264 , as manufactured by Garlock
Rubber Technologies.
JOINT SEALANT
A.
8.
Sealant shall be a two part polyurethane ty pe sealant meeting the requirements of ASTM
C 920, Type M , Class 25 . The manufacturer's recommended primer must be used with
the sealant.
The sealant s hall meet the following requirements (measured at 73 degrees F and 50
percent RH). :
I. Ultimate hardness (ASTM D 2240, T ype A, Shore): 20 to 45.
C ITY OF FORT WORTH INo nh Holl y WTP Pump Station Disc harge Pip e Replaceme nt]
I Capi tal Proje ct No . 1631] STANDARD CONS TR UCTION SPEC IFI C ATION DOCUMENTS
Revi se d !04 /0 1/20 11]
2
3
4
5
6
7
8
9 2.8
10
11
12
13
14
15
16
2. Tensile strength (ASTM D 412): 200 psi, minimum.
3. Ultimate elongation (ASTM D 412): 400 percent, minimum.
032510-5
CONCRETE JOINTS
Pa ge S o f 10
4 . Tear strength (ASTM D 624, die C): 75 pounds per inch of thickness, minimum.
5. Color: light gray.
C. Product and Manufacturer: Provide one of the following:
1. Sikaf1ex-2c, as manufactured by Sika Corporation.
2. Permapol RC-270 Reservoir Sealant, as manufactured by Products Research and
Chemical Corporation .
SEALANT ACCESSORIES
A. Backer Rod: Backe r rod shall be an extruded closed-cell polyethylene foam rod. The
material shall be compatible with the sealant material used and shall have a tensile
strength of not less than 40 psi and a compression deflection of approximately 25 percent
at 8 psi. The rod shall be 1 /8-inch larger in diameter than the joint width at joints less
than 3/4-inch wide and 1/4-inch larger in diameter at joints 3/4-inch and wider.
B. Bond Breaker Tape: Bond breaker shall be polyethylene or TFE-fluorocarbon self
adhesive tape , as recommended by the manufacturer.
1 7 PART 3 EXECUTION
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
3.1
3.2
INSPECTION
A. CONTRACTOR shall examine the substrate and the conditions under which Work is to
be performed and notify ENGINEER, in writing, of unsatisfactory conditions. Do no t
proceed with the Work until unsatisfactory conditions have been corrected in a manner
acceptable to ENGINEER.
CONSTRUCTION JOINTS
A .
B.
C .
Comply with the requirements of ACI 301 and as specified below.
Locate and install construction joints as shown on the Drawings . Additional construction
jpints shall be located as follows:
I.
2.
3 .
4 .
In walls locate vertical joints at a spacing of 40 feet maximum and approximately
IO feet from comers or as specified in the Drawings.
In foundation slabs and slabs on grade locate joints at a spacing of approximately
40 feet. Place concrete in a strip pattern not to exceed I 00 I in ear feet, unless
otherwise indicated on the Drawings, to a maximum of 5000 square feet in any
one placement.
In mats and structural slabs and beams, at a spacing of approximately 40 feet.
Locate joints in compliance with AC! 30 I , unless otherwise indicated on the
Drawings.
Provide other additional construction joints as required to sati s factorily complete
all Work.
Horizontal Joints:
C ffY OF FORT WORTH INonh Ho lly WTP Pump St at ion D ischarge P ipe Re p lace me nt]
!Capita l Project No 163 1] STANDARD CON STRUCTION SPEC IFI C ATION DOCU MENTS
Revised 104/0 1/20 11]
1
2
3
4
5
6
7
8
9
10
I 1
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
3.3
3.4
D .
1.
2.
3.
03 25 10 -6
CONC RET E JOINTS
Pa ge 6 o f 10
Roughen concrete at the interface of construction joints by abrasive blasting,
hydroblasting, or the use of surface retardants and water jets to expose the
aggregate and remove accumulated concrete on projecting rebar immediately
s ubsequent to form stripping, unl e ss otherwi s e approved by ENG !NEER.
Immediately before placing fresh concrete , thoroughly clean the existing contact
surface using a stiff brush or other tools and a stream of water under pres s ure .
The surface shall be clean and wet, but free from pools of water at the moment
the fresh concrete is placed.
Remove laitance, waste mortar or any other substance which may prevent
complete adhesion. Where joint roughening was performed more than seven
days prior to concrete placement or where dirt or other bond reducing
contaminants are on the surface, additional light abrasive blasting or
hydroblasting shall be done to remove laitance and a ll bond reducing materials
just prior to concrete placement.
Place a 2-inch thick coat of mortar, one part sand and one part cement with water
added to a flowable consistency or a 4-inch layer of Construction Joint Grout, as
specified in Section 03 60 00 over the contact surface of the old concrete. Place
fresh concrete before the mortar or grout has attained its initial set. If the
concrete mix has the slump increased to at least 6-inches by addition of a high
range water reducer, the placement of mortar or grout may be omitted.
Vertical Joints:
I.
2.
Apply roughener to the form in a thin , even film by brush, spray or roller in
accordance with the manufacturer's in s tructions . After roughener is dry , concrete
may be placed.
When concrete has been placed , remove joint surface forms as earl y a s is
necessary to allow for removal of the surface retarded concrete . Forms covering
member surfaces shall remain in pl a ce as required by Section 03 IO 00 , Concrete
Form work. Wash loosened material off with high-pressure water s pray to obtain
roughened surface subject to approval by ENGINEER . Alternately, the s urface
shall be roughened by abrasive blas ting or hydroblasting to expose aggre g ate.
The outer I -inch of each side of the joint face s h a ll be masked and protected
from the blasting to avoid damage to the member s urface.
EXPANSION JOINTS
A.
B .
Comply with the requirements of ACI 301 and as specified below .
Locate and install expansion joints as shown on the Drawings. Install joint fill e r in
accordance with manufacturer's instructions. Seal a nt s s hall be installed a s s pecified
herein.
CONTROL JOINTS
A.
B .
Control joints shall be provided in non-water bearing slabs on grade and where shown in
the drawings. A groove , with a depth of at leas t 25 percent of the slab thickness, shall be
formed or s aw-cut in the concrete . This groove shall be filled with joint sealant material.
Where the control joint is formed by sawcutting, the cut s hall be made immediately after
the concrete has set enough to s upport the s aw and be cut without being damaged or to
caus e curling. The concrete shall be kept continually moi s t until the cutting operation.
C ITY OF FOR T WOR TH (N onh Holl y WTP Pump Statio n Discha rge Pipe Rep lacement)
STAN DAR D CONSTRUC TI ON SPEC IFI CAT ION DOCUMENTS
Revised (04/0 1/201 1]
· (Ca pital Project No . 1631 )
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
3.5
3.6
C.
03 25 10-7
CONCRETE JOCNTS
Pag e 7 of JO
Control joints may be formed with a tool or by insertion of a joint forming strip. After
the concrete has gained its design strength , the upper portion of the joint forming strip
shall be removed and the void filled with sealant.
ISOLATION JOINTS
A. Wherever a sidewa lk, pa vi ng o r other s la b on grade abuts a concrete st ructure and is not
s hown doweled into th at structure, an iso lation joint s hall be provided. Such joint shall
be formed by a I /2 -inch joint fi lier with the upper 1 /2 -inch of the joint fi lied with sealant.
WATERSTOPS
A.
B.
General:
I.
2 .
Comply with the r e quirements of ACI 30 I and as specified below. All joints
s hall be made in accordance with manufacturer's instructions.
Obtain ENGINEER'S a pprova l for waterstop locations not s hown on the
Drawings.
3. Provide polyviny l chloride waterstops in all joints in concrete which are intended
to retain liquid or a re located below grade up to an elevation at least 12-inches
above grade or to a n elevation at le as t 12-inches above overflow liquid level in
t an k s, whichever is hi gher, except where otherwise shown on the Drawings.
Polyvinyl Chloride Waterstop :
I . Tie waterstop to reinforcement , a t a maximum spacing of 18-inches, so that it is
securely and rigidly su pported in the proper position during concrete placement.
Continuously in s pect wa ters tops during concrete placement to ensure their proper
pos itioning.
2.
3.
4 .
Splices in waterstops shall be performed by heat sealing the adjacent waterstop
sections in accordance with the manufacturer's printed recommendations . It is
required that:
a. The mat e ri a l s hall not be damaged by heat sealing.
b.
C.
The splices s hall have a tensile strength of not less than 60 percent of the
unspliced materials tensile strength .
The continuity of the waterstop ribs and of its tubular center axis shall be
maint ained .
Only prefabricated mitered and beveled type joints of the ends of two identical
waterstop sections s hall be allowed to be made while the material is in the forms .
A II joints with waterstops involving more than two ends to be jointed together,
and all joints which involve a n angle cut , alignment change, or the joining of two
dissimilar waterstop sections shall be prefabricated by CONTRACTOR or
manufacturer prior to placement in the forms, allowing not less than 24-inch Jong
strips of waterstop material beyond the joint. Upon being inspected and
approved, such prefabricated waterstop joint assemblies shall be installed in the
forms and the ends of the 24-inch s trips shall be welded to the straight run
portions of waterstop in pl ace in the forms.
C IT Y OF FO RT WORTH I Nonh Hol ly WT P Pump Station Discharge Pipe Repl ace ment]
I Cap ita l Projec t No . 163 I J STA NDA RD CONSTRUCTION SPECIFICAT ION DOCUMENTS
Revi sed !04 /0 1/20 11 )
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
5.
6.
7.
8.
03 25 10-8
CONCRETE JOINTS
Page 8 of 10
Where a centerbulb waterstop intersects and is jointed with a non-centerbulb
waterstop, care shall be taken to seal the end of the centerbulb, using additional
PVC material , if required .
The symme trical halv es of the waterstops shall be equally divided between the
concrete placements at the joints and centered within the joint width, unless
s hown otherwise. Centerbulb waterstops s hall be placed in expansion joints so
that the centerbulb is centered on the joint filler material.
When any waterstop is installed in the forms or is embedded in the first concrete
placement and the waterstop remains exposed to the atmosphere for more than
four days, sui table precautions shall be taken to shade and protect the exposed
waterstop from direct rays of the sun during the entire exposure and until the
exposed portion of the waterstop is embedded in concrete.
Waterstop placed in joints intended for future concrete placement shall be
protected from direct rays of the sun by temporary means until a permanent cover
is installed so that the waterstop is not exposed to the direct rays of the s un for
more than a total of four days .
C. Hydrophilic Rubber Waterstop and Sealant
I.
2.
3 .
4 .
5 .
6.
7.
C ITY OF FORT WORTH
Where a hydrophilic rubber waterstop or sealant is called for in the Contract
Documents, or where approved by the ENGINEER, it shall be installed with the
manufacturer's instructions and recommendations ; except, as modified h e rein .
When requested by the ENGINEER, the manufacturer shall provide technical
assistance in the field.
The waterstop or sea la nt shall be loc a ted as nea r as possible to the center of the
joint and it shall be continuous around the entire joint. The minimum distance
from the edge of the waterstop to the face of the member s hall be 3-inches.
Where a hydrophilic rubber waterstop is used in combination with PVC
waterstop, the hydrophilic rubber waterstop s hall overlap the PVC waterstop for
a minimum of 6-inches. The contact surface between the hy drophilic rubber
waterstop the PVC waterstop shall be filled with hydrophilic sealant.
Where wet curing methods are u sed, hy drophilic rubber waterstop and sealant
shall be applied after curing water is removed and just prior to the closing up of
the forms for the concrete pl ace ment. Hydrophilic rubbe r waterstop and sealant
shall be protected from the direct rays of the sun and from becoming wet prior to
concrete placement . If the materi a l does become wet and expands, it shall be
allowed to dry until it has return ed to its original cross sectional dimensions
before concrete is placed .
The hydrophilic rubber waterstop s hall be installed in a bed of hy drophilic
sea lant , before s kinning and curing begins , so that any irregularitie s in the
concrete surface are completely filled and the waterstop is bonded to the sealant.
After the sealant has cured, concrete nails , with washers of a diameter equal to
the waterstop width , shall be placed to secure the waterstop to the concrete at a
m ax imum s pacing of 18-inches.
Pri or to install a tion of hydrophilic seala nt , the concrete s urface shall be wire
bru s he d o r sand bl aste d to rem ove any laitance or other materials that may
interfere wi th the bonding. Surfaces of m e tal or PVC to receive sealant shall be
c leaned of p a int a nd a ny material that m ay interfere with bond . When sea lant
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised !04 /0 1/20 11]
!Nonh Holly WTP Pump Stat ion Di scharge Pipe Repl a cement]
[Capital Project No . 163 1]
1
2
3
4
5
6
7
8
9
IO
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
3.7
3.8
0 3 25 10-9
C ONCRETE JOfNTS
Page 9 o f 10
alone is shown on the Contract Documents, it shall be placed in a built up bead
which has a triangular cross section with each side of the triangle at least 3/4-
inch in length , unless indicated otherwi s e. Concrete shall not be placed until the
sealant has cured as recommended by the manufacturer.
BONDING AGENT
A. Use epoxy bonding agent for bonding of fresh concrete to concrete that has been in place
for at least 60 days or to existing concrete.
B. Use epoxy -c ement bonding agent for the following:
C.
D.
E.
F.
1. Bonding toppings and concrete fill to concrete that has been in place for at least
60 days or to existing concrete.
2. For all locations where bonding agent is required and concrete cannot be placed
within the open time period of epoxy bonding agent.
Use a cement-water slurry as a bonding agent for toppings and concrete fill to new
concrete. The cement water slurry shal l be worked into the surface with a stiff bristle
broom and concrete shall be placed before the cement-water slurry dries.
Handle and store bonding agent in compliance with the manufacturer's printed
instructions, including safety precautions.
Mix the bonding agent in complete accordance with the instructions of the manufacturer.
Before placing fresh concrete, thoroughly roughen surface to 3/16-inch amplitude and
clean hardened concrete surfaces and coat with bonding agent not less than I /16 -inch
thick. Place fresh concrete while the bonding agent is still tacky (within its open time),
without removing the in-place bonding agent coat, and as directed by the manufacturer.
SEALANT INSTALLATION
A.
B.
C.
D .
E.
Sealants shall be installed according to the manufacturer's recommendations for sealant
which is to be subjected to continuo us submerged conditions and the following
requirements. Prior to sealant installation, CONTRACTOR shall arrange to have a
representative of the sealant manufacturer instruct the crew doing the Work as to the
proper methods of surface preparation, mixing, and application of the sealant.
Surfaces to receive sealant shall be cleaned of all materials which could interfere with
proper bonding. Concrete surfaces shall have all fins or other defects removed or
repaired and sha ll receive a light abrasive blasting prior to priming and sealant
application. All surfaces to receive sealant shall be completely dry.
Spaces to receive sealant sha ll be filled with joint filler as shown. Where not shown, the
space shall be filled with joint filler or a backer rod so that the depth of s ealant does not
exceed the width of the space. Where the bottom of the space to receive s ealant is
formed by a material other than backer rod, a bond breaker tape shall be placed. The
maximum sealant depth, at middle of the joint width , shall be I /2-inch.
The primer and sealant used shall be supplied by the s ame manufacturer. No sealant shall
be placed without the use of a primer.
Self-leveling sealants shall on ly be used in joints with a slope less than 0.5 percent and
where maximum and minimum sealant depths can be maintained. Non-sag sealant shall
be used at all other locations and may be used in stead of self-leve lin g sealant. All non-
C ITY OF FORT WORTH j No nh Holl y WTP Pum p Sta ti on Di scha rge Pipe Re pl acement]
[Ca p ita l Pro1ect No 163 l] STANDARD CONSTRUC TION S PE C IFICATION DOCU MENTS
Rev ised !04 /0 1/20 11]
I
2
3
4
5
6
7
8
9
10
1 I
12
13
14
15
16
17
I 8
19
20
21
22
23
3.9
F .
G.
H .
I.
03 25 10-10
CONCRE TE JO INTS
Page IO o f 10
sag se a lant shall be tooled to a uniform concave surface before skinning and curing
begin s.
Sea lant material shall be conditioned to be within the optimum temperature range
recommended by the manufacturer for installation for a minimurn of 16 hours prior to
in stall ation . Installation shall proceed only when the s ubstrate is at a temperature
recommended by the manufacturer. Sealant shall not be placed if there is a threat of
imminent rainfall. CONTRACTOR shall submit a letter certifying that the applied
s e a lants were installed in accordance with the manufacturer's recommendations,
including temperature, relative humidity, etc.
All joints to receive sealant shall be inspected by the OWNER prior to sealant pl acement.
Provide 24-hour written notice to OWNER representative prior to in s pection .
All sealant shall achieve final cure at least seven days before the structure is filled with
water.
Any sealant which , after the manufacturer's recommended curing time for the job
conditions, fails to fully and properly cure shall be completely removed. The surfaces to
receive sealant shall be completely cleaned of all traces of the improperly cured s ealant
and primer. The specified sealant shall then be reinstalled. All costs of such removal ,
surface treatment, and re installation shall be at the expense of CONTRACTOR .
BEARING PAD INSTALLATION
A . Neoprene Bearing Pad: Install with water insensitive adhesive in accordance with
manufacturer's instructions.
END OF SECTION
Revision Log
D AT E NAME SUMMARY OF CHANGE
C ITY OF FOR T WORTH [No rt h Holl y WT P Pu mp Sta t ion Disc harge Pi pe Rep lace men t]
[Ca pita l Projec t No . 163 1 J STANDAR D CON STR UC TION SPEC IFI CAT ION DOCUMENTS
Revised [04 /0 1/2011 J
03 30 00-1
CAST-IN-PLACE CONCRETE
Page I of 30
1 SECTION 03 30 00
2 CAST-IN-PLACE CONCRETE
3 PART l GENERAL
4
5
6
7
8
9
JO
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
l.l SUMMARY
A. Scope:
B .
C.
D .
I.
2.
Provide all labor, materials, equipment and incidentals as shown, s pecified and
required to furnish and install cast-in-place concrete .
The Work includes providing concrete consisting of portland cement, fine and
coarse aggregate, water, and approved admixtures; combined, mixed ,
transported, placed, finished and cured. The Work also includes :
a. Providing openings in concrete to accommodate the Work under thi s a nd
other Sections and building into the concrete all items such as sleeves,
frames , anchor bolts, inserts and all other items to be embedded.
Coordination:
I. Review installation procedures under other Sections and coordinate the
installation of items tha t must be installed in the concrete.
Classifications of Concrete :
I. Class A (4,000 p s i) concrete shall be steel reinforced and includes the followin g:
2.
3.
4.
a. All concrete, unless indicated otherwise.
Class B (3,500 psi) concrete shall be placed without forms or with s imple forms ,
with little or no reinforcing, and includes the following:
a. Concrete fill within structures.
b. Duct banks .
C. U nreinforced encasements.
d. Curbs and gutters.
e . Sidewalks.
f. Thrust blocks.
Class C (2 ,500 psi) concrete shall be unreinforced and u sed where required as
concrete fill under foundations, filling abandoned piping and wherever "lean "
concrete is required on the Drawings.
Class D (300 psi) concrete shall be unreinforced a nd used in the existing tunnel s
on the east side of the North Holly Pump Station and whereve r "flowable fill " is
required on the drawings.
R elated Sections:
CITY OF FORT WORTH INonh Holl y WTP Pump Station Di sch a rge Pipe Replacement]
!Capi ta l Proj ect No 163 1 J STANDARD CONSTRUCTION SPEC IF ICATION DOCUMENTS
Revised 104/0\/20 11]
I
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
1.2
0 3 30 00 -2
CAS T-IN-PLACE CONCRETE
Pag e 2 of 30
1. Divi s ion O -Bidding Require me nts, Contract Forms, and Conditions of the
Contract
2 . Divi s ion I -General Require m ent s
3. 03 IO 00-Concrete F ormwork.
4 . 03 20 00-Concrete Reinforcement.
5. 03 25 I 0-Concrete Joints.
6 . 03 60 00-Grout.
QUALITY ASSURANCE
A . Qualifications:
I. Mix Designer: Licensed profes s ional engineer registered in the state of Texas.
2 . Batch Plant : Currently certified by the National Ready Mixed Concrete
Association .
B. Reference Standards: Comply with the applicable provisions and recommendations of
the following , except as otherwise shown or specified . CONTRACTOR shall provide a
copy of all referenced standards to the OWNER representative prior to commencing
work .
I. ACI 214 , Recommended Practice for Evaluation of Strength Test Results of
Concrete.
2. ACI 30 I , Specifications for Structural Concrete (includes ASTM Standards
referred to herein).
3. ACI 304, Guide for Measuring, Mixing, Transporting and Placing Concrete.
4 . AC! 305 , Hot Weather Concreting.
5 . AC! 306, Cold Weather Concreting.
6 . AC! 309, Guide for Consolidation of Concrete.
7 . AC! 3 I 1, Guide for Concrete Inspection.
8.-ACI 318 , Building Code Requirements for Structural Concrete.
9. AC! 350, Code Requirements for Environmental Engineering Concrete
Structures
I 0. ANSI/NSF 61 , Drinking Water Sys tem Components-Health Effects .
11 . AASHTO M 182 , Burlap Cloth Made From Jute or Kenaf.
12. AASHTO TP 23 , Proposed Standard Method of Test for Water Content of
Freshly Mixed Concrete Using Microwave Oven Drying.
13. ASTM C 31, Practice for Making and Curing Concrete Test Specimens in the
Field.
14 . ASTM C 33 , Specification for Concrete Aggregates.
15. ASTM C 39, T est Method for Compressive Strength of Cylindrical Concrete
Specimens .
C IT Y OF FO RT WORTH [No rth Holl y WTP Pump Stat io n Di sc harg e Pipe Rep lace ment)
[Ca pita l Proj ect No . 16 3 I J STA NDARD CONS TR UCT ION SPEC IFlCAT ION DOCUMENTS
Revised [04 /0 1/201 1 J
I
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
C.
D .
16.
17 .
18.
19 .
20.
21.
22 .
23 .
24.
25.
26.
27 .
28 .
29.
30.
31.
0 3 30 00-3
CAST-IN-PL ACE CONC RETE
Page 3 of 30
ASTM C 42, Test Method for Obtaining and Testing Drilled Cores and Sawed
Beams of Concrete
ASTM C 94, Specification for Ready-Mixed Concrete.
ASTM CI09 , Test Method for Compressive Strength of Hydraulic Cement
Mortars.
ASTM C 143 , Tes t Method for Slump of Hydraulic-Cement Concrete.
ASTM C 150, Specification for Portland Cement.
ASTM C 157, Test Method for Length Chang e of Hardened Hydraulic-Cement
Mortar and Concrete.
ASTM C 171 , Specification for Sheet Materials for Curing Concrete .
ASTM C 172, Practice for Sampling Freshly Mixed Concrete.
ASTM C 231, Test Method for Air Content of Freshly Mixed Concrete by the
Pressure Method .
ASTM C 260, Specification for Air-Entraining Admixtures for Concrete.
ASTM C 309 , Specification for Liquid Membrane-Forming Compounds for
Curing Concrete.
ASTM C 330, Specification for Lightweight Aggregates for Structural Concrete.
ASTM C 494 , Specification for Chemical Admixtures for Concrete .
ASTM C 882 , Test Method for Bond Strength of Epoxy-Res in Sy stems Used
with Concrete by Slant Shear.
ASTM E 154 , Test Methods for Water Vapor Retarders Used in Contact w ith
E arth Under Concrete Slabs, on Walls , or as Ground Cover.
ASTM E 329, Specification for Agencies Eng aged in the T esting and/or
In s pection of M ate rials Used for Con s truction.
Concrete Testing Service:
I . OWNER s hall employ, at its own expense, testing laboratories experienced in the
te sting of concrete materials to perform material evaluation te s ts .
a . Testing agency shall meet the requirements of ASTM E 329.
b . Selection of a testing laboratory is s ubject to ENGINEER'S approval.
c . Submit a written description of the proposed concrete testing laboratory
giving qualifications of personnel , laboratory facilities and equipment ,
and other information that may be reques ted by ENGINEER.
2. Materials and in s talled Work may require testing and retesting, as directed by
ENGINEER, at any time during the progress of the Work. Allow free access to
material stockpiles and facilities at all times . Tests not specifically indicated to
be done at OWNER'S expense , including the retesting of rejected materi a ls and
installed Work , s hall be done at CONTRACTOR 'S expe n s e .
Qua I ific a tion s of Water-Reducing Admixture Manufacturer:
C ITY OF FORT WO RTH !No rt h Holly WT P Pump Sta ti o n Di sc ha rge Pi pe Replacem ent]
!Ca pital Project No . 163 1] STANDARD CONSTR UCTI ON S PEC IFI CA llON DOCU M EN TS
Revised [04 /0 1/20 11]
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
E .
I.
2.
03 30 00-4
CAST-IN-PLACE CONCRETE
Pag e 4 of 30
Water-reducing admixtures shall be manufactured under s trict quality control in
facilities operated under a quality assurance program. CONTRACTOR sha ll
furnish copy of manufacturer's quality assurance handbbok to document the
exist ence of the progr am. Manufacturer s h a ll maintain a concrete te s tin g
laborato ry tha t has been approved by the Cement and Concrete Refere nce
Laboratory a t th e Burea u of Standards, Was hington , D .C.
Provide a qualifi ed concrete technici a n employed by the admixture manufacturer
to assi st in proportioning the concrete for o ptimum use of the admixture . The
concrete technici a n s h a ll advise on proper add ition of the admixture to the
concrete and on adj u s tm e nt of the concrete mix proportions to m eet changing
jobsite conditions.
Laboratory Trial B a tch :
1. Each concrete mix design s pecifi ed s h al l be ve rifi ed by a laboratory tri a l b a tch ,
unless indicated otherwise.
2. Each trial batch s hall include the following testin g:
3 .
a .
b .
C.
d .
e.
Aggregate gradation for fine a nd coars e aggregates .
Slump.
Air content.
Compress ive s trength based o n three cylinders each te st ed a t seve n days
a nd at 28 d ays.
Shrinkage te s t as s pecifi ed h erein for Class A and A 1 concrete mix
desi g ns.
Each trial batch sh a ll provide the following inform a ti o n :
a.
b.
C.
d.
e.
f.
g.
h.
I.
J.
k.
n.
0.
Project identifica tion n a m e and numbe r.
Date of report.
Complete identification of aggregate source o f supply .
Tests of aggr egate s for compliance with s pecified re quirement s .
Bra nd, t y pe a nd compos iti o n of cement.
Brand, t y pe and amo unt of each ad mi x ture .
Amounts of w a ter used in tri a l mi xes .
Proporti ons of eac h materi a l per cubi c ya rd .
Gross weight a nd y ield per cubic ya rd of trial mixtures .
M easured s lump .
M easured ai r content.
Compress ive s trength developed at seven d ays and 28 days, from not less
th a n thre e t est cylinders cast for each seven day and 28 day test , and fo r
eac h design mix.
Shrinkage t es t results where required a nd as s peci fi ed herein.
C ITY OF FORT WORT H [Non h Holly WTP Pump Station Discharge Pipe Rep lacemen t]
!Cap ita l Proj ect No . 163 1] STANDARD CON STRUCT ION SPECIFI C ATI ON DOCUMENTS
Re vised 104 /0 1/20 11]
I
2
3
4
5
6
7
8
9
IO
I I
12
13
14
I 5
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
F.
G.
H.
4.
03 30 00-5
CAST-IN-PLACE CONCRETE
Page S of 30
The requirement for a trial batch may be waived if the required test information
has been provided in a previous laboratory trial batch run on the identical mix
design within the previous two years. The same brand, type, and source of all
materials must have been used .
Shrinkage Test:
I. Drying s hrinkage te sts will be made for the trial batch as specified herein.
2 . Drying s hrinkage specimens s hall be 4-inch by 4-inch by 1 I -inch prisms with an
effective gage length of 10-inches, fabricated, cured, dried and measured in
accordance with the requirements of ASTM C 157 modified as follows:
s pecimens shall be removed from molds at an age of 23 ± I hours after trial
batching, sha ll be placed immediately in water at 70°F ±3 °F for at least 30
minutes, and shall be measured within 30 minutes thereafter to determine original
length and then s ubmerged in saturated lime water at 73 °F ±3 °F. Measurement
to determine expansion expressed as a percentage of original length s hall be
made at age seven days. This length at age seven days shall be the base length
for drying shrinkage calculations ("O" days drying age). Specimens then shall be
stored immediately in a humidity control room maintained at 73°F ±3°F and 50
percent ±4 percent relative humidity for the remainder of the test. Measurements
to determine shrinkage expressed as percentage of base length shall be made and
reported separately for 7 , 14 , 21, and 28 days of drying after seven days of moist
curing.
3 . The drying shrinkage deformation of each specimen shall be computed as the
difference between the base length (at "O" days drying age) and the length after
drying at each test age. The average drying shrinkage deformation of the
specimens s hall be computed to the nearest 0 .000 I-inch at each test age. If the
drying shrinkage of any specimen departs from the average of that test age by
more th an 0.0004-inch, the results obtained from that specimen shall be
disregarded. Results of the shrinkage test shall be reported to the nearest 0.00 I
percent of shrinkage . Compression test specimens shall be taken in each case
from the same concrete used for preparing drying shrinkage specimens. These
tests s hall be considered a pa rt of the normal compression tests for the project.
Allowable shrinkage limitations shall be as specified in Part 2, herein.
Sample Panels:
1.
2.
Provide sa mple panel s of wall finishes , 12-inches by 12-inches by 3-inches thick,
where requeste d by the OWNER. Perform revisions and corrective work required
to produce finished concrete and surfaces as required by ENGINEER.
a. Construct additional sa mple panels as may be required if original results
are not satisfactory.
The continuity of color and texture for exposed concrete surfaces is of prime
importance. Maintain such controls and procedures, in addition to those
s pecified, as is necessary to provide continuous match of concrete Work with
accepted samples.
Existing Sample Panels
1. The OWNER will identify se ctions of existing concrete members which will
serve as reference examples of acceptable concrete finishes .
CITY OF FORT WORTH IN onh Ho lly WTP Pump Station Di sc ha rge Pipe Replacement]
!Cap ital Pr ojec t No . 163 1] STANDARD CONSTRUCTION S PECIFICAT ION DOCUMENTS
Revi sed [04 /0 1/20 I l ]
I
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
1.3
1.4
2 .
03 30 00-6
CAST-IN-PLACE CONCRETE
Pa ge 6 of 30
If appropriate existing concrete members do not exist to define all the finishes
speci fied , sample sections shall be constructed as specified herein as needed.
SUBMITTALS
A.
B.
C.
D .
E.
F.
Samples: Submit samples of materials as specified and as otherwise may be requested by
ENGINEER, including names, sources and descriptions .
Shop Drawings: Submit for approval the following:
1.
2.
3.
4.
Manufacturer's specifications with application and installation instructions for
proprietary materials and items , includin g admixtures and bonding agents.
List of concrete materials and concrete mix designs proposed for use. Include the
results of all tests performed to qualify the materials and to establish the mix
designs.
The following information , if ready-mixed concrete is used .
a .
b.
Physical capacity of mixing plant.
Trucking facilities available.
c . Estimated average amount that can be produced and delivered to the site
during a normal eight hour day, excluding the output to other customers.
Manufacturer's Certificate of Compliance :
a.
b .
C.
d .
e.
f.
Portland Cement.
Admixtures.
Aggregates.
Bonding Agent.
Bond Breakers.
Patching Materials.
g. Admixtures: Manufacturers' Certificate of Proper Instal lation .
Laboratory Test Reports : Submit copies of laboratory test reports for concrete cylinders ,
materials a nd mix design tests. ENG INEER'S review wi ll be for general information
only. Production of concrete to comp ly with spec ified requirements is the re s pons ibility
of CONTRACTOR.
Subm it notarized certification of conformance to r e ferenced standards when requested by
ENGINEER.
Delivery Tickets: Furnish to OWNER's field representative copies of all delivery tickets
for each load of concrete delivered to the site. Provide items of inform a tion as specified
in ASTM C 94, Section 16.1.
Administrative Submittals: Concrete Coordination Meeting Minutes. Provide copy to
OWNER's field repre sentative .
PRODUCT DELIVERY, STORAGE AND HANDLING
A. All materials used fo r concrete must be kept clean and free from a ll foreign matter during
tran sportation a nd handling and kept se parate until meas ured and placed in the mixer.
C ITY OF FORT WORTH INonh Ho ll y WTP Pump Station Di sc harge Pipe Replacement]
!Ca pita l Project No 1631] STANDARD CONSTRUCTION SPEC IFICATI ON DOCUMENTS
Re vise d 104 /01/20 11]
I
2
3
4 1.5
5
6
7
8
9
IO
11
12
13
14
15
16
17
18
19
20
03 30 00-7
CAST-IN-PLACE CONCRETE
Page 7 of JO
Bins or platform s having hard clean surfaces shall be provided for storage. Suitable
means shall be taken during hauling, piling and handling to ensure that segregation of the
coarse and fine aggregate particles doe s not occur and the grading is not affected.
CONCRETE COORDINATION MEETING
A. A Concrete Coordination Meeting s hall be held to review the deta iled requirements of
CONTRACTOR'S proposed concrete design mixes, to determine the procedures for
producing prope r concrete construction, and to clarify the roles of the parties involved.
B. All parties involved in the conc rete Work sh a ll attend the conference, including but not
limited to the following:
1. CONTRACTOR'S repre se ntative.
2. Testing laboratory representative.
3. Concrete s ubc o ntractor.
4. Reinforcin g steel subcontractor and deta iler.
5 . Concrete su pplier.
6. Admixture manufacturer's representative .
7. ENG TN EE R.
8 . OWNER representative (COFW W a ter Department).
C. The Concrete Coordination Meeting shall be held at a mutually agreed upon time and
place. The OWNER s hall be notified no le ss than five days prior to the date of the
Concrete Coordination Meeting.
21 PART 2 PRODUCTS
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
2.1
2.2
CEMENTITIOUS MATERIALS
A. Cement:
I.
2.
3 .
Portland cement, ASTM C 150 , Type JI.
Use portland cement made by a well-known acceptable manufacturer and
produce d by not more than one plant. Alternate cement sources may be used
provided that a mix design has been accepted and a trial batch verifying
perform a nce has been made.
Do not u se cement which has deteriorated because of improper storage or
handling .
AGGREGATES
A. General:
I.
2.
Aggregates s h a ll conform to the requirements of ASTM C 33 and as herein
s pecified.
D o not use aggregates containing so luble sa lts or other substances s uch as iron
sulfides, py rite , marcasite , ochre, or other materials th a t can cause st a ins on
exposed concrete surfaces.
CITY OF FORT WORTH {N onh Hol ly WTP Pump Station Discharge Pipe Replacement)
I Capital Project No. 1631 J STANDARD CONSTRUCTION S PEC IFI C A TlO N DOCUMENTS
Re vised [04 /0 1/201 1)
l
2
3
4
5
6
7
8
9
JO
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
2.3
2.4
B .
C.
03 30 00-8
CAS T-IN-PLA CE CONCRETE
Pag e 8 of JO
Fine Aggregate: Clean, sharp, natural sand free from loam, clay, Jumps or other
deleterious substances .
I. Dune s and , bank run sa nd and manufactured sand are not acceptable.
Coarse Aggregate: Clean , uncoated , proces se d aggrega te containing no clay, mud , loam,
or foreign matter, as follows:
I . Crushed stone, processed from natural rock or stone.
2. Washed gravel, either natural or cru shed . Use of slag and pit or bank run gravel
is not permitted.
WATER
A . Water used in the production and curing of concrete shall be clean and free from
injurious amounts of oils , acids, alkalis, organic materials or other substances that may be
deleterious to concrete or steel.
CONCRETE ADMIXTURES
A .
B .
C.
D.
Provide admixtures produced by established reputable manufacturers , and use in
compliance with the manufacturer's printed instructions . All admixtures shall be
compatible and by a single manufacturer capable of providing qualified field service
representation. Admixtures shall not contain thiocy anates nor more than 0.05 percent
chloride ion, and shall be non-toxic in the concrete mix after 30 days . Do not use
admixtures that have not been incorporated and te sted in the accepted mixes , unless
otherwise authorized in writing by ENGINEER.
Air-Entraining Admixtures: ASTM C 260.
I. Product and Manufacturer: Provide o ne of the fol lowing :
a.
b.
C.
SIKA AER or SIKA AEA-1 5, as manufactured by Sika Corporation.
MB-YR , as manufactured by Master Builders , Inc.
Daravair , as manufactured by W.R. Grace & Company.
Water-Reducing Admixture : ASTM C 494 , Ty pe A .
l:
2.
Proportion all Class A, Class A 1 and Class B concrete with non-air entraining,
normal setting, water-reducing, aqueous solution of a modificat ion of the salt of
polyhydroxylated organic acids. The admixture s hall not contain any lignin ,
nitrates or chlorides added during manufacture.
Product and M anufacturer : Provide one of the following:
a.
b.
C.
Eucon WR-75 , as manufactured by Euclid Chemical Company.
Pozzolith se rie s, as manufactured by Master Builders , Inc.
WRDA-15 , as manufactured by W.R. Grace & Company .
d . Plastocrete 161 or Pla stiment NS, as ma nufactured by Sika Corporation .
High Range Water-Reducing Admixture (HRWR): ASTM C 494 , Ty pe FI G .
1. High range water-reducer shall be used in classifications of concrete , where
s pecified , and s hall be permitted , at CONTRACTOR 'S option, in all other
classifications of concrete . It shall be added to conc rete in compliance with the
CITY OF FORT WORTH [Nonh Holly WTP Pump Station Discharge Pi pe Rep laceme nt]
[Capital Projec t No . 163 1 J STANDARD CONS TRU CTION SPECIFICAT ION DOCUMENTS
Revised !04 /01 /2011]
I
2
3
4
5
6
7
8
9
10
I I
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
2.5
E.
F .
G.
H.
03 30 00-9
CAST-IN-PLACE CONCRETE
Page 9 o f30
manufacturer's printed in structions. The spec ific admixture formulation s hall be
as recommended by the manufacturer for the project conditions. Provide one of
the following:
a.
b.
C.
d.
Sikament series, as manufactured by Sika Corporation.
Rheobuild series, as manufactured by Master Builders, Inc .
Daracem-100 , as manufactured by W.R. Grace & Company .
Eucon 37 or Eucon 537, as manufactured by the Euclid Chemical
Company.
Set-Control Admixtures: ASTM C 494 , as follows :
I.
2.
3 .
4 .
5.
6.
Type B , Retarding.
Type C, Accelerating.
Type D , Water-reducing and Retarding.
Type E, Water-reducing and Accelerating.
Type F, Water-reducing, high range admixtures .
Type G, Water-reducing, high range, and retarding admixtures.
Calcium Chloride: Calcium chloride shall not be used .
Shrinkage Reducing Admixture
I . A shrinkage reducing admixture shall be permitted to be use d in the mix design
where necessary to meet specified shrinkage limitations provided th a t spec ified
strength requirements are met and there is no reducti o n in sulfate re s istance and
no increase in permeability.
2 . Shrinkage reducing admixtures shall be one of the following:
a. Eclipse, as manufactured by Grace Construction Products.
b. Tetraguard AS20, as manufactured by Master Builders, Inc.
If super plasticizers are used in mix designs , the mix shall be slumped at jobsite prior to
addition of plasticizer.
PROPORTIONING AND DESIGN OF MIXES
A . Prepare concrete design mixes subject to the following recommendations. Final
proportions and mix des ign is the responsibility of the CONTRACTOR :
Classificatio Coarse Aggregate 1 Minimum Maximum Slump1 Air Minimum
n Cementious W /C Compressive
Ratio4 Stren!!lh 3
Size A I SizeB (lbs/cy) (%) (psi)
Class A #57 I #8 530 0.45 4 " Max. 5+/-1 4000
Class B #57or#65 517 0.50 6 " Max. 5 +/-1 3500
Class C Any ASTM C33 --------------------No Requirements------------------2500
Class D Per Manufacturer
crrv OF FORT WORTH
STANDARD CONSTRUCTION SPEC LF!CATION DOCUMENTS
Revised [04 /01/201 I]
Per Manufacturer 300
JNonh Holly WTP Pump Station Discharge Pipe Replacement]
JCap ita l Proj ect No. 163 1]
1
2
3
4
5
6
7
8
9
JO
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
B.
C.
D.
E.
F.
G.
03 30 00-10
CAST-IN-PLACE CONCRETE
Page 10 of30
Coarse aggregate size numbers refer to ASTM C 33. Where a size A and B are
li s ted , it is intended that the smaller size B aggregate is to be added, replacing a
portion of the coarse and /or fine aggregate, in the minimum amount necessary to
make a workable and pumpable mix with a sand content not exceeding 41 percent of
total aggregate.
2 The slumps listed are prior to the addition of high range water reducer (super
plasticizer)
3 Mix de s igns shall be made for all but Class C, which does not require a trial batch,
s o that the compressive s trength achieved for the laboratory trial batches will be no
less than 125 percent of the specified design strength . This is to assure meeting the
design strength for all concrete batched during the project.
4 The quantity of water to be used in the determination of the water-cementitious
materials ratio shall include free water on aggregates in excess of SSD and the water
portion of admixtures.
Use an independent testing facility acceptable to ENGINEER for preparing and reporting
proposed mix designs.
I. The testing facility shall not be the same as used for field quality control testing.
Submit written reports of laboratory trial batch test results for proposed mixes of concrete
to ENG TNEER at least 15 days prior to start of Work. Do not begin concrete production
until mixes have been approved by ENGINEER.
Adjustment to Concrete Mixes : Mix design adjustments may be requested by
CONTRACTOR when characteristics of materials, job conditions , weather, test results,
or other circumstances warrant; at no additional cost to the OWNER and as accepted by
ENGINEER. Laboratory test data for revised mix designs and strength results must be
s ubmitted to and accepted by ENGINEER before using the revised mixes.
Admixtures:
I. Use air-entraining admixture in all concrete, unless otherwise shown or specified.
Add air-entraining admixture at the manufacturer's prescribed rate to result in
concrete at the point of placement having air content within the prescribed limits.
2, Water reducing or high-range water reducing admixtures shall be used in all
Class A and Class A I concrete.
3. Use amounts of admixtures as recommended by the manufacturer for climatic
conditions prevailing at the time of placing. Adjust quantities and types of
admixtures as required to maintain quality control.
Slump Limit s with High Range Water Reducer
1. Slump s hall not exceed 3-inches prior to adding high range water-reducer and
shall not exceed 7 .5 inches , measured at point of placement, after adding high
range water reducer.
Shrinkage Limitation
1. The maximum concrete shrinkage for specimens cast in the laboratory from the
trial batch , as measured at 21-day drying age or at 28-day drying age shall be
0 .039 percent or 0.045 percent, respectively. CONTRACTOR shall only use a
mix design for construction that has first met the trial batch s hrinkage
C ffY OF FORT WORTH [No rth Holl y WTP Pump Stati on Discharge Pipe Rep la ceme nt]
[Ca pita l ProJ ect No . 163 1) STAND ARD CONSTRUCTION SPECLF ICA TION DOCUMENTS
Revised [04 /01/20 11 J
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
2.6
2.7
2.8
H.
2.
03 30 00-11
C AST-IN-PLACE CONCRETE
Page II o f30
requirements. Shrinkage limitations a pply only to Class A and Class A 1
concretes .
If the trial batch results fail to meet the s hrinkage limitation , the mix shall be
redesigned to reduce s hrinkage. Alternately, CONTRACTOR may use a higher
s hrinka ge mix when acceptable to the ENGINEER provided that the amount of
s hrinkage reinforcement in the structures is increased as determined by the
ENGINEE R to resi st the higher levels of shrinkage stresses. The additional
reinforcing shall be provided at CONTRACTOR'S expense.
Color: Provide colored concrete where shown on the Drawings and specified.
Incorporate pigments into the concrete mix according to manufacturer's written
instructions. Match sample color approved by ENGINEER.
BONDING AGENT
A . Provide epoxy and epoxy -cement bonding agent s as s pecified in Section 0325 10,
Concrete Joints.
LIGHTWEIGHT CELLULAR CONCRETE
A . Lightweight cellular fill shall conform to the following:
I . Material shall have a maximum cured density of 50 pounds per cubic foot.
2. Minimum 28-day compressive strength of 300 psi.
3. Mix design shall consist of an aerated cellular foam concrete fill , or a vermiculite
concrete mix design , or other approved mix desi g n meeting the requirements above .
Tes ting for material unit weight and compressive s trength shall be performed for
every 50 cubic yards of material placed or at each discontinuous placements .
4 . Acceptable Products:
a. Rheocell 30 Admixture.
b. Sika Lightweight Powder.
CONCRETE CURING MATERIALS
A .
B.
C.
D.
Absorptive Cover : Burlap cloth made from jute or kenaf, weighing approximately I 0
ounces per s qu a re y ard and complying with AASHTO M 182 , Class 3.
Curing Mats: Curing mats shall be heavy carpets or cotton mats, quilted at 4-inches on
center. Curing mats shall weigh a minimum of 12 ounces per s quare yard when dry .
Moi sture Retaining Cover: One of the following, complying with ASTM C 171 .
I.
2 .
3 .
Waterproof paper.
Polyethyle ne film.
White burlap-polyethy lene sheet.
Curing Compound: ASTM C 309 Type 1-D (water rete ntion requirements):
I. Product and Manufacturer: Provide one of the following :
a . Super Aqua Cure YOX , as manufactured by The Euclid Chemical
Compa ny .
C ITY OF FORT WORTH !No rt h Ho ll y WTP Pum p Stat ion Di sc ha rg e Pip e Rep lac em ent]
!Capita l Projec t No. 163 1] STAN DARD CON STRUCTION S PEC IF IC ATI ON DOCU M ENTS
R evise d [04/0 1/20 11]
I
2
3
4
5
6
7
8
9
2.9
b.
C.
0 3 30 00-12
CAST-IN-PLACE CONCRETE
Pa ge l2 o f30
Sealtight 1100, as manufactured by W.R. Meadows, Incorporated.
MasterKure, as manufactured by Master Builders, Inc.
2. Curing compound must be applied by roller or power spraye r.
FINISHING AIDS
A. Evaporation Retardant:
I. Product and Manufacturer: Provide one of the following:
a.
b.
C.
Confilm, as manufactured by Master Builders.
Eucobar, as manufactured by Euclid Chemical Company .
SikaFilm by Sika Corporation.
10 2.10 CRACK INJECTION MATERIALS
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
2.11
A.
B .
Epoxy:
I.
2.
Epoxy for injection shall be a low viscosity, high modulus moisture insensitive
type.
Products and Manufacturers: Provide one of the following:
a.
b .
Sikadur 35 , Hi-Mod L.Y. and Sikadur 31, Hi-Mod Gel , as manufactured
by Sika Corporation.
Eucopoxy lnjection Resin, as manufactured by The Euclid Chemical
Company.
Hydrophilic Resin
1.
2.
Hydrophilic resin shall be an acrylic-ester based resin with a maximum viscosity
of 50 cps. It s hall cure into a flexible rubber-like material that has the potential
for unre s trained increase in volume in excess of I 00 percent in the presence of
water.
Products and Manufacturers: Provide one of the fol lowing:
a.
b .
Duroseal Inject , as manufactured by BBZ USA , Inc.
Sikafix HH, by Sika Corporation.
CONCRETE REPAIR MATERIALS
A. C ~ncrete repair mortar shall be a prepackaged polymer-modified cementitious repair
mortar with the following minimum properties:
B.
I.
2.
Compressive strength at one day : 2000 psi (ASTM C I 09).
Compressive strength at 28 days: 6000 psi (ASTM C I 09).
3. Bond strength at 28 days: 1800 psi (ASTM C 882 modified).
Concrete repair mortar shall be:
I. SikaTop 122 Plus, SikaTop 123 Plus, SikaTop 111 Plus, or Sikacem I 33 ,
manufactured by the Sika Corporation. The formulation , among those listed ,
recommended by the manufacturer for the specific application conditions shall be
used .
CITY OF FORT WORTH [North Ho ll y WTP Pump Stat ion Di scha rge Pipe Repl acement]
[Capi tal ProJect No . 163 I) STANDARD CONS TR UC TI ON SPECIFI CATIO N DOC UMENTS
Re vised [04 /0 1/20 1 I)
I
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
2.12
2.13
2 .14
C.
2.
..,
.J.
03 30 00-13
CAST-IN-PLACE CONCRETE
Page 13 of 30
Emaco S88-CA or S66-CR, m a nufactured by Master Builders Inc . The
formulation, among thos e listed , recommend ed by the ma nufac turer for the
spec ific a pplic ation conditions shall be used.
Yerticoat, Verticoat Supreme, or E uco SR-VO, m a nu fac tured by th e Euclid
Chemical Compa ny . The formulation , among tho se li s t e d , recomm e nd e d by the
manufacturer for the s p ec ific a pplication conditions sha ll be used.
Cement Morta r: Cement mortar s hall consist of a mix of one p a rt cement to 1 1/2 parts
sand with s ufficient water to form a trowel a ble consistency . Minimum compressive
s trength at 28 days shall be 4000 psi_ Where required to m a tch the color of adjacent
concre te s urfaces , w hite portland cement shall be blended with st a ndard portl a nd cement
s o th at , when dry, the patching mortar shall match the color of the s urrou nding concrete.
CHEMICAL HARDENER
A. Provide a clear che mic a l hardener of the fluosilicate family.
B . Product and Manufacturer: Provide one of the following:
I . L a pidolith, as manufactured by BASF.
2. Homolith, as manufactured by A .C . Horn, Inc.
MOISTURE BARRIER
A. Moisture B arrier : ASTM E 154:
I. Provide moisture barrier cover over prepared base m at eri a l where s hown on the
Drawings. Use polyethy lene membrane not les s th a n IO mils thick , lapping at
least 9-inches at joints.
COMPATIBILITY
A . CONTRACTOR shall coordinate the requirements of a ll specifi ed materi a ls with the
proposed mix desi gn to ensure compatibility between the products.
29 PART 3 EXECUTION
30
31
32
33
34
35
36
3.1
3.2
INSPECTION
A. CONTRACTOR shall examine the s ubstrate a nd the conditions under w h ic h W o rk is to
be p erformed and notify ENGINEER, in writing, of un sati sfactory conditi o ns . Do not
procee d with the Work until un satisfactory conditions have bee n corrected in a manner
acc eptabl e to ENGINEER.
CONCRETE MIXING
A. General:
CITY OF FORT WORTH !Nort h Ho ll y WTP Pump Station Di scharge Pipe Replacement)
I Capita l Projec t No . 163 I) STANDARD CONSTRUCTION SPECJF ICATION DOCUMENTS
Re vised 104 /01 /20 11)
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
3.3
033000-14
CAS T -IN -PLA CE CO NCRETE
Page 14 o f30
1. Concrete may be produced at batch plants or it may be produced by the
ready-mixed process. Batch plants shall comply with the reco mmendations of
ACI 304, and shall have s ufficient capacity to produce concrete of the qualities
specified , in quantities required to meet the construction s ch e dule . A II plant
facilities are subject to testing laboratory inspecti o n and acceptance of
ENGINEER.
2 . Mixing:
a . Mix concrete with an approved rotating type batch machine, except
where hand mixing of very small quantities may be permitt e d .
b. Remove hardened accumulations of cement and concrete frequently from
drum and blades to assure acceptable mixing action .
c. Replace mixer blades when they have lost ten percent of their original
height.
d. Use quantities such that a whole number of bags of cement is required ,
unless otherwise permitted.
B. Ready-Mix Concrete :
I. Comply with the requirements of ASTM C 94 , and as herein specified. Proposed
changes in mixing procedures, other than herein specified, must be accepted by
ENGINEER before implementation.
a. Plant equipment and facilities: Conform to National Ready-Mix
Concrete Association "Plant and Delivery Equipment Specification".
b . Mix concrete in revolving type truck mixers that are in good condition
and which produce thoroughly mixed concrete of the s pecified
consistency and strength.
c. Do not exceed the proper capacity of the mixer.
d . Mix concrete for a minimum of two minutes after arrival at the job site ,
or as recommended by the mixer manufacturer.
e . Do not allow the drum to mix while in transit.
f. Mix at proper speed until concrete is discharged .
g. Maintain adequate facilities at the job site for continuous delivery of
concrete at the required rates .
h. Provide access to the mixing plant for ENGINEER at all times.
C. Maintain equipment in proper operating condition, with drum s cleaned before charging
each batch . Schedule rates of delivery in order to prevent delay of placing the concrete
after mixing, or holding dry-mixed materials too long in the mixer before the addition of
water and admixtures .
TRANSPORTING CONCRETE
A . Concrete shall be placed into the forms within 60 minutes of the batch time for concrete
temperatures between 75 and 90 degrees F , and within 90 minutes for concrete
temperatures between 40 and 75 degrees F .
B. Take care to avoid spilling and separation of the mixture during transportation.
C IT Y O F FORT WOR TH (North Holly WTP Pu mp Station Discharge P ipe Rep lacement]
[Cap it a l Projec t No . I 63 I] STA N D A RD CONS TRUCTION SPEC tFJCAT ION DOCU M EN T S
Rev ised (04 /01 /20 11 J
I
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
3.4
3.5
C.
D.
E.
F.
0330 00-15
CAST-TN-PLA CE CONCRETE
Page 15 of30
Do not place concrete in w hich the ingredients have been separated.
Do not retempe r pa rtially set concrete .
U s e suitable and approved equipment for transporting concrete from mixer to forms .
Adding water to the material transport vehicle after partial unloading is prohibited .
PREPARATION FOR CONCRETING
A. All re inforcem ent, in stallation of waterstop and positioning of embedded items shall be
inspected and approved by the OWNER. The CONTRACTOR shall provide 24-hour
written notice to the OWNER prior to concrete placement for inspection .
8. Subgrade s urfaces shall be thoroughly wetted by sprinkling, prior to the placing of any
concrete, and these surfaces shall be kept moi st by frequent sprinkling up to the time of
placing concrete thereon. The surface shall be free from st anding water, mud, and debris
at the time of placing concrete.
C.
D.
E.
All reinforcing steel an d e mbedded items s hall be completely cleaned of mortar, loose
ru s t, form release compounds, dirt, or any other su bstance which would interfere with
proper bonding with concrete. Protective coatings on embedded aluminum items shall
continuously cover the surface to be in contact with concrete . Any defects in the coating
shall be repaired.
No concrete s hall be placed in any structure until a ll water entering the space to be filled
with concrete has been properly cut off or has been diverted by pipes , or other means, and
carried out of the forms, clear of the work. No concrete s hall be deposited underwater
nor s hall CONTRACTOR allow still water to ri se on any concrete until the concrete has
attained its initial set. Water s h a ll not be perrnitted to flow over the surface of any
concrete in suc h manner and at such velocity as will injure the surface finish of the
concrete. Pumping or other necessary dewatering operations for removing ground water,
if required , will be subject to the review of the ENGINEER .
Joint su rfaces shall be prepared as required by Section 03 25 l 0, Concrete Joints.
CONCRETE PLACEMENT
A. General: Place concrete continuously s o that no concrete will be placed on concrete that
1:Jas hardened s ufficiently to cause the formation of seams or planes of weakness within
the sect ion. If a sec ti on cannot be placed continuously, provide construction joints as
s pecified in Section 03 25 I 0, Concrete Joints. Deposi t concrete as nearly as practical in
its final location to avoid segregation due to rehandling or flowing . Do not subject
concrete to any procedure which will cause segregation.
I.
2 .
3.
The CONTRACTOR shall provide 24-hour written notice to the OWNER
repre sent ative prior to all concrete placements.
Screed concrete that is to receive other construction to the proper level to avoid
excessive skimming or grouting.
Do not us e concrete which becomes non-plastic and unworkable , or does not
meet the required quality control limits, or which h as been contaminated by
foreign materials . Do not use retempered concrete. Remove rejected concrete
from the job site and dispose of it in an acceptable location.
C ITY OF FORT WORTH INonh Ho ll y WTP Pump Stati on Di sc harge Pipe Rep la cement)
!Capi ta l Proj ec t No . 163 1) STANDARD CONSTRUCTJON S PEC IFI CATIO N DOCUMENTS
Revi sed [04/0 I/20 11)
I
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
B.
C.
D .
4 .
5 .
6 .
03 30 00-16
CAST-IN-PLACE CONCRETE
Pa ge 16 of30
Do not place concrete until all forms , bracing, reinforcement , and embedded
items a re in final a nd s ecure position .
Unless otherwi se a pproved , place concrete only when ENGINEER or OWNER
representati ve is present.
Allow a minimum of three days before placing concrete against a slab or wall
already in place .
Bonding for Next Concrete Pour:
I. Prepare for bonding of fresh concrete to new concrete that has set but is not fully
cured , as follows:
2 .
a .
b.
C.
d.
Thoroughly wet the surface, but allow no free standing water.
For horizontal surfaces place a 2-inch layer of mortar, one part sand and
one part cement with water added to a flowable consistency, or a 4-inch
layer of Con s truction Joint Grout, as specified in Section 03 60 00,
Grout , over the hardened concrete surface .
Place fresh concrete before the mortar/grout has attained its initial set.
If a high ran ge water reducer is used to increase the concrete slump to at
least 6-inches , the mortar/grout layer may be omitted.
Bonding of fresh concrete to fully-cured hardened existing concrete shall be
accomplished by using a bonding agent as specified in Section 03 25 10 ,
Concrete Joints .
Concrete Conveying:
1. Handle concrete from the point of delivery and transfer to the concrete conveying
equipment and to the locations of final deposit as rapidly as practical by methods
that will prevent segre ga tion and loss of concrete mix materials.
2 . Provide mechanical equipment for conve y ing concrete to ensure a continuous
flow of concrete at the delivery end . Provide runways for wheeled concrete
conveying equipment from the concrete delivery point to the locations of final
deposit. Keep interior surfaces of conveying equipment , including chutes , free of
hardened concrete , debris , water, ice and other deleterious materials.
3 . Do not use chutes for distributing concrete , unless approved in writing by
ENGINEER .
a. Provide sketches showing methods by which chutes will be employed
when requesting such approval.
b . Design chute s. if permitted, with proper slopes and supports to permit
efficient ha ndling of the concrete .
4 . Pumping concrete is pennitted , however do not use aluminum pipe for
conveying.
Placing Concrete into Forms:
I. Deposit concrete in forms in horizontal layers not deeper than 18-inches and in a
manner to avoid inclined construction joints. Where placement consists of
several layers , place concrete at such a rate th at concrete that is being integrated
with fr es h concrete is still pla stic .
CIT Y OF FO RT WOR TH !No nh Holl y WT P Pum p Stat ion Discha rge Pipe Repl acemen t)
I Cap ital Project No. 163 1) STA NDARD CONS TR UC Tl ON SPEC!F lCA TION DOCUMENTS
Revised 104 101 /20 11)
I
2
3
4
5
6
7
8
9
IO
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
2 7
28
29
3 0
3 1
32
33
34
35
36
37
38
39
40
41
42
43
44
E.
2.
3 .
4 .
5 .
6 .
7 .
8 .
03 30 00-17
CAS T -fN-PLACE CONCRETE
Page 17 o f30
Do not permit concret e to fre e fall wi thin the form from a di st a nc e exceeding fi ve
fe e t. Where high range water r e ducer is use d to extend s lump to a t least 6-
inches , the maximum free fa ll of concrete m ay be increased to ten feet. If a 4-
inch thick layer of construction joint grou t , as s pecifi ed in Secti on 03 25 10 ,
Concrete Joints, is plac e d o n the ho ri zonta l joint , concrete with slump ex t ended
by a high range water reducer may free fall up to fourteen feet in walls th a t are
24-inches a nd thicker. Use "e lepha nt trunks" to prevent free fall and excess ive
sp las hing on forms and reinforcement. Free falls in excess of specified lim it s
s h a ll be di scontinued if th ere is any evidence of segr egati on.
Remove t e mporary spreaders in forms when concrete placing has r eached th e
elevation of such s preaders.
Consolidate concrete pl aced in fo rm s by mech a nic a l v ib ratin g eq uipm e nt
s upplemented by hand-spading, rodding o r tamping. Use equipment a nd
procedures for consolidation of concrete in accordance with the applicab le
recommended practices of AC! 309. Vibration of forms and reinforcing wi ll not
be permitted.
Where height of concrete pl a ce ment in walls exceeds 14 feet, temporary
windows shall be in s talled in the formwork to facilitate vibration. The w indows
s h a ll be properly closed when the h e ig ht of concrete approaches the wi nd ows.
Location , size, a nd s pac ing of the w indows s h a ll be determined by
CONTRACTOR to suit equipment used .
Do not u se vibrators to trans port concrete in s ide of forms. In se rt and withdraw
vibrators vertically at uniformly s pace d location s n ot fart her th an th e visible
effectiveness of the machine. Pl ace vibrators to rapidly penetrate the layer of
concrete a nd at least 6-inches into the preceding laye r. Do n ot in se rt vibrators
into lower laye rs of concrete that have begun to set. At each insertion , limit the
duration of vibration to the tim e n ecessary to consolid at e the concrete and
complete embedment of reinforc e ment and other e mbe dd ed item s w ithout
causing segregation of the mix.
Do not place concrete in beam a nd s la b forms unt il th e conc re te previously
placed in columns a nd walls is no longe r plastic.
Force concrete under pipes, s le eves, o penings and in serts from one si de until
v isi ble from the other s ide to prevent voids.
Pl ac in g Concrete Slabs:
I . D eposi t a nd consolidate concrete s la b s in a continuous operation , wi thin the
limit s of construction joints, until the placing of a p a nel or secti o n is comp le ted .
2 .
3.
4 .
Consolidate concrete during pl aci ng operations us ing mech a ni ca l vibrating
equipment, s o that concrete is thorough ly worked around reinforcement and o th e r
embedded items a nd into corners.
Consolidate concrete pl ace d in beams and g irders of supported s labs, a nd agai nst
bulkh eads of slabs on ground, as specified for formed co ncre te stru ctures.
Bring slab surfaces to the correct le ve l. Smooth the s urface , leaving it fr ee of
humps or hollows. Do not sprinkle water o n the pl as tic su rface. Do not di s turb
th e s lab surfaces prior to b eginnin g fini s hin g operations.
C ITY OF FORT WORTH INonh Ho ll y WTP Pump S tation Di sc ha rge Pi pe Replacement )
!Cap ita l Project No . 1631] STANDARD CONSTRUCTION SPECfF ICAT IO N DOCUMENTS
Re vised [04 /0 1/2011)
1
2
3
4
5
6
7
8
9
JO
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
F.
G_
H.
03 30 00 -18
CAS T-IN-PLACE CONCRETE
Page 18 of 30
5. Where s labs are placed in conditions of high temperature or wind that could lead
to formation of plastic s hrinkage cracks, a n evaporation retardan t s hall be app lied
in accordance with the manufacture r's recommendations , when required by the
ENGINEER.
Quali ty of Concrete Work:
J . Make all concrete solid, compact and s mooth, and free of laitance, cracks a nd
cold joints.
2. All concrete for liquid retaining s tructures , and all concrete in contact with earth,
water, or exposed directly to the elements shall be watertight.
3 .
4 .
Cut out and properly replace to the extent directed by ENG !NEER , or repair to
the satisfaction of ENGINEER, s urfaces which contain cracks or voids, are
unduly rough, or are in any way d efective . Thin patches or pl as tering shall not
be acceptable.
All leaks through concrete that exhibit any flowing water, and cracks, holes or
other defective concrete in areas of potential leakage, shall be repaired and made
watertight by CONTRACTOR.
5. Repair, removal , and replacement of defective concrete as directed by
ENGINEER s hall be at no additional cost to the OWNER.
Cold Wea ther Placing:
I.
2.
3.
Protect all concrete Work from physical dam age or reduced strength that could
be caused by frost , freezing action s, or low temperatures, in compliance with the
requirements of ACI 306 and as h e rein s pecified .
When the air temperature has fallen to or may be expected to fall below 40°F ,
prov ide adequate means to maintain th e temperature , in the a rea where concrete
is being placed, at between 50 °F and 70 °F for at least seve n days after placing.
Provide temporary housings or coverings including tarpaulins , in s ul atin g
blankets and plastic film . Maintain the heat a nd protection, if nece ssary, to ensure
that the ambient temperature does not fall more than 30°F in the 24 hou rs
following the seven-day period . A vo id rapid dry-out of concrete due to
overheating, and avoid thermal shock due to s udd en cooling or heatin g.
When air temperature has fallen to or is e xpe cted to fall below 40°F, uniformly
heat all water and aggregates before mixin g as required to obtain a concrete
mixture temperature of not less tha n 55 °F and not more than 85 °F at point of
pl acement.
4. Do not u se salt and other materi a ls containing antifreeze agents or chemical
accelerators, or set-control admixtures, unle ss a pproved by ENGINEER, in mix
designs.
Hot Weather Placing:
I.
2.
When hot weather conditions exist th at would se rious ly impa ir the qu a lity and
s trength of concrete , place concrete in compliance with ACI 305 and as herein
s pecified . Use of high-range water re duc e r in the mix does not preclude the
temperature requirements s pecified herein.
Whe n am bi e nt air temperatures is at o r a bov e 90 °F , cool in gred ient s befo re
mi x in g to maint a in concrete t e mperature at tim e of placement below 90 °F when
CITY OF FORT WORTH [N onh Holly WTP Pump Stati on Di sc har ge Pipe Re placemen t)
[Cap ital Proj ec t No . 1631) STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS
Revised I 04 /0 I /20 11]
I
2
3
4
5
6
7
8
9
IO
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
3.6
03 30 00-19
CAST-TN-PLACE CONCRETE
Page 19 of 30
the ai r temperature is rising and below 85 °F when the air temperature is falling.
Mixing water may be chilled, or chopped ice may be used to control the concrete
temperature provided the water equivalent of the ice is calculated in the total
amount of mixing water. In addition, the reduction in time from addition of mix
water to placement or the use of a set retarding admixture may be required.
a . Concrete temperatures measuring above 90 degrees F a t any point prior
to placement will be rejected.
b . The addi tion of a high-range water reduce into the mix design wi II not be
considered for allowing concrete placements above 90 degrees F.
3 . Cover reinforcing steel with water-soaked burlap if it becomes too hot , so th at the
s t ee l temperature will not exceed the ambient air temperature immediately before
embedment in concrete.
4 . Wet forms thorough ly before placing concrete.
5. Do not pl ace concrete at a temperature so as to cause difficulty from lo ss of
slump, fla s h set, or cold joints.
6. Do not use se t-control admixtures, unless approved by ENGINEER in mix
designs.
7 . Obtain ENGINEER'S approval of other methods and materials proposed for use .
FINISH OF FORMED SURFACES
A . Standard Form Finish:
I . Standard form fini s h shall be basically smooth and even but shall be permitted to
have texture impa rted by the form materi a l used . Defects shall be repaired as
specified herein.
2. Use standard form finish for the following:
a . Exterior vertical surfaces from the foundation up to one foot below
grade.
b . Vertical s urfaces not exposed to view.
B . Smooth Form Finish:
l . Produce s mooth form finish by selecting form m a terials that will impart a
s mooth , ha rd , uniform texture . Arrange panels in an orderly and symmetrical
manner with a minimum of seams. Repair and patch defective areas as s pecified
herein .
2. Use smooth form finish for the following:
a. Exterior s urfaces that are exposed to view.
b. Surfaces that are to be covered with a coating material. The material
may be applied directly to the concrete or may be a covering bonded to
the concrete such as waterproofing, dampproofing, paintin g or other
si mil a r system.
c . Interior vertical surfaces of liquid containers.
d . Interi o r and exterior exposed beams and undersides of slabs .
CITY OF FORT WORTH (North Ho ll y WTP Pump Stati on Di scharge Pipe Repl acement]
(Ca pita l Project No. 1631] STANDARD CONSTRUCTION SPEC IFICATION DOCU MENTS
Re vised (04 /01/20 11 J
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
3.7
0 3 30 00-20
C AST-IN-PLACE C O NCRETE
Page 20 of 30
e. Surfa c es to r ec e ive a s mooth rubbed or g rout cleaned finish.
C . Smooth Rubbed Fini s h :
1. Provide s mooth, Class A , rubbed fini s h to concrete s urfaces, which have received
s mooth form fini s h a nd where all d efe ct s h ave been repaired , as follows :
a . Rubbing of concrete surfaces not later than the day after form removal.
b. Moistening of concrete s urfaces and rubbing with carborundum brick or
other abrasive until a uniform color and texture is produced. Do not
appl y cement g rout other th an that created by the rubbing process.
2 . Except where s urface s have been previou s ly covered as specified above , use
s mooth , Class A , rubbed finish for the followin g :
a. Interior expos ed walls and other vertical surfaces.
b. Exterior exposed walls and oth e r vertical s urfaces down to one foot
below grade .
c. lnterior and e xterior horizontal s urfaces, except exterior exposed slabs
and steps.
d. Interior exposed vertical s urfac es of liquid containers down to one foot
below liquid level.
e . Edges of concrete pipe supports, equipment bases and other
miscellaneous co ncrete bases and supports.
D . Related Unformed Surfaces:
I . At tops of walls, hori zontal offsets, and similar unformed surfaces occurring
adjacent to formed surfa ces, s trike off s mooth and finish with a texture matching
the adjacent formed surfaces. C ontinue the fin a l surface treatment of formed
s urfaces uniformly across the a djacent unformed s urfaces , unless otherwise
shown .
E . The addition of water to concrete s urfaces for purpos es of aiding finishing operations is
prohibited.
SLAB FINISHES
A . Float Finish:
I . After placing concrete s labs, do not work the surface further until ready for
floating. Begin floating when the surface water has di s appeared or when the
concrete has s tiffened s ufficiently . Check a nd level the surface plane to a
to lerance not exceeding I /4-inch in ten feet when tested with a ten foot
s traighted ge placed on the surface at not less than two different angles. Cut
down high s pots and fill all low spot s. Uniformly s lope surfaces to drains.
Immediately after le veling, refloat the surface to a uniform , smooth, granular
texture .
2 . Us e float fini s h for the following :
a. Interior exposed horizontal s urfaces of liquid containers, except those to
receive grout topping.
b . Exterior below grade hori zontal surfaces .
C ITY O F FORT WORT H [Nonh Holly WTP Pump Stat io n Di sc har ge Pipe Replac e me nt]
!Ca p ita l Project No . 163 1) STAN DARD CONST RUCTI ON S PEC IFI CATION DOCUMENTS
Re v is ed 104 /0 1/20 1 l)
I
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
3 1
32
33
34
35
36
37
3.8
3.9
0 3 30 00-2 1
CAS T -IN -PL ACE CONCRET E
Page 21 of 30
c . Surfaces to receive a ddition al fini shes , except as s hown on the Drawings
or specified .
B. Trowel Finish:
I. After floating, begin the first trowel fini s h operation using a powe r-dri v en trowel.
After concrete has stiffened sufficiently to permit operation and after bl eed water
has disappeared, hand or machine flo at the surface. Follow immedi a tely by steel
troweling at least twice with hand or m achine trowels .
2 . Consolidate the concrete s urface by the final hand troweling operation. Finish
shall be free of trowel marks, uniform in texture and appearance , and with a
surface plane tolerance not exceeding 1/8-inch in ten feet when tested with a ten
foot straight edge. Grind smooth s urface defects that would telegraph through
applied floor covering system.
3. Use trowel fini s h for the following :
a. Interior exposed slabs, unles s otherwise shown or s pecified.
b. Slabs to receive resilient floor finishes.
C. Non-Slip Broom Finish:
I . Immediately after float finishing , slightly roughen the concrete s urface by
brooming in the direction perpendicular to the main traffic route . Use fine
fiber-bristle broom , unless otherwi s e directed by the ENGINEER. Coordinate
the required final finish with ENG !NEER before application.
2. Use Non-Slip Broom Finish for the following:
a. Exterior exposed horizontal s urfaces subject to light foot traffic.
b . Interior and exterior concrete steps and ramps .
c. Horizontal surfaces which will receive a g rout topping or concrete
equipment bas e slab.
COMPONENT FINISHES
A . Finish of Components:
I. The finish of component type shall be as shown in the following table.
Component finish not listed in the following table shall be as designated above .
Component Required Finish
Pipe Gallery Slab Non Slip Broom Finish
Pipe Gallery Walls Standard Form Finish
CONCRETE CURING AND PROTECTION
A. General :
I. Protect freshly placed concrete from premature drying and excessive cold or hot
temperature, and maintain without drying at a relatively constant temperature for
C ITY O F FORT WO RT H [No nh Holl y \VTP P um p St a t io n Di scharge Pipe Replacement}
[C a pi ta l Project No. 16 31) ST A NDARD CONSTRU CTI ON S PECI FIC ATIO N DOCU MENTS
Re v ised [04/0 1/20 11 }
I
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
B.
2.
3.
0 3 30 00-2 2
CAST-IN-PLACE CONCRETE
Page 22 o f 30
the period of time necessary for hydration of the cement and proper hardening of
the concrete.
Start initial curing after placing and finishing concrete as soon as free moisture
has d isappeare d from the concrete s urface. K eep continuously moist for not le ss
th a n 72 hours.
Begi n fin a l curing procedures immedi ately following initial curing a nd before the
concrete has dried . Continue final curing for at least seven days a nd in
accordance with ACJ 301 procedures for a tota l curing period, initial plus final ,
of at least ten days . For concrete sections over 30-inches thick, continue final
curing for an additional s even days, minimum . A void rapid dryin g a t the end of
the final curing period .
Curing Methods:
1. Water retaining, below grade s tructures, and s labs s halJ be moi st cured by the
addition of water to maintain the s urfac e in a continually wet condi tion . Other
concrete s hall be cured by moist curing, or by moi sture retainin g cover curing, or
by the use of curing compound w he n permitted in writing by th e ENGINEER.
Use curing compound only when permitted by ENGINEER.
2 .
3.
4 .
a. For curing, use water that is fr ee of impurities th at cou ld e tch o r discolor
exposed, natural concrete s urfac es .
Provide moisture curing by any of the fo lJowin g methods:
a .
b .
C.
d.
Keeping the surface of th e concrete continuously wet by covering with
water.
Continuous water-fog spray.
Covering the concrete surface with curing mats , t horoughl y saturating
the mats with water, and keeping the mats continuously wet with s prin-
klers or porous hoses. Pl ace curing mats so as to provide coverage of the
concrete surfaces a nd edges , wi th a 4-inch la p ove r adjacent mats. If
necessary, the curing cover shall be weighted to m a intain contact with
the concre te s urface .
At the end of the curing period a ppl y one coat of curing c ompo und ,
unless concrete s urface is to rece ive a topping o r coating o r applic a tion is
waived by the ENGINEER.
Provide moisture retaining cover curing as follows:
a. Cover the concrete surfaces with th e s pecified moisture reta inin g cover
for curing concrete, pl aced in the widest practical width wi th s ides an d
ends lapped at least 3-inches and sealed by waterproof tape or adhesive.
Immediately repair any holes or te ar s during the curing period using
cover material a nd waterproof t a pe .
Provide liquid curing compound as follows:
a. Apply the specified curing compound to a ll cbncrete s urfaces when
permitted by ENGINEER. S la bs to receive terrazzo flo o rs , chemical
re s istant heavy duty concrete topping or ceramic tile , s hall not be cured
with liquid curing compound , but s hall be moisture cured. The com-
pounds s hall be applied immediately aft er final finishing in a continuous
C ITY OF FORT WORTH JNorth Ho ll y WTP Pump Station Di sc harge Pipe Rep lacement)
[Capital Project No. I 63 1) STANDARD CONS TRUCTION SPECIF ICATION DOCUMENTS
Revised 104 /01 /20 11)
I
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
C.
D.
E.
F.
b .
C.
OJ 30 00-23
CAST-IN-PLACE CONCRETE
Page 23 of30
operation by power spray equipment in accordance with the
manufacturer's di r ections. Recoat areas that are subjected to heavy
rainfall within three hours after initial application. Maintain the
continuity of the coating and repair damage to the coat during the entire
curing period.
When curing compound is authorized for application to water retaining
or below grade members, it shall be applied at the manufacturer's
recommended coverage rate and then a pplied again at the same rate to
provid e twice the recommended coverage.
At the end of the curing period , curing compound shall be removed
where required by the ENGINEER.
Curing Formed Surfaces :
I. Cure formed concrete s urfaces , including the undersides of girders, beams,
s upported s labs and other similar surfaces by moist curing with the forms in
pl ace unloosened for the full curing period or until forms are removed. Where
wood forms are kept in place, water shall be added to keep the forms wet. If
forms are removed , continue curing by methods specified above, as applicable.
Curing Unformed Surfaces:
I. Initially cure unformed s urfaces, such as slabs, floor topping, and other flat
surfaces by using the appropriate method specified above.
2. Final cure unformed surfaces, unless otherwise spec ified , by utilizing methods
specified above , as applicable.
Temperature of Concrete During Curing:
I.
2.
3.
When the atmospheric temperatures is 40°F and below, maintain the concrete
temperature between 50°F and 70°F continuously throughout the curing period.
When necessary , make arrangement before concrete placing for heating,
covering, insulation or housing as required to maintain the specified temperature
and moisture conditions continuously for the concrete curing period . Provide
cold weather protection complying with the requirements of AC! 306.
When the atmospheric temperature is 80°F and above, or during other climatic
conditions which will cause too rapid drying of the concrete , make arrangements
before the start of concrete placing for the installation of wind breaks or shading,
and for fog spraying, wet sprinkling, or moisture retaining covering. Protect the
concrete continuously for the concrete curing period. Provide hot weather
protection complying with the requirements of AC! 305, unless otherwise
s pecified .
Maintain concrete te mp erature as uniformly as possible, and protect from rapid
atmospheric temperature changes. A void temperature changes in concrete which
exceed 5°F in any one hour and 50°F in any 24 hour period.
Protection from Mechanic a l Injury:
I. During the curing period, protect concrete from damaging mechanical
disturbances includin g load stresses, heavy shock, excessive vibration, and from
damage caused by rain or flowing water. Protect all finished concrete surfaces
from damage by su bsequ e nt construction operations.
CITY OF FORT WORTH !North Holly WTP Pump Station Di sc ha rge Pipe Replacement)
(Capital Project No. 1631} STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 104 /01/20 11)
I
2
3
4
5
6
7
8
9
JO
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
3.10 FIELD QUALITY CONTROL
03 30 00-24
CAS T-IN-PLACE CONCRETE
Page 24 of 30
A. The OWNER shall employ a testing laboratory to perform field quality control te sting.
ENGINEER or te sting agency will direct the number of tests and cylinders required. The
testing laboratory shal l make standard compression test cylinders and entrained air tests
as specified below, except when a laboratory representative is n ot present the
CONTRACTOR shall make standard compression cylinders and entrained air tests.
CONTRACTOR s hall also provide all labor, material and equipment required including,
scale, glass tray , cones, rods, molds, air tester, thermometer, curing in a heated storage
box , water holding tank and all other incidentals required . Above will be su bject to
approval by ENGINEER. CONTRACTOR shall furnish all necessary s t orage and
curing, and transportation required by the testing.
B. Quality Control Testing During Construction:
I . Perform sampling and testing for field quality control during the placement of
concrete, as follows:
a. Sampling Fresh Concrete: ASTM C 172 .
b. Slump: ASTM C 143 ; one test for each concrete load at point of
discharge; and one for each set of compressive strength test s pecimens .
c. Air Content: AS!M C 231; one for every other concrete load at point of
discharge and placement, or when required by an indicatio n of change.
d. Compressi ve Strength Tests: ASTM C 39; one set of compression
cylinders for each 50 cubic yards or fraction thereof, of each mix design
pl ace d in any one day ; one specimen tested at seven days, and three
specimen s te sted a t 28 days.
I) Adjust mix if te st results are unsatisfactory and resubmit for
ENGINEER'S a pproval.
2) Concrete that does not meet the strength requirements is subject
to rejection and removal from the Work, or to other such
corrective measures as directed by ENG !NEER, a t the expense
of CONTRACTOR.
e. Compression Test Specimens: ASTM C 31; make one se t of four
standard cylinders for each compressive strength te s t , unless otherwi s e
directed .
I) Cast, s tore and cure specimens as specified in ASTM C 31.
f. Water Cementitious Materials Ratio : Perform one test from each sample
from which compression test specimens are taken in accordance with
AASHTO TP 23.
g. Concrete Temperature: 1est hourly when air temperature is 40°F and
below, and when 80°F and above; and each time a set of compression
te st specimens is made. Concrete temperatures measuring above 90
de grees F at any point prior to placement will be rejected -no exceptions.
2 . The testing laboratory shall subm it certified copies of t est results directl y to
ENGINEER and CONTRACTOR within 24 hours after tests are made.
C ITY OF FORT WORTH [N ort h Holl y WTP Pump Station Di sc ha rge Pip e Rep lacement)
I Capi tal Project No . 163 I) STANDARD CONSTRUCTION SPECI FI CATION DOCUM ENTS
Re vised 104 /01 /201 1]
1
2
3
4
5
6
7
8
9
10
I 1
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
3 .
03 30 00 -25
CAS T-IN -PL ACE CON C RET E
Page 25 o f30
The Concrete Mix Supplier s hall be given writ1en proce dures a nd notice to
observe initial cylinder sample retrieva l and testin g proce dure s su c h th at testing
procedures utili zed are agreed to by the Concre te Suppli e r a nd the Tes ting
Laboratory .
C. Evaluation of Quality Control Tests :
I.
2.
3.
C ITY OF FO RT WORTH
Do not us e concrete delivered to the final point of placement , w hich has s lump or
total air content outside the specified value s.
When water content testing indicates water-cementitious material s ratio to
exceed specified requirements by more than 0.02 , remaining batches needed to
complete the concrete placement shall have water content decreased in the mix
and water reducing admixture dosage increas ed as needed to bring the
subsequently batched concrete within the s pecified wa ter-cem e ntiti o us materials
r a tio. Additional testing shall be done to verify compli a nce with the s pecified
water-cementitious materials ratio . Concrete production for further concrete
placements shall not resume until CONTRACTOR has identified th e c a us e of the
e x cess water in the mix and revised batching procedures a nd/or a djustments to
mix design needed to bring water-cementitious material s ratio into conformance
with specified requirements have been a ccepted by the ENG fN EE R .
Compressive strength tests for labora tory-cured cylinders will be co ns idered
satisfactory if the averages of all sets of three cons ecutive compress ive strength
tests results equal or excee d the 28 day design compre ss ive s tren g th of the type
or class of concrete; and , no individual strength test fall s b e low th e required
compressive strength by more than 500 p s i.
a. Where questionable field conditions may ex ist during pl a cin g concrete or
immediately therea fter , strength test s of s pecimens cure d under field
conditions will be required by ENGINEER to check the ad e quacy of
curing and protecting of the c o ncrete placed . Spec im e n s s h a ll be molded
at the same time and from the same samples as the lab orato ry cured
specimens .
I)
2)
3)
Provide improved means and procedures for prote cting concrete
when the 28 day compressive strength of fi e ld-cure d cy linders is
le s s than 85 percent of companion la boratory-cure d c y linders .
When laboratory-cured cylinder s tre ngths are appreciably higher
th a n the minimum re quired compressive strength , fi e ld-cured
cylinder streng th s need not exceed the minimum required
compressive strength by more than 500 ps i eve n thou g h the 85
percent criterion is not met.
If individual te st s of laboratory-cured specim e n s produce
strengths more than 500 p s i below the required minimum
compressive strength, or if te sts of field-cured cy linders indicate
deficiencies in protection and curing, provide a dditional
measures to assure that the load-bearing capacity of the s tructure
is not jeopardi zed. If the likelihood of low-s tren gt h c o ncrete is
confirmed and computations indicate the load-bea rin g capa city
may have been significantly reduced , test s of cores drilled from
the a rea in que stion will be required at CONTRACTOR'S
expen se .
STA N DARD CO NS TR UCTION SPEC IFI CATIO N DO CU M ENTS
Revised [04 /0 1/201 1]
[North Holly WT P Pump Stat ion Discharge P,pe Rep lacem ent]
[ Capital Projec t No. 163 1]
I
2
3
4
5
6
7
8
9
JO
11
12
13
14
I 5
16
17
I 8
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
3.11
03 30 00-26
CAST-IN-PLACE CONCRETE
Page 26 of 30
b. If the compressive strength tests fail to meet the minimum requirements
specified, the concrete represented by such te sts will be considered
deficient in strength and subject to replacement , reconstruction o r to
other action approved by ENGINEER.
D . Testing Concrete Structure for Strength:
I . When there is evidence that the strength of the in-place concrete does not meet
specification requirements , CONTRACTOR shall employ at its expe n se the
services of a concrete testing service to take cores drilled from hardened concrete
for compressive strength determination. Tests shall comply with the
requirements of ASTM C 42 and the following:
a . Take at least three representative cores from each member or suspect
area at locations directed by ENGINEER.
b. Strength of concrete for each series of cores wi II be considered
satisfactory if their average compressive strength is at leas t 85 percent
and no single core is less than 75 percent of the 28 day required
compressive strength.
c. Report test results to ENGINEER, in writing, on the same day that tests
are made . Include in test reports, the Project identification name and
number, date, name of CONTRACTOR, name of concrete testing
service, location of test core in the structure, type or class of concrete
represented by core sample, nominal maximum size aggregate, design
compressive strength, compression breaking strength and type of break
(corrected for length-diameter ratio), direction of applied load to core
with respect to horizontal plane of the concrete as placed , and the
moisture condition of the core at time of testing .
2. Fill core holes solid with non-shrink , high strength grout, and finish to m atch
adjacent concrete surfaces .
3. Conduct static load test and evaluations complying with the requirements of ACI
318 if the results of the core tests are un satisfactory , or if core tests are
impractical to obtain, as directed by ENGINEER.
MISCELLANEOUS CONCRETE ITEMS
A. Temporary Openings
1. Openings in concrete walls and/or slabs required for passage of Work or
installation of equipment and not shown on the Drawings s hall be provided, but
only with approval of the ENGINEER.
2. All temporary openings made in concrete s hall be provided with waterstop in
below grade or water retaining members. Continuity of required reinforcement
shall be provided in a manner acceptable to the ENGINEER .
3. Temporary openings left in concrete s tructures shall be filled with concrete after
the Work causing the need for the opening is in place , unless otherwise shown or
directed. Mix, place and cure concrete as specified herein , to blend with in-place
construction . Provide all other mi sce llaneous concrete filling shown or required
to complete the Work.
B. Equipment Bases:
C ITY OF FORT WORTH [Nonh Holly WTP Pump Station Di sc harge Pipe Replacement]
[ Capi tal Project No. 163 I] STANDARD CONSTRU CTION SPECIF ICATION DOCUMENTS
Revised [04 /0 1/20 11]
l
2
3
4
5
6
7
8
9
10
I I
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
3.12
03 30 00-27
CAST-IN-PLACE CONCRET E
Page 27 of 30
I . Un less s p ec ific a lly shown otherwise, provide concrete bases for a ll pumps and
other equipment. CONTRACTOR shall coordinate and construct bases t o the
dimensions shown, or as require d to m eet manufacturers; requireme nt s an d
Draw ing e leva tions. Where no specific elevations are shown , b ases s ha ll be 6-
inches thi c k and extend 3-inches outside the metal equipment b ase or s upports.
B ases s hall ha ve smooth trowel finish, unless a spec ia l fini s h suc h as terrazzo,
ceramic tile or he avy duty concrete topping is required. In those cases, provide
a ppropriate concrete finish.
2. Include all c o ncrete equipment base work not s pecifical ly included und e r oth er
Sections.
3. In general, place bases up to I-inch bel ow the metal b ase. Proper ly s him
equipment to grade and fill I-inch void with n o n-shrink gro ut as s pec ifi e d in
Section 03 60 00, Grout.
C. Curbs :
I . Provide monolithic finish to interior curbs by stripping fo rms while concrete is
still g reen and steel-troweling surfaces to a hard , dense finish wit h corners,
interse ctions, and terminations slightly rounded.
2 . Exterior curbs shall have rubbed finish for vertical s urfa ces and a broomed fini sh
for top s urfaces.
CONCRETE REPAIRS
A. Repair of Formed Surfaces :
I . The following defects s hall be repaired in a ll types of formed finishes:
a. Spalls, a ir bubbles, rock pockets , form depressions, a nd o th e r defect s th at
a re more than I /4-inch in depth.
b . Holes from tie rods and other form tie sys tems.
c. F ins, offsets and other projections that extend m o re than I /4-inch beyo nd
the designated member surface .
d. Structural cracks, as defined by the ENGINEER.
e. Non-s tructural cracks, as defined by the ENGINEER, which a re g re at e r
th a n 0.010-inch wide. In water retaining membe rs , e levated s labs su bject
to rainfall and washdown, and below grade members, a ny crack that
s hows a ny amount of leakage. Where it is not possi ble to verify that a
crack is not leaking, it shall be repaired.
2. The following defects shall be repaired in s mooth finish su rfaces, in ad dition to
those li sted above:
a. Spall s, air bubbles, rock pockets , form depressions, and o ther defects
which extend to more than 1/2 -inch in w idth in any directi o n , no matt e r
how deep.
b . Spall s, air bubbles , rock pockets, form depre ss io ns, and o ther defect s of
a ny s ize that exceed three in numbe r in a 12 -inch sq uare or 12 in numbe r
in a three foot s quare.
CITY OF FORT WORD-I INonh Holly WTP Pump Station Di scharge Pipe Replacement)
[Capita l Project No . 1631) STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS
Revised 104 /0 1/20 11)
I
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
3.
C.
d .
e .
03 30 00 -2 8
CAST-IN-PLACE CONCRETE
Page 28 of JO
Fins , offsets and other projections shall be completely removed and
smoothed.
Scratches and gouges in the surface .
Texture and color irregularities. At water retaining surfaces, texture and
color irregularities need not be repaired when greater than 12-inches
below the minimum normal operating water surface, except where such
defects are indicative of reduced durability.
Where a smooth rubbed or grout cleaned finish is specified, minor surface
defects repairable by the finishing process need not be repaired prior to the finish
application , when approved by the ENGINEER.
B. Method of Repair ofForrned Surfaces:
I.
2.
3 .
4 .
5.
6.
7 .
CIT Y OF FO RT WORTH
Repair and patch defective areas with cement mortar or concrete repair mortar
immediately after removal of forms and as directed by ENGTNEER. Repairs
made to water bearing and buried surfaces shall be made with repair mortar only.
Repairs of form tie holes on water bearing or buried surfaces shall be made with
non-shrink grout as specified in Section 03600, Grout.
Cut out honeycomb, rock pockets, voids, and holes left by tie rods and bolts ,
down to solid concrete but, in no case, to a depth of Jess than I-inch for cement
mortar and 1/2-inch for repair mortar. Make edges of cuts perpendicular to the
concrete surface. Before placing the cement mortar, thoroughly clean and
brush-coat the area to be patched with the specified bonding agent. Where
concrete repair mortar is used , bonding agent shall be optional and the surface
prepared and mortar placed per manufacturers recommendations.
a. Repairs at exposed-to-view surfaces shall match the color of surrounding
concrete , except color matching is not required for the interior surfaces
of liquid containers up to one foot below liquid level. CONTRACTOR
shall impart texture to repaired surfaces to match texture of existing
adjacent surfaces. Provide test areas at inconspicuous locations to verify
mixture , texture and color match before proceeding with the patching.
Compact mortar in place and strike off slightly higher than the
surrounding surface.
Structural cracks shall be pressure grouted using an injectable epoxy using a
pumped pressure system. Apply in accordance with the manufacturer's directions
and recommendations.
Non-structural cracks shall be pressure grouted using hydrophilic resin. Apply in
accordance with the manufacturer's directions and recommendations.
Determination of the crack type shall be made by the ENGINEER.
Fill holes extending through concrete by means of a plunger-type gun or other
suitable device from the least exposed face , using a flush stop held at the exposed
face to ensure completely tilling. At below grade and water retaining members ,
fill holes with concrete repair mortar except use a color matched cement mortar
for the outer 2-inches at exposed to view surfaces.
Where powerwashing and/or scrubbing is not adequate, abrasive blast
exposed-to-view surfaces that require removal of stains , grout accumulations,
STA NDARD CO NS TR UC TI ON SPEC IFI CATION DOCUMENTS
Rev ise d 104/0 1/20 11]
!N orth Holl y WTP Pump Stati on Di sch arge Pip e Re pl acement]
!Ca pita l Proj ect No . 163 1]
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
C.
D.
03 30 00-29
C AST-IN -PLA CE CONCRETE
Page 29 of 30
sealing compounds, and other substances marring the surfaces. Use sand finer
than No. 30 and air pressure from 15 to 25 psi.
Repair of Unformed Surfaces:
I.
2.
3 .
4.
Test unformed surfaces, such as monolithic slabs, for smoothness and to verify
surface plane to the tolerances specified for each surface and finish . Correct low
and high areas as herein specified.
Test unformed surfaces sloped to drain for trueness of slope, in addition to
smoothness, using a template having the required slope. Correct high and low
areas as herein specified.
Repair finish of unformed surfaces that contain defects that adversely affect the
durability of the concrete . Surface defects include crazing, cracks in excess of
0.01-inch wide, spalling, popouts, honeycomb, rock pockets, and other
objectionable conditions .
Repair structural cracks in all structures and non-structural cracks in
water-holding structures. ln water-holding structures, where the dry face of the
concrete member can be observed, cracks that show any rate of water flow shall
be repaired. Where the dry face of the member cannot be observed, all cracks
shall be repaired.
Methods of Repair of Unformed Surfaces:
I.
2.
3.
4.
Correct high areas in unformed surfaces by grinding, after the concrete has cured
suffi ciently so that repairs can be made without damage to adjacent areas.
Correct low areas in unformed s urfaces during, or immediately after completion
of surface fini s hing operations by cutting out the low areas and replacing with
fre s h concrete. Finish repaired areas to blend into adjacent concrete. Where the
concrete has already set and repairs are required, sawcut around the perimeter of
the a rea to be repaired to a I /2 -inch depth and remove concrete so that the
minimum thickness of the repair is 1/2 -inch. Apply specified concrete repair
mortar in accordance with the manufacturer's directions and recommendations .
Repair defective areas, except random cracks and single holes not exceeding
I -inch diameter, by cutting out and replacing with fresh concrete. R e move
defective areas to sound concrete with clean, square cuts, and expose reinforcing
s teel with at least 3/4-inch clearance all around. The minimum thickness of the
repair s hall be 1.5-inches. Dampen all concrete surfaces in contact with patching
concrete a nd brush with the specified bonding agent. Place patching concrete
while the bonding agent is still t ac ky . Mix patching concrete of the same
materials and proportions to provide concrete of the same classification as the
original adjacent concrete. Place, compact and finish as required to blend with
adjacent finished concrete. Cure in the same manner as adjacent concrete.
Repair iso lated random non-structural cracks (in members which are not below
grade or water retaining), and single holes not over I -inch diameter, by the
dry-pack method. Groove the top of cracks , and cut out holes to sound concrete
and clean of dust, dirt and loose particles. Dampen all cleaned concrete s urfaces
and brush with the specified bonding age nt . Place dry-pack before the cement
grout t akes its initial set. Mix dry-pack, consisting of one part port land cement to
2-1 /2 p a rts fine aggregate pass ing a No . 16 mesh sieve, using only enough water
as required for ha ndling and placing. Compact dry-pack mixture in pl ace and
CITY OF FORT WORTH [North Hol ly WTP Pump Stati on Di scharge Pipe Replacement]
[Capi tal Project No . 163 1] STANDARD CONSTRUCTION S PE C !l'ICAT ION DOCUMENTS
Rev ised [04/0 1/20 11]
I
2
3
4
5
6
7
8
9
10
11
12
13
14
E.
DATE
5 .
6.
7 .
8.
03 30 00-30
CAST-IN -PLA CE CONCRETE
Page 30 o f30
finish to match adjacent concrete . Keep patched areas continuously moist for not
less than 72 hours.
Structural cracks s hall be pres s ure g routed u sing a n injectable epoxy . Apply in
accordance with the m anufacturer's directions and recommendations .
Non-structural cracks in below grade and water retaining structures shall be
press ure grouted u s ing hydrophilic re si n. Apply in accordance with the
manufacturer's directions and recomm e ndations .
Determination of the crack type shall be made by the ENGINEER.
Assure that surface is acceptable for flooring material to be in stalled in
accordance with manufacturer's recommendations.
Other Methods of Repair:
1. Repair methods not s pecified above may be used if approved by ENG !NEE R.
END OF SECTION
Revision Log
NAME SUMMARY Of CHANGE
C ITY OF FORT WORTH !Nonh Holly WTP Pump Stat ion Di sc h arge Pipe Replacement]
!Ca pital Projec t No . 163 1) STANDARD CONSTRUCTION S PECIFI CATION DOCUMENTS
Revised 104 /0 1/20 11]
03 34 I 6 - I
CONC RETE BASE MATE RIAL FOR TR EN CH REPAIR
Page I o f 4
I SECTION 03 34 16
2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR
3 PARTI-GENERAL
4 I.I SUMMARY
5 A. Section includes : Concrete base material for trench repair.
6 B . Deviations from City of Fort Worth Standards:
7 I. None .
8 C. Related Sections include the following:
9 I. Section 03 30 00 -Cast-in-Place Concrete .
10 1.2 PRICE AND PAYMENT PROCEDURES
11 A. Measurement and Payment:
12 I . Concrete is a subsidiary to structure or items being placed.
13 1.3 REFERENCES
14 A . American Concrete Institute (ACl):
15 I. 30 I , Specifications for Structural Concrete.
16 B . ASTM International (ASTM):
17 I . C31, Standard Practice for Making and Curing Concrete Test Specimens in the
18 Field .
19 2 . C33 , Standard Specification for Concrete Aggregates .
20 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete
21 Specimens.
22 4 . C42 , Standard Test Method for Obtaining and Testing Drilled Cores and Sawed
23 Beams of Concrete.
24 5. C 143 , Standard Test Method for Slump of Hydraulic-Cement Concrete .
25 6. C 172, Standard Practice for Sampling Freshly Mixed Concrete .
26 7. ~231, Standard Test Method for Air Content of Freshly Mixed Concrete by the
27 Pressure Method.
28 8. C260, Standard Specification for Air-Entraining Admixtures for Concrete.
29 9 . C6 l 8, Standard Specification for Coal Fly Ash and Raw or Calcined Natural
30 Pozzolan for Use in Concrete.
31 10. Cl 064, Standard Test Method for Temperature of Freshly Mixed Hydraulic-
32 Cement Concrete.
33 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USEDJ
34 1.5 SUBMITT ALS
35 A. Provide submittals in accordance with Section 01300 -Submittal Procedures .
36 B . All submittals shall be approved by the Engineer or the City prior to delivery and/or
37 fabrication for specials .
C ITY OF FO RT WO RT H
STA N D A RD CONSTRUCTI ON SPEC lFICA TION DOCU M ENTS
R evi sed [04 i 0 1/201 I]
[N o rth Ho ll y WTP Pump S tati o n Di sc harg e Pipe Re place m e nt]
I Ca pita l Project No. I 63 I )
03 34 16 -2
CONCRETE BASE MAT ERIAL FOR T RENC H R E PA IR
Pa ge 2 o f 4
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
2 A . Submit proposed mix design for Engineer 's review a minimum of two w eeks prior to
3 start of low density concrete backfill work .
4 1.7 CLOSEOUT SUBMITTALS [NOT USED)
5 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED)
6 1.9 QUALITY ASSURANCE (NOT USED)
7 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED]
8 1.11 FIELD CONDITIONS (NOT USED]
9 1.12 WARRANTY (NOT USED)
JO PART 2-PRODUCTS
11 2.1 OWNER-FURNISHED OR OWNER-SUPPLIEDPRODUCTS (NOT USED]
12 2.2 PRODUCT TYPES AND MATERIALS
13 A . Mix Desi gn
14 I . Performance requirements:
15 a. Concrete Base Material for Trench Repair:
16 I) Twenty-eight-day compressive strength of not less than 750 pounds per
17 square inch and not more than 1,200 pounds per square inch .
18 B . Material s
19 I . Portland cement: Type n low alkali portland cement as specified in Section 03 30
20 00 .
21 2 . Fl y a s h: Class F fly ash in accordance with ASTM C 618 .
22 3 . Water: As specified in Section 03 30 00 .
23 4 . Admixture: Air entraining admixture in accordance with ASTM C 260 .
24 5. F_ine aggregate: Concrete sand ( does not need to be in accordance with
25 ASTM C 33). No more than 12 percent of fine aggregate s hall pass a No. 200 sieve ,
26 and no plastic fines shall be present.
27 6 . Coarse aggregate: Pea gravel no larger than 3/8 inch.
C IT Y OF FOR T WO RTH
ST AN DARD C ONSTR UCT ION SPEC IF ICAT ION DOCUMENTS
Revi sed 104 /0 1/20 11]
[North Ho ll y WTP P um p S tat io n Di scharge P ipe Re pl acement]
[Ca p ital Proj ect No. 16 3 1 J
03 34 16 -3
CO NCRET E BASE MATERIAL FO R TREN CH RE PAIR
Pag e 3 of 4
2.3 ASSEMBLY OR FABRICATION TOLERANCES (NOT USED]
2 2.4 ACCESSORIES (NOT USED}
3 2.5 SOURCE QUALITY CONTROL (NOT USED!
4 PART 3 -EXECUTION
5 3.1 INSTALLERS (NOT USED]
6 3.2 EXAMINATION (NOT USED]
7 3.3 PREPARATION (NOT USED]
8 3.4 INSTALLATION
9 A. Place concrete base material by any method which preserves the quality of the material
IO in terms of compressive strength and density:
11 I. The basic requirement for placement equipment and placement methods is the
12 maintenance of its fluid properties .
13 2 . Transport and place material so that it flows easily around, beneath , or through
14 walls, pipes, conduits , or other strnctures .
15 3. Use a s lump, consistency, workability, fl ow characteristics, and pumpability (where
16 re quired) suc h that when placed , the material is self-compacting, self-densifying,
17 and has sufficient plasticity that compaction or mechanical vibration is not required.
18 3.5 REPAIR (NOT USED]
19 3.6 RE-INSTALLATION (NOT USED]
20 3.7 FIELD QUALITY CONTROL
21 A. General:
22 I . Make provisions for and furnish all materi a l for the test s pecimens, and provide
23 manual assistance to assist the Engineer in preparing said s pecimens .
24 2. Be re sponsib le for the care of and prov iding curing condition for the test speci mens.
25 B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained
26 according to ASTM C 172 according to the following requirements:
27 I. Testing Frequency: Obtain one composite sample for each day's pour of each
28 concrete mixture up to 25 cu. yd ., plus one set for eac h additional 50 cu. yd. o r
29 fraction thereof.
30 2. Slump: ASTM C 143; one test at point of placement for each composite sa mple,
3 1 but not less than one test for each day's pour of each concrete mixture. Perform
32 additional te sts when concrete consistency appears to change.
33 3 . Air Content: ASTM C 231 , pressure method , for normal-weight concrete; one te st
34 for each composite sample, but not less than one test for each day's pour of each
35 concrete mixture.
36 4. Concrete Temperature : ASTM C I 064; one test hourly when air temperature is 40
37 deg F and below and when 80 deg F and a bove, and o ne test for each composite
38 sa mple.
39 5 . Compression Test Specimens: ASTM C 31.
40 a . Cast and lab ora tory cure four cylinders for each composite sample.
C ITY OF FORT WO RTH
STANDARD CONST RUCT ION SPEC IFICA TI ON DOCUMENTS
Re v ised [04 /01 /20 11 J
[N o rth Holly WTP Pump Stati on Di sch ar ge Pipe Replacement)
[Capi ta l Proj ect No . 163 1)
03 34 16 -4
CONCRETE BASE MAT ERIAL FOR TRE NCH RE PAIR
Page 4 of 4
I I ) Do n ot tran s p ort fi e ld cast cy lin de rs u ntil t hey h ave c ured fo r a minimum o f
2 24 h ou rs.
3 6 . Compress ive -Stre ngt h Tests : AST M C 39 ;
4 a . Test on e cylind er at 7 d ays .
5 3.8 SYST EM STARTUP [NOT U SED]
6 3.9 ADJUSTING [NOT USED]
7 3.10 CLEANING [NOT USED]
8 3.11 CLOSEOUT ACTIVITIES !NOT USED]
9 3.12 PROTECTION [NOT USED]
10 3.13 MAINTENANCE jNOT USED)
11 3.14 ATTACHMENTS !NOT USED]
12 END OF SECTION
13
Re vi s io n Log
DA TE N AM E SUMMA RY OF C HANGE
14
(2 0 I O M ay 2 0)
CITY OF FO RT WORT H
STANDARD CON STR UC TI ON SPEC IFICATI ON DOCU MENT S
Revi sed [04 /0 1/20 11]
[No nh Holly WT P Pump Stati on Di scharge Pipe Rep lacem ent]
[Ca pit al Projec t No. 163 1]
036000-1
GROUT
Page I of9
1 SECTION 03 60 00
2 GROUT
3 PART 1 GENERAL
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
1.1 SUMMARY
A. Scope:
I . Provide all labor, m a terials, equipment, and incidentals as shown, specified and
required to furnish and install grout.
2. The types of grout include the following:
a.
b.
C.
d.
Non-Shrink Grout: This type of grout is to be used whe rever grout is
shown in the Contract Documents, unless another type is spec ifically
referenced. Two classes of non-shrink grou t (Class I and 11) and a reas of
application are specified herein.
Non-Shrink Epoxy Grout (Class Ill).
Grout Fill, Topping Grout.
Construction Joint Grout.
B. Related Sections:
C.
I. Division O -Bidding Requirements, Contract Forms, and Conditions of the
Contract
2.
3.
4.
Division I -General Requirements
03 30 00-Cast-In-Place Concrete.
05 05 I 0-Anchorages
Application: The following is a li stin g of ty pica l applications and the corre sponding type
of grout which is to be used . Unless indicated otherwise, grouts shal l be provided as
listed below whether called for on the Drawings or not.
Application
Beam and column ( I or 2 story) base plates and
precas t concrete bearing les s than 16-inches in the
lea st dimension.
Column base plates and precast concrete bearing
(greater than 2 story or larger than 16-inches in
the least dimension).
Base pl ates for storage tanks and other non-
motorized equipment and machinery le ss than 30
horsepower.
Machinery over 30 horsepower and equipment
Type of Grout
Non-shrink Class II
Non-shrink Class I
Non-s hrink Class I
Non-shrink Class III
CITY O F FORT WORTH !North H olly WTP Pump Sta ti on Di sc har ge Pipe Replacement]
!Capital Project No. 1631 J STANDARD CONSTRUCTION SPECIFI C A TJON DOCUMENTS
Revised 104 /01/201 1]
2
3
4
5
6
7
8
9
JO
11
12
13
14
15
16
17
18
19
20
21
22
23
1.2
unde r 30 hor se powe r but subject to severe shock
loa d s and h igh vi brati o n.
Filling bl ocko ut s pac es for embedded item s such
as raili ng po sts, gate g uide fram e s , etc.
Toppin gs and concrete fill less than 4-inches thick.
Toppin gs and concrete fill greater than 4-inches
thick .
All anchor bolts and reinforcing steel set in grout.
An y a pplic ation not li sted above , where grout is
called for on the D ra wings.
QUALITY ASSURANCE
03 60 00-2
GROU T
Page 2 of 9
Non-shrink Clas s lJ (Cl ass I
where placement time ex ceeds
15 minutes)
Grout Fill , Topping Grout
Class A 1 Concrete in
accordance with Section 03300,
Cast-In-Place Concrete.
Refer to Section 03 20 00 ,
Concrete Reinforcement, and
Section 05 05 I 0 , Anchorages .
Non-shrink Class I, unless noted
otherwise
A . R e fere nce St andards: Comply with applicable provisions and recommendations of the
followin g , except as otherwise shown or specified .
I. ACI 211.1, Practice for Selecting Proportions for N o rmal , He a vy-We ight and
M ass Concrete.
2. AC! 301 , Specification for Structural Concrete (Includes ASTM St a ndards
re ferr ed to herein).
3 . ASTM C 33 , Specification for Concrete Aggregates.
4 . ASTM C 109 , Test Method for Compressive Strength of Hy draulic Cement
M o rtars (using 2-in . or 50 mm. Cube Specimens).
5: ASTM C 150, Specification for Portland Cement.
6. ASTM C 230 , Specification for Flow Table for use m Tests of Hy draulic
Cement.
7. ASTM C 531 , Test Method for Linear Shrinkage a nd Coefficient of Thermal
Ex pa n s ion of Chemical-Resistant Mortars , Grouts , and Monolithic Surfacings.
8. ASTM C 579, Test Method for Compres sive Strength of Chemical-Res is tant
M o rtars , Grouts, Monolithic Surfacings and Polymer Concretes .
9. ASTM C 827 , Test Method for Early Volume Change of Cementitious Mixtures.
I 0 . ASTM C 882, Test Method for Bond Strength of Epoxy-Resin Sy s t em s Us ed
with Concrete .
11 . ASTM C 937 , Specification for Grout Fluidifier for Preplaced-Agg regate
Concre te.
CIT Y OF FORT WORT H !North Ho lly WTP Pump St at ion Di sc harge Pipe Re pla cem ent]
I Ca pi tal ProJec t No . 163 1) STAN DAR D CONSTR UCT ION SPE CIFI CAT ION DOCU MEN TS
Rev ise d !04/0 1/20 11)
I
2
3
4
5
6
7
8
9
JO
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
1.3
03 60 00-3
G RO UT
Page 3 of9
12 . ASTM C 939, Text Method for Flow of Grout for Prep laced-Aggregate Concrete
(Flow Cone Method).
13. ASTM C I I 07 , Specification for P ac kag ed Dry , Hydraulic-Cement Grout (Non-
s hrink).
I 4 . ASTM C 1181, Tes t Method for Compressive Creep of Chemical-Res istant
Polymer Machinery Grouts.
15. ASTM D 696 , Test Method for Coefficient of Linear Thermal Expan s ion of
Plastics.
B. Field Tes ts:
I. Compres sion test specimens will be taken during construction from the first
placement of each type of grout, and at intervals thereafter as selected by the
OWNER to ensure continued compliance with these specifications.
2. Compression tests and fabrication of specimens for non-shrink grout will be
performed as specified in ASTM C I 09 at intervals during construction as
selected by the OWNER . A set of three specimens will be made for testing at
seven days, 28 days, and each additional time period as appropriate.
3. Compression tests and fabrication of specimens for epoxy grout will be
performed as specified in ASTM C 579, Method B , at intervals during
construction as selected by the OWNER . A set of three specimens will be made
for testing at seven days , and each earlier time period as appropriate .
4. The cost of all laboratory tests on grout will be borne by the OWNER, but
CONTRACTOR shall assist in obtaining specimens for testing. However,
CONTRACTOR shall be charged for the cost of any additional tests and
investigation on work performed which does not conform to the requirements of
the specifications. CONTRACTOR shall supply all materials necessary for
fabric a ting the test specimens.
SUBMITTALS
A. Shop Drawing s , submit for approval the following :
I . For Grout Fill and Construction Joint Grout, copies of grout des ign mix and
laboratory test reports for grout strength tests.
B . Reports and Certificates, submit for approval the following:
1. For proprietary materials, submit copies of manufacturer's certification of
compliance with the specified properties for Class I, II , and III grouts.
2 . Submit certified testing lab reports for ASTM C 1107, Grade B and Grade C (as
revi s ed herein) requirements for Class I and II grouts tested at a fluid consistency
for temperatures of 45 , 73.4 , 90 °F with a pot life of 30 minutes at fluid
cons istency.
3 . Submit certification that materials meet specification requirements for
nonproprietary materials.
4 . Submit certifications that all grout s used on the project are free of chlorides o r
other chemicals causing corrosion.
CITY O F FORT W O RTH !No rth Ho ll y WTP Pu m p Sta ti on Di sc ha rge P ipe Re pl acemen t]
fCapi ta l Projec t No . 1631] STANDARD CONSTRU CTIO N S PE C IFI C AT IO N DOC UM ENTS
Revised 104/0 1/201 1)
1
2
3
4
5
6
7
1.4
5.
0 3 60 00 -4
GROUT
Pag e 4 of9
Manufacturer's specifications and installation instructioils for all proprietary
material s .
PRODUCT DELIVERY, STORAGE AND HANDLING
A .
B.
Delivery of Materials : Grout materials from manufacturers shall be delivered in
unopened containers and shall bear intact manufacturer's labels.
Storage of Material s : Grout materials shall be stored in a dry shelter and shall be
protected from moi s ture.
8 PART 2 PRODUCTS
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
2.1 GROUTS
A.
B.
C.
General: Non-shrink grout shall be a prepackaged, inorganic, flowable , non-gas-
liberating, non-metallic , cement-based grout requiring only the addition of water.
Manufacturer's instructions shall be printed on each bag or other container in which the
materials are packaged. The specific formulation for each class of non-shrink grout
specified herein shall be that recommended by the manufacturer for the particular
application .
Class I Non-Shrink Grout:
I.
2.
3.
4.
5 .
6.
Class I non-shrink grouts shall have a minimum 28 day compressive strength of
7000 psi. This grout is for precision grouting and where water tightness and non-
shrink reliability in both plastic and hardened states are critical. Refer to areas of
application as specified herein.
Shall meet the requirements of ASTM C 1107 Grade C aild B (as modified
below) when tested using the amount of water required to achieve the following
properties:
a. Fluid consistency (20 to 30 seconds) in accordance with ASTM C 939.
b. At temperatures of 45, 73.4 , and 95 °F .
The length change from placement to time of final set shall not have a shrinkage
greater than the amount of expansion measured at 3 or 14 days. The expansion at
3 or 14 days s hall not exceed the 28-day expansion .
The non-shrink property is not based on a chemically generated gas or gypsum
expans ion.
Fluid grout shall pass through the flow cone, with a continuous flow , one hour
after mixing.
Product and Manufacturer : Provide one of the following:
a.
b.
C.
Mas terflow 928, as manufactured by Master Builders, Inc.
Five Star Grout , as manufactured by Five Star Products, Inc.
Hi-Flow Grout, as manufactured by the Euclid Chemical Company
Class II Non-Shrink Grout :
l. Class 11 non-shrink grouts shall have a minimum 28 day compressive strength of
7000 p s i. This grout is for general purpose grouting applications as specified
herein.
C ITY OF FOR T WO RTH !Nort h Holl y WTP Pump Statio n Di sch a rge Pipe Repl acement]
!Ca pit al Proje ct No. 16 3 1] STAN DARD CONS TRUCT ION SPEC IFI CATI ON DOCUMEN TS
Revised !04 /01 /20 11]
I
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
D.
03 60 00-5
G RO UT
Page S o f9
2 . Shall meet the requirements of ASTM C 1107 a nd the following requirements
when tested using the amount of water required to achieve the following
properties:
a . Flowable consistency (140 percent flow on ASTM C 230, five drops in
30 seconds).
b. Fluid working time of at least 15 minutes .
c. Flowable for at least 30 minutes.
3. The grout when tested shall not bleed at maximum allo w ed w ater.
4. The non-shrink property is not based on a chemically generated gas or gypsum
expansion.
5 . Product and Manufacturer: Provide one of the following:
a. Set Grout, as manufactured by Master Builders, lnc .
b . NBEC Grout, as manufactured by Five Star Products, lnc .
c . NS Grout, as manufactured by the Euclid Chemical Company .
Class lil Non-Shrink Epoxy Grout:
I . Epoxy grout shall be a flowable , non-shrink, I 00 percent s olids sy s tem . The
epoxy grout system shall have three components: resin , harden e r, and specially
blended aggregate, a ll premeasured and prepackaged. The resin component shall
not contain any non-reactive diluents. Resins containing butyl glycidyl ether
(BGE) or other highly volatile and hazardous reactive diluents are not acceptable.
Variation of component ratios is not permitted , unless specifica ll y recommended
by the manufacturer. Manufacturer's in s truction s shall be printed on each
container in which the materials are packaged . The followin g properties shall be
attained with the minimum quantity of aggre g ate allowe d by the manufacturer.
2 . Product and Manufacturer: Provide one of the following:
a . Euco High Strength Grout , as manufactured by The E uclid Chemica l
Company .
b . Sikadur 42 Grout Pak, as manufactured by Sika Corporation .
c. Five Star Epoxy Grout, as manufactured by Five Star Products, lncorpo-
rated .
3. The vertical volume change at al l times before hardening sha ll be between 0 .0
percent shrinkage and four percent expansion when meas ured according to
ASTM C 827 (modified for epoxy grouts by using an indicator bal l with a
specific gravity between 0.9 and 1.1 ). Alternately, epoxy g routs which maintain
an effec ti ve bearing area of not less than 95 percent are acceptable .
4 . The length change after hardening shall be negligible (less than 0.0006 in/in) and
the coefficient of thermal expansion shall be less than 0 .00003 in/in/F when
tested in accordance to th e requirements of ASTM C 531 .
5 . The compressive creep at one year s hall be negligible (les s than .00 I in/in) when
tested under a 400 psi constant load at l 40°F in accordance to the requirements
of ASTM C 11 81.
C IT Y OF FO RT WO RTH j No nh Hol ly WTP Pum p Stat io n Di sc harge Pipe Rep lacement]
!Capi ta l Projec t No . 163 1] ST AN DA RD CO NSTRUCTI ON S PEC fFICATIO N DOCU M EN T S
Revised j04 /0J/20 1 I]
I
2
3
4
5
6
7
8
9
10
I I
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3 0
3 1
32
33
34
35
36
37
3 8
39
40
41
E.
F.
G .
6.
03 60 00-6
GROUT
Page 6 of 9
The seven day compressive s tr e n gt h shall be a minimum of 14 ,000 psi when
t est e d in acco rd a nce to the requirements o f ASTM C 579.
7 . The grout s hall be capable of maintaining at le as t a flow ab le consistenc y fo r a
minimum of30 minutes a t 70 °F.
8 . The shear bond s tren g th to portland cement concrete shal l be g reater th an the
shear strength of the concrete w h en tested in accordance to the requirements o f
ASTM C 882.
9. The effective bearing area s h a ll be a minimum of 95 percent.
Grout Fill , Topping Grout:
I.
2.
3 .
4.
Grout for topping of s la bs a nd concrete fil l for built-up surfaces of tank , channel,
and b as in bottoms shall be composed of cement , fine aggre gate , coarse
aggregate, water, and admixtures proportioned and mi xed as specified herein . All
materials and procedures s pecified for normal concrete in Section 03300, Cast-
in-Place Concrete, shall a pply except as noted otherwise herein .
Coarse aggregate shall be graded as follows:
U.S. STANDARD
SIEVE SIZE
1/2-inch
3/8-inch
No . 4
No. 8
No . 16
No. 30
PE RC ENT BY
W E IGH T PASSING
100
9 0to 100
20 to 55
5 to 30
0 to 10
0
Final mix design shall be as determined b y tri a l mi x design und e r supe rvisio n of
the a pproved t esting laborato ry.
Strength : Minimum compress iv e s trength of Grout Fill at th e e nd of 28 da ys
s h a ll be 4000 psi .
Construction Joint Grout:
I. Construction Joint Grout approximates Class A 1 concrete, as s pecified in Section
03 30 00, with aggregate coarser th a n 1/2-inch removed. T h e mix is t o be
des ig ned as flowable with a hi gh mortar content. It is inte nd ed to be pl aced over
construction joints and mixed wi th Class A I concrete as spec ifi e d in Secti o n 03
30 00 , Cast-In-Pl ace Concrete . The mi x requirement s are as follows :
a. Compressive Strength: 4 ,000 psi minimum at 28-days .
b.
C.
d.
Maximum Water-Cement Ratio : 0.45 by weight.
Coarse Aggregate : ASTM C33, No . 8 s ize .
Fine Aggregate: ASTM C33, approximately 60 percent by we igh t of
total aggregate .
Requiremen t s fo r Grout Fill and Cons tru cti o n Joint Grout
CITY OF FORT WORTH [Nonh Holl y WTP Pump Station Discharge Pipe Replacement)
[Capita l Project No . 1631] STANDARD CONSTRUCTION SPEC IFI CATION DOCUMENTS
Revised [04 /01 /2 0 11 ]
I
2
3
4
5
6
7
8
9
10
1 I
12
13
14
I 5
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
2.2
2.3
I.
2.
3 .
4 .
5 .
03 60 00-7
GROUT
Page 7 of9
Proportion mixes by ei th e r la b orato ry trial batch or field experience methods,
using materia ls to be emp loyed on the Project fo r gro ut required . Comply w ith
AC I 2 11.1 a nd report to ENGTNEER the following data:
a.
b.
C.
d.
e.
f.
g.
h.
I.
J.
Complete identification of aggregate source of s uppl y .
Tests of aggregat es for compliance with specified requirements.
Brand , type and composition of cement.
Brand, type and a m o unt of each admixtu re.
Amounts of wa ter used in trial mixes.
Proportions of eac h m a t e ri a l per cubic yard .
Gross we igh t an d yield per cub ic yard of tri a l mixtures.
Measured s lump.
Measured ai r content.
Compress ive strength d eve lop e d a t seven days and 28 days , from not le ss
than three t est s pecimens cast for eac h seven d ay and 28-day test , a nd for
eac h de s ign mix .
Submit w ritt en reports to ENGINEER of proposed mix of grout at least 30 days
prior to start of Work. Do not begin grou t production until mi xes have been
approved by ENGINEE R.
Laboratory Tria l Batches: When laborato ry tri a l batches are used to se le c t grout
proport ions , prepare tes t spec im e ns a nd conduct strength t ests as s pec ifi e d in AC I
30 I , Section 4 -Proportioning. However, mixes need not be designed for great e r
th an 125 percent of the s pecified stre ngt h , re gardless of the stand ard deviation of
the production faci lity.
F ie ld Ex perien ce Method: When field ex p erience methods a re u sed to se lect
grout proportions, establish propo rtion s as s pecifi e d in ACI 30 1, Section 4 .
Ad mi xtures: Use air-entraining a dmi x ture in a ll grout. Use a mounts of
ad mi x tures as recommended by the manufacturer for climatic conditions
prevailing a t the time of placing. Adjust qu a ntitie s and ty pes of admixtures as
requi red to m a in tain qu a lity control. Do not use ad mi x tures which have not been
incorporated a nd tested in th e accepted design mix , unl ess otherwise a uthori zed
in writing by ENG INEE R .
CURING MATERIALS
A. Curing mat e ri a ls s h a ll be as s pec ified in Section 03 30 00, Cast-in-Place Concrete, and as
rec o mm ended by th e manufacturer of pre pac kaged g routs.
CONSISTENCY
A.
B.
C.
The consistency of grout s s ha ll be th a t necessary to com plete ly fill th e space t o be
grouted fo r the particular a pplic a tion .
The s lump fo r topping gro ut a nd grou t fill shall b e adj ust ed to match placement a nd
fini shing conditio n s , but shall not exceed 4-inch es.
The s lump for Con structi o n Joi nt Grout s ha ll be 7 ± I -inch es.
C ITY OF FORT WORTH !N o rth Ho ll y WTP Pump Stati on Di scharge Pi pe Re p lacement]
[Ca pital Project No . 16 31 J STANDARD CONSTRUCTION S PECIFI CA TIO N DOC UME NTS
Revised [04 /0 1/20 11 J
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
03 60 00-8
GROUT
Pa ge 8 of 9
PART 3 EXECUTION
3 .1
3.2
INSPECTION
A. CONTRACTOR s ha ll examine the s ubstrate a nd conditions under which grout is to be
pl a ced and notify OWNER, in writing, of unsati sfa ctory conditions. Do not proceed with
the Work until un satisfa ctory conditions have been corrected in a manner acceptable to
ENGINEER .
INSTALLATION
A. General :
B.
C.
D.
E.
J.
2.
3 .
4.
Place grout as shown on the Drawings and in a ccordance with manufacturer's
instructions . lf manufacturer's in s truction s conflict with the Specifications do not
proceed until ENGINEER provides clarification .
Manufacturers of proprietary products shall make available upon 72 hours
notific ation the services of a qualified , full time employee to aid in assuring
proper u se of th e product under job conditions.
Placing grout shall conform to temperature and weather limitations in Section 03
30 00 , Cast-In-Place Concrete.
Grout shall be cured following manufacturer 's instructions for prepackaged grout
and the requirement s in Section 03 30 00, Cast-In-Place Concrete , for grout fill
and topping g rout.
Column s, Beam s and Equipment Bases:
J.
2 .
Epoxy gro ut: After shimming equipment to proper grade, securely tighten
anchor bolts. Prope rly form around th e base plates, allowing sufficient room
around the edges for pl ac ing the grout. Adequate depth between the bottom of
the base plate and the top of concrete bas e must be provided to assure that the
void is completely filled with the epoxy grout.
Non-shrink, non-metallic grout: After s himming columns, beams and equipment
to proper grade , se curely tighten anchor bolts . Properl y form around the b ase
plates allowing sufficient room around the edges for placing the grout. Adequate
depth between the bottom of the base plate and the top of concrete base must be
provided to assure that the void is completely filled with the non-s hrink,
non-metallic grout.
H a ndrails and Railings:
I . After post s have been properly in s erted into the holes or sleeves, fill the annular
s p ac e between posts a nd sleeve with the non-s hrink , non-metallic grout. Bevel
grout a t juncture w ith post so th at moi sture flow s away from post.
Construction Joints:
I . Place a 4-inch minimum thick layer of Construction Joint Grout over the contact
surface of the old concrete at the interface of horizontal construction joints as
specified in Section 03 25 I 0 , Concrete Joint s, and Section 03 30 00, Cast-In-
Pl ace Concrete.
T o pping Grout :
C IT Y OF FORT WORTH [Nonh Holl y WTP Pump Stat ion Di scharge Pipe Replacement]
[Capi tal Projec t No . 1631] STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS
Revi se d 104 /01 /2011]
I
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
F.
DATE
[2010JAN06]
1.
2 .
3.
4 .
5.
6.
03 60 00-9
GROUT
Page 9 of 9
All mec hanical , e lectrical , and fini s h work s hall be completed prior to placement
of topping grout. The base slab shall be given a roughened textured surface by
sandblasting or hydroblasting exposing the aggregates to ensure bonding to the
base slab.
The minimum thickness of grout topping shall be I-inch .
The base slab s h a ll be thoroughly cleaned and brought to a sa tura ted su rface dry
condition prior to placing topping and fill. No topping concrete shall be placed
until the slab is complete free from standing pools or ponds of water. A thin coat
of neat Type 11 cement s lurry shall be broomed into the surface of the s lab a nd
topping or fill concrete shall be placed while the slurry is still wet. The topping
and fill shall be compacted by rolling or tamping, brought to established grade,
and floated .
Topping grout placed on sloping slabs shall proceed uniformly from the bottom
of the slab to the top, for the full width of the placement.
The s urface shall be te s ted with a straight edge to detect high and low spots
which shall be immediately eliminated . When the topping has hardened
sufficiently, it shall be steel troweled to a smooth surface free from pinholes and
other imperfections. An approved type of mechanical trowel may be used as an
assist in this operation, but the last pass over the s urface s hall be by
hand-troweling. During finishing, no water, dry cement or mixture of dry cement
and sand shall be a pplied to the surface.
Cure and protect the grout topping as specified in Section 03 30 00, Cast-ln-Place
Concrete.
Grout Fill
I.
2 .
3.
All mechanical , electrical, and finish work shall be completed prior to placement
of grout fill. Grout fill s hall be mixed, placed , and fini s hed as required in Section
03 30 00, Cast-In-Place Concrete.
The minimum thickness of grout fill shall be I-inch. Where the fini s hed surface
of grout fill is to form an intersecting angle of less than 45 degrees with the
concrete s urface it is to be placed against, a key s hall be formed in the concrete
surface at th e intersection point. The key shall be a minimum of 3-1/2-inches
wide by 1-1 /2-inches deep.
The surface shall be tested with a straight edge to verify that the s urface slopes
uniformly to drain and to detect high and low spots which shall be immediately
eliminated . When the grout fill has hardened sufficiently, it s hal l be steel
troweled to a s mooth s urface free from pinholes and other imperfections. During
finishing, no water, dry cement or mixture of dry cement and sand shall be
applied to the surface.
END OF SECTION
Revi s ion Log
NAME SUMMARY OF CHANGE
C ITY OF FORT WORTH !North Holly WTP Pump Stati on Di sch a rge Pipe Replacement]
!Capita l Project No . 1631] STANDARD CONSTRUCTION SPEC IFI CATION DOCUMENTS
Revi sed 104/0 1/2 0 11 J
SECTION 03 74 00
03 74 00-1
MODIFICATIONS TO EX ISTING CONCRETE
Page I o fS
2 MODIFICATIONS TO EXISTING CONCRETE
3 PART I 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
1.1
1.2
SUMMARY
A.
B.
Scope of Work :
I. Furnish all labor, materials, equipment, and incidentals required and cut, remove,
repair, or otherwise modify parts of existing concrete structures or appurtenances as
shown on the Drawings and as specified herein . Work under this Section s ha ll also
include bonding new concrete to existing concrete.
Related Sections:
I. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division I -General Requirements
3 . 03 10 00-Concrete Formwork.
4. 03 20 00-Concrete Reinforcement.
5. 03 25 I 0-Concrete Joints and Joint Accessories.
6. 03 30 00-Cast-in-Place Concrete.
7. 03 60 00-Grout.
8. 05 50 I 0-Miscellaneous Metal Fabrications.
9. 07 92 00-Joint Sealers.
QUALITY ASSURANCE
A. Referenced Standards: Comply with prov1s1ons of following codes, specifications, a nd
standards , except as otherwise indicated .
t. ASTM C88 l -Standard Specification for Epoxy-Resin-Base Bonding System s for
Concrete
2. ASTM C882 -Standard Test Method for Bond Strength of Epoxy-Resin Systems
Used with Concrete by Slant Sheer
3. ASTM D570 -Standard Test Method for Water Absorption of Plastics
4 . ASTM D638 -Standard Test Method for Tensile Properties of Plastics
5. ASTM D695 -St a ndard Test Method for Compressive Properties of Ri gi d Pla s tics
6. ASTM D732 -Standard Test Method for Shear Strength of Plastics by Punch Tool
7. ASTM D790 -Standard Test Methods for Flexural Properties of Unreinforced and
Reinforced Plastics and Electrical Insulating Materials
B. No existing structure or concrete shall be shifted , cut , removed , or otherwise altered until
authorization is given by the Engineer or where directed in the Drawings.
CITY OF FORT WORTH [Nonh H o ll y WTP Pump S tation Discharge Pipe Replace ment]
[Cap ital Project No 1631] STANDARD C ONSTRU CTIO N S P EC IFI CA TION DOCUMENTS
Revis ed [04/01 /2011]
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
1.3
1.4
C.
D .
03 74 00-2
MODIFICAT IONS TO EXISTING CONCRETE
Page 2 of S
When rem ovin g m ate rial s or portions of existing structures and when making openings in
e x istin g s tructure s, a ll precautions s hall be t aken and all necessa ry barriers, shoring and
bracing, a nd other protective devices s ha ll be erec ted to preven t damage to the structures
beyond the limits necessary for the new work , protect personnel , control dust , and to prevent
damage to the structures or contents by falling or fl yi ng debris. Unless otherwise permitted,
s h own , or specified, lin e drilling will be required in cutting existing concrete.
Manufacturer Qualifications : The manufacturer of the specified products shall have a
minimum of IO yea rs experience in the manufac ture of such products and shall have an
ongoing prog ram of training, certifying, and technica lly supporting the Contractor's personnel.
SUBMJTTALS
A.
B .
C.
Submit to the Engineer, in accordance with Section O I 3 0 00 a Schedule of Demolition, and
the detailed methods of demolition to be used at each location.
Submit manufacturer's technical literature on all product brands proposed for use to the
E ngineer for review. The submittal shall include the manufacturer's installation and/or
ap plication in structions.
Wh e n s ubstitutions for acce pta ble brands of m a terials s pecified herein are proposed, submit
brochures and technical data of the proposed s ubstitutions to the Engineer for approval before
delivery to the project.
DELIVERY, STORAGE, AND HANDLING
A.
B.
Deliver the specified products in original, unopened containers with the manufacturer's name,
labels, product identification , and batch numbers.
Store and condition the s pecifi e d product as rec o mmended by the manufacturer.
23 PART 2 PRODUCTS
24
25
26
27
28
29
30
31
32
33
34
35
36
37
2.1 MATERIALS
A. General
I. Mat e rials s hall comply with this Section and any state or local regulation s.
B. Epoxy B o nding A ge nt
I.
2 .
CITY OF FORT W O RTH
General
a.
Material
a.
The epoxy bonding agent shall be a two-component, so lvent-free , asbestos-
free , moisture-insensitive epoxy resin material used to bond plastic concrete
to ha rde ned concrete complying with the requirements of ASTM C88 I ,
l'ype V , a nd the additional requirements s pecified herein.
Properties of the cured material:
(I)
(2)
Compressive Strength (ASTM D695): 8 ,500 psi minimum at 28
days
Tensile Strength (ASTM 0638): 4 ,000 psi minimum at 14 days
STANDARD CONSTR UCTION SP ECIFI C ATI O N DOCU MENTS
Rev ised [04 /0 1/2 0 1 I ]
[North Holl y WTP Pump Station Discharge Pipe Replacement)
[ Capita l Proj ect No . l 63 I]
I
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
C.
D.
E.
3.
(3)
(4)
(5)
(6)
(7)
03 74 00-3
MODJFICA TIONS TO EXIST[NG CONCRETE
P age 3 of S
Flexural Strength (ASTM D790 -Modulus of Rupture): 6,300 psi
minimum a t 14 days
Shear Strength (ASTM D732): 5,000 psi minimum at 14 days
Water Absorption (ASTM D570 -2 hour boil): I percent maximum
at 14 days
Bond Strength (ASTM C882) Hardened to Plastic: 1,500 psi
minimum at 14 days moist cure
Color: Gray
Approved manufacturer's include: Sika Corporation, Lyndhurst, New Jersey -
Sikadur 32, Hi-Mod; Master Builder's, Cleveland, Ohio -Concresive Liquid (LPL);
or W.R. Meadows.
Epoxy Paste
I.
2.
3 .
General
a. Epoxy Paste shall be a two-component, solvent-free, asbestos free, moisture
insensitive epoxy resin material used to bond dissimilar materials to concrete
such as setting railing posts, dowels , anchor bolts, and all-threads into
hardened concrete and shall comply with the requirements of ASTM C881 ,
Type I, Grade 3, and the additional requirements specified herein.
Material
a. Properties of the cured material:
(I)
(2)
(3)
(4)
(5)
(6)
(7)
Compressive Properties (ASTM D695): I 0,000 psi minimum at 28
days
Tensile Strength (ASTM D638): 3,000 p s i minimum at 14 days.
E longation at Break -0.3 percent minimum
Flexural Strength (ASTM D790 -Modulus of Rupture): 3,700 psi
minimum at 14 days
Shear Strength (ASTM D732 ): 2 ,800 psi minimum a t 14 days
Water Absorption (ASTM D570): 1.0 percent maximum at 7 days
Bond Strength (ASTM C882): 2 ,000 psi at 14 days moist cure
Color: Concrete grey
Approved manufacturer's include:
a.
b.
Overhead app lication s: Sikadur Hi-mod L V 31, Sika Corporation,
Lyndhurst , New Jersey; Concresive 1438, Master Builders, Inc ., Cleveland,
Ohio; or W.R. Meadows.
Sikadur Hi-mod L V 32 , Sika Corporation, Lyndhurst , New Jersey;
Concresive 1438, Master Builders, Inc ., Cleveland, Ohio ; or W.R. Meadows.
Non-Shrink Precision Cement Grout Non-Shrink Cement Grout, and Non-Shrink Epoxy
Grout are included in Section 03 60 00 , Grout.
Repair Mortars: See Section 03 93 00.
CITY OF FORT WORTH [Nonh Ho ll y WTP Pump Station Discharge P ipe Replacement]
{Capi ta l Project No. 1631 J STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS
Revised {04/01/20 11]
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
03 74 00-4
MODrFICATIONS TO EX JSTING CONCRETE
Page 4 o fS
PART 3 EXECUTION
3.1
3.2
3.3
GENERAL
A .
B.
C.
D.
Cut, repair, reuse, demolish, excavate, or otherwise modify parts of the existing structures or
appurtenances, as indicated on the Drawings, specified herein , or necessary to permit
completion of the Work . Finishes, joints, reinforcements, sealants, etc., are speci fied in
respective Sections. All work shall comply with other requirements of thi s of Section an d as
s hown on the Drawings.
All commercial products specified in this Section shall be stored, mixed , and a pplied in strict
compliance with the manufacturer's recommendations.
In all cases where concrete is repaired in the vicinity of an expansion joint or control joint the
repairs shall be made to preserve the isolation between components on either side of the joint.
When drilling holes for dowels/bolts at new or existing concrete, drilling s hall stop ifrebar is
encountered. As approved by the Engineer, the hole location shall be relocated to avoid rebar.
Rebar shall not be cut without prior approval by the Engineer. Where possible, rebar
locations shall be identified prior to drilling us ing "rebar locators" s o that drilled hole
locations may be adjusted to avoid rebar interference.
CONCRETE REMOVAL
A .
B.
C.
D.
E.
F.
Concrete designated to be removed to specific limits as shown on the Drawings or directed by
the Engineer, shall be done by line drilling at limits followed by chipping or jack-hammering
as appropriate in areas where concrete is to be taken out. Remove concrete in such a manner
that surrounding concrete or existing reinforcing to be left in place and existing in place
equipment is not damaged. Sawcutting at limits of concrete to be removed sha ll only be done
if indic a ted on the Drawings, or after obtaining written approval from the Engi neer.
Where existing reinforcing is exposed due to saw cutting/core drilling a nd no new material is
to be placed on the sawcut surface, a coating or s urface treatment of epoxy paste shall be
applied to the entire cut surface to a thickness of 1/2-in. Rebar s hall be drilled and grinded to
establish minimum cover requirements prior to application of the s urface treatment as detailed
in the Drawings.
Ii:i all cases where the joint between new concrete or grout and existing concrete will be
exposed in the finished work , except as otherwise shown or spec ified , the joint shall be
grooved and grouted after the new concrete placement has fully cured as directed in the
Drawings.
Concrete s pecified to be left in place that is damaged shall be repaired by ap proved means to
the satisfaction of the Engineer.
The E ngineer may from time to time direct the Contractor to make addi tional repairs to
existing concrete. These repairs s hall be made as specified or by s uch other methods as may
be appropriate.
All demolished concrete and other demoli shed materials shall be removed offsite by the
Contractor.
CONNECTION SURFACE PREPARATION
C ITY OF FORT WORTH [North Holly WTP Pump S tat ion Di s charge Pipe Replac ement]
!Cap ital Project No . 1631] STANDARD CONSTR UCT IO N SPEC IFI CAT ION DOCUMENTS
Re vised (04 /0 1/20 11]
I
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
A.
8 .
C.
D .
E.
DATE
03 74 00-5
MODIF ICAT IONS TO EXISTING CONCRETE
Page 5 of S
Connection surfaces sh a ll be prepared as s pecifi e d be low fo r concrete areas requmng
patching , re pairs or modifications as s hown on th e Drawings, specified herein , or as directed
by the Eng in ee r .
Rem ove a ll d e teriorat e d materials, dirt , oi l, g re ase, and all other bond inhibiting materials
from the s ur face by dry mechanical means, i.e ., sandblas tin g, grinding, etc., as approved by
the Engineer. Be s ure the areas are not less than I /2-in in d e pth . Irregu lar voids or s urface
s tones need n o t b e removed if they are sound, free of laitance, and firmly embedde d into
parent c onc rete, subject to final in spection .
If reinforcing steel is exposed , it must be mechanically cleaned to remove al l contaminants,
rust, etc ., as approved by the Engineer . If half of the diameter of the reinforcing s tee l is
exposed, chip out behind the steel. The di st ance chipped behind the stee l shall be a minimum
o f 1-in. Reinforcin g to be saved s h a ll not be damaged during the demolition o pera tion .
Reinforcin g fr om ex isting demolished concrete that is shown to be incorporated in new
concrete s h a ll be cleaned by mechanical means to remove a ll loose material and products of
corrosion before proceeding w ith the repair. It sha ll be cut, bent, or la pped to new reinforcing
as s hown on the Drawings an d provide d with I-in minimum cover a ll around.
The following are s pecific con crete surface preparation "meth ods" to be used where call ed fo r
on the Drawings, s pecified herein , or as directed by th e Engineer. Adhesive dowelin g s ha ll be
in accordance with Section 03 21 50.
I.
2 .
3.
Method A: After the ex isting concrete surface a t connection has been roughened and
cleaned, th orou g hly moisten the ex ist in g surface with water. Brus h on a I /16-i n layer
of cement a nd wat e r mixed to the consistency of a heavy paste . Imm e diatel y after
a pplica ti o n of cement paste, place new concrete o r grout mixture as detail e d on the
Drawin gs.
Method B : After the existing concrete s urface has been roughen e d a nd cleaned ,
a pply epoxy bonding agent at connection surface. The field preparati o n and
a pplication of the epoxy bonding agent shall comply st ri c tl y w ith the m a nufacturer's
recomme ndations . Place new concrete o r grout mixture to limits shown on the
Drawings w ithin time con strai nts recommende d by the manufacture r to e n s ure bo nd .
Whe re no method is specifi e d , Method B shall be u sed.
END OF SECTION
Revision Log
NAME SUMMARY OF CHANGE
CITY OF FORT WORT H [Nonh Ho ll y WTP Pump Station Di scharge Pipe Re plac em e nt]
[Capital Proj ect No . 16 31] STANDARD CONSTRUCTION SPECIF ICAT ION DOCUMEN TS
Revised [04/01 /2011]
0 3 93 00 -I
CONCRETE REPAIR A N D REHAB ILITAT ION
Page I of 12
I SECTION 03 93 00
2 CONCRETE RE PAIR AND REHABILITATION
3 PART 1 GENERAL
4
5
6
7
8
9
IO
1 I
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
1.1
1.2
SUMMARY
A.
B .
C.
Scope:
I . CONTRACTOR shall prov ide all la bor , m a terials , equipm en t an d incidentals as
s hown , s pecified and required to repair or rehabi lit at e a ll exist in g concrete
members a nd s urfaces identified in the Contract Documents.
2. CONTRACTOR s hall repair a ll damage to n ew concrete construction as
spec ifi ed herein , except th at where s uch re pairs are specified in Secti on 03 3 0 00,
Cast-in-Place Concrete.
Coordination:
I . Review installation procedures und er other Sections an d coordinate the
installation of it e m s that must be includ ed w ith the repair a nd reh abi litation of
concret e.
Related Sect ions:
I . Division O -Bidding Requirements, Contract Forms , and Conditions of the
Contract
2. Division I -General Re quirem en t s
3. 03 30 00-Cast -in-Pl ace Concrete.
QUALITY ASSURANCE
A . R eference St and ards: Comply w ith th e app lic ab le provisions and recommendations of
the fo ll owing, exce pt as o th e rwi se s hown o r specified :
I.
2 .
3 .
4.
5.
6.
7 .
8.
ASTM C I 09, Test Method for Com pressive Strengt h of Hydraulic Cement
Mortars.
ASTM C 157 , Tes t M ethod for Length Change of Hardened Cement Mortar a nd
Conc re te.
A STM C 348, Sta ndard T est Method for Flexural Strength of Hydraulic Cement
Mortars
ASTM C 496, Standard Test Method fo r Splitting Tens il e Strength of Cy lindrical
Concrete Specimens
ASTM C 882 , Test Method for Bond Strength of Epoxy-R es in Systems Used
wi th Concrete .
ASTM D 412, Test Methods fo r Vulcanized a nd Th e rm op las tic Rubbers and
Thermopl as tic E las t o me rs -Tension .
ASTM D 570, T est Method for Water A bsorption of Pl asti cs.
ASTM D 624, Test Method for Tear Strength of Convention a l Vulcanized
Rubber a nd Thermopl astic Elastomers.
CITY OF FORT WO RT! I !No rth Ho ll y WTP Pump Stati on D is ch arge Pi pe Re pl a cement]
!Ca pit a l Project No. 1631] STANDARD CON STR UC TI ON SPE C IFI C ATI ON DOCUM ENTS
Revi sed !04 /0 1/2 0 11 ]
1
2
3
4
5
6
7
8
9
10
11
12
13
14
I 5
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
1. 3
1. 4
B.
9.
10.
1 ].
12.
13.
14.
03 93 00 -2
CONCRETE REPA[R AND REHABILITATION
Pa ge 2 of 12
ASTM D 638, Tes t Method for Tensile Properties of Plastics.
ASTM D 695, Test Method for Compressive Properties of Plast ics.
ASTM D 732 , Test Method for Shear Strength of Plastics by Punch Tool.
ASTM D 790, Tes t Method for Flexural Properties of Unreinforced and
Reinforced Plastics and Electrical Insulating Materials .
ASTM D 903 , Tes t Method for Peel or Stripping Strength of Adhesive Bonds.
ASTM G 109, Test Method for Determining the Effects of Chemical Admixtures
on the Corrosion of Embedded Steel Reinforcement in Concrete Exposed to
Chloride Environments.
Construction Tolerances: Construction tolerances shall be as specified in Section 03 30
00, Cast-in-Place Concrete, except as specified herein and elsewhere in the Contract
Documents.
SUBMITTALS
A. Shop Drawings: Submit for ap proval the following :
1.
2.
CONTRACTOR s hall submit manufacturer's product information and
recommended placement procedures for all repair materi als.
CONTRACTOR shall s ubmit Shop Drawings, when requested by ENGINEER,
to show all methods for supporting existing structures, pipes , etc., during
demolition and repair activities.
PRODUCT DELIVERY, STORAGE AND HANDLING
A.
B.
Delivery of Materials:
1.
2.
Conform to the manufacturer requirements and supplementary requirements
below.
Deliver all materials to the job si te in original, new and unopened packages and
containers bearing manufacturer 's name and label , and the following
information.
a.
b.
C.
Name or title of m aterial.
Manufacturer's stock number and date of manufacture .
Manufacturer's name.
Storage of Materials:
1.
2.
,..,
-'·
4.
5.
Conform to the manufacture r require ments and supplementary requirements
below.
Storage only acceptable project materials on project s ite .
Store in a suitable location approved by ENGINEER. Keep area clean and
accessible.
R es trict sto rage to repair materials and rel a ted equipment.
Comply with health and fire re g ul ations including the Occupational Safety and
Health Act of 1970.
C ITY OF FORT WORTH JNon h Holl y WTP Pump Stati on Di sc harge Pipe Re placem ent]
[Capita l Pr ojec t No . 163 1] STA NDARD CONSTRUC TI ON SP ECIF ICATION DOCUMENTS
Revised [04/0 I/2011]
2
3
4
5
6
03 93 00 -3
CONCRETE REPAlR AND REH AI3 1LIT ATION
Page 3 of 12
C. Handling of Materials:
I.
2.
Conform to the manufacturer requirements and supplementary requirements
below.
Handle materials carefully to prevent inclusion of foreign material s. Do not open
containers or mix components until necessary preparatory Work ha s been
completed an d application Work will start immedi a tely.
7 PART 2 PRODUCTS
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
2. 1
2. 2
REPAIR MORT AR -HAND-APPLIED
A. Repair mortar shall be a prepackaged cement based product specifica lly formulated for
the repair of concrete surface defects . The repair mort ar shall be a two-component
polymer-modified, portland cement, fast setting, trowel-grade mortar. The repair mortar
shall be en h anced with a penetrating corrosion inhibitor and sha ll have the following
properties:
B.
C.
Physical ProQerty Value ASTM
Standard
Compressive Strength (minimum) C 109
at I day: 2000 psi
at 28 days: 6000 psi
Bond Strength (minimum) C 882*
at 28 days: 1800 psi
* Modified for use with repair mortars.
Where the leas t dimension of the placement in width or thickness, exceeds 4-inche s, the
repair mortar shall be extended by addition of aggregate as recommended by the
manufacturer.
Product and Manufacturer: Provide one of the following :
I . SikaTop 122 Plus or SikaTop 123 Plus , as manufactured by Sika Corporation.
2 . Emaco S88-CI or S66-CI, as manufactured by BASF.
REPAIR MORT AR -SPRAY-APPLIED
A. Rep a ir mortar s hall be a prepackaged cement based product s pecifically formulated for
the repair of concrete surface defects. The repair mortar shall be a single-component,
cementitious, si lic a fume enhanced, fiber reinforced , sh rinkage compensated , sprayab le
repai r mortar. The repair mortar shall have the following properties:
Physical ProQerty
Standard
Compressive Strength (minimum)
a t I day:
at 28 days:
Value
3500 psi
9000 psi
ASTM
C 109
CITY OF FO RT WORTH (N o nh Ho ll y WTP Pump St ation Di sc harge P ipe Replace ment]
(Capital Project No. 163 I) STANDARD CONS TRUCTION SPECIFICATION DOCUMENTS
Rev ised [04 /0 1/20 11]
2
3
4
5
6
7
8
9
JO
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
2.3
2.4
B.
0 3 93 00 -4
CONC RETE REPAIR AND REHA BILIT ATI ON
Flex ural Stren gth at 28 days
Tens ile Stre ngt h at 2 8 d ays
Slant Shear Bond Strength (minimum)
at 28 days:
* Modified for us e with repair mortars.
Product and Manufacturer: Provide one of the following:
1000 psi
700 psi
2250 psi
I.
2.
SPJ 5 Spray Mortar, or Emaco S88-Cl, as manufactured by BASF.
SikaRepair 224 , as manufactured by Sika Corporation .
Pa ge 4 o f 12
C 348
C 496
C 882*
EXPOSED REBAR REPAIR
A .
B .
B .
Reinforcing steel : Deformed , new billet steel bars, Grade 60.
Corrosion Inhibitor :
I. The corrosion inhibitor shall be a three-component, solvent-free, moisture-
tolerant , epoxy-modified, cementitious product formulated as a bonding agent
and anti-corrosion coating. It shall have the following properties:
Phy s ical Property
Standard
Compressive Strength (minimum)
at 3 day s:
at 28 days :
Fl e xural Strength at 28 days
Tens ile Strength at 28 days
Bond Stren gth (minimum)
at 14 day s , moist cure :
* Modified for us e with repair mortars .
Product and Manufacturer: Provide one of the following :
I. Emaco P24 , as manufactured by BASF .
Value
4500 psi
8000 psi
1000 psi
600 psi
2000 p s i
2. Armatec 110 EpoCem, as manufactured by Sika Corporation.
ASTM
C 109
C 348
C 496
C 882*
CRACK REPAIR -POLYURETHANE
A. Repair material s hall be a very low viscosity hydrophobic polyurethane grout specially
formulated to form a tough , flexible, closed cell gasket in very tight joints and hairline
cracks, ha ving the following properties (cured material , unless noted otherwi s e):
Solids ( uncured)
Vi s cos it y (uncured)
CIT Y OF FORT WOR TH
100%
150-250 cps
D 2369 B
02196A
[N orth Holl y WTP Pump Stat ion Di sc harge Pip e Repl acement ]
!Capi tal Project No . 163 1) STANDARD CONSTRUCTION SPECI FI CAT ION DOCUMEN TS
Revised [04 /0 1/2011)
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
2.5
Dens ity
Tens ile Strength
E longation
Shrinkage
Influence of pH
Toxicity
NSF 61 Pot a ble Water a pproved Yes
03 93 00 -5
CONCRETE RE PAIR AND REHABILITATlON
8 .76 -9.20 lbs/ga l
174 p s i
250%
Le ss th an 4%
D 3574
D 3574
D 3574
D 3574
No influe nce between 2-11
Non-toxic
Page 5 of 12
STRIP AND SEAL EXPANSION JOINT COVER
A . Sys tem s h a ll consi s t of Hy pa lon sheeting a nchored with a two-component epoxy re s in
adhesive.
B. E poxy Re s in Adhesive s ha ll conform to ASTM C 881 , and h ave the following properties
(cured ma terial unle ss noted o th e rwi se):
Physical Property Value ASTM Standard
Potlife (mi xe d, uncured mat e rial) 25-45 minutes
Consistency (mixed, uncured mat!.) Non-sag ( I /2 in . thick)
Tack -F ree Time to Touc h 2-3 hours at 73 °F
Tensile Strength 3600 ps i at 14 days D 638
Elongation at break 0.4 % at 14 days D 638
Modulus o f E lasticity 7.5 x 10 5 psi at 14 days 0638
Compress ive Strength 12000 psi at 28 days 0695
Flexural Strength 4400 psi at 14 days D 790
Shear Stren gth 3400 ps i at 14 day s 0732
W ater Absoption 0 , 79% at I day D 570
Bond Strength -(2-day dry cure) 3300 psi C 882
( 14-day moi st cure) 2400 psi C 882
C. H y palon Sh eeting s hall have the following properties :
CITY O F FORT WORTH !North Holl y WTP Pump Stati on Di scharge Pipe Replacem ent]
I Capi ta l Project No . 16 3 I ] STANDARD CONSTRUCTION SPECIFICAT IO N DOCUMENTS
Rev ised [04 /0 I/2 0 11]
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
Physical Property
Tens ile Strength
Elongation at Break
Tensile Set after Break
Tear Resistance
Value
1000 ps i
8 0 0 %
400 %
250 lb .f in .
0 3 93 00 - 6
CONC RET E REPAIR AND REHABILITATION
D 624
Pag e 6 of 12
ASTM Standard
0412
0412
0412
Low Temperature Performance Maintained to -40°F
Ozone Resistance (3-month exposure) -
Water/ozone (3 ppm) No Effect
Air/ozone (2-300 ppm ) No E ffect
Note: Tests performed with material and curing conditions at 71-75 °F and 45-55% relative humidity.
PART 3 EXECUTION
3. 1
3.2
INSPECTION
A.
B.
CONTRACTOR shall examine areas and conditions under which repair Work is to be
installed , and notify ENGINEER , in writing, of conditions detrimental to proper and
timely compl e tion of Work. Do not proceed with Work until unsatisfactory conditions
have been corrected in a manner acceptable to ENGIN E ER .
Prior to and during the first stage s of surface preparation and material installation , a
qualified repre s entative of the material manufacturer, thoroughly trained for quality
control of the materials being in s talled , shall visit the site to consult with the Contractor
installing the products to verify site conditions, surface preparation , and material
s election and installation.
GENERAL
A . S.urface Preparation :
I.
2.
The entire area to be repaired shal I have all laitance, foreign material, existing
coating s , and unsound concrete removed by mechanical means, including
chipping, abrasive blasting or hydroblasting. The s urface shall be further
roughened as specified herein. Where non-shrink grout or repair mortar is used,
any additional surface preparation s tep s recommended by the manufacturer shall
be performed.
Where repair concrete, shotcrete, or cement grout is used , and a bonding agent is
not required , or where the repair mortar or non-shrink grout manufacturer
recommends a wet or saturated surface, water shall be delivered to the surface
continuously for a minimum of four hours. Where large surface areas are to be
repaired , fog spray nozzles mounted on stands shall be provided in sufficient
numbers s uch that the entire surface to be repaired is in contact with the fog
s pray cloud . The concrete shall be prevented from drying until after the repair
operation is completed. Unrepaired s urfaces s hall be rewetted by water spray on
C IT Y OF FORT WO RTH INo nh Holl y WTP Pump Stati on Di sch arge Pi pe Repl acement]
[ Capita l Proje ct No . 1631] STANDARD CONSTR UC TION SPEC IFICATION DOCUMENTS
Revised [04 /01/20 11 )
I
2
3
4
5
6
7
8
9
10
II
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
3.3
03 93 00 -7
CONCRETE REPA IR AND REHABILITATION
Page 7 o f 12
at least a daily basis. Should more than four d ays elapse without r ewett ing the
unrepaired surfaces, the original saturating procedure shall be repeated. All
standin g water in areas to be repaired shall be removed prior to placement of
repair mat e ri a l. Means to remove excess wate r from the structure sh a ll be
provided.
3. Rep a ir mat e ri a l manufacturer representative s hall observe completed s urface
preparation. Contractor shall perform addi tion a l surface pre paration as
recommended by manufacturer's rep.
3 . Where the repair material manufacturer recommends the use of an epoxy-
bonding agent, the recommendations of both the repair material a nd bonding
agent manufacturers shall be followed.
B . Care shal l be taken to fully consolidate the repair material, completely fillin g all portions
of the area to be filled .
C. The repair surface shall be brought into alignment with the adjacent existing s urfaces to
provide a uniform, even surface. The repair surface s hall match adjacent existing
s urfaces in texture and shall receive any coatings or surface treatments which had been
provided for the existing surface.
D . Curing:
1. Curing of repair mortar and non-shrink grout sha ll be according to the
manufacturer's recommendations except that the minimum cure period s hall be
three days .
2. Curing of other materials shall be according to Section 03 30 00, Cast-in-Place
Concrete.
TREATMENT OF SURFACE DEFECTS
A . Surface defects are depressions in a concrete s urface which do not extend all the way
through the member. The depressions can result from the remova l of an embedded item,
the removal of an intersecting concrete member, physical damage, unrep a ired rock
pockets created during original p lacement, or s palls from corroded re inforcing s teel or
other embeds.
B . rreparation :
1. All loose, damaged concrete shall be removed by chipping to so und mat e rial.
2. Where existing reinforcing bars are exposed, concrete s hall be rem oved to a
minimum of I -inch all around the bars . If the existing bars are cut throug h ,
cracked , or the cross sectional area is reduced by more than 25 percent, the
ENGfNEER shall be notified immediately.
3. The perimeter of the damaged area shall be score cut to a minimum depth o f 0 .5-
inch and a maximum depth to not cut any existing reinforcing ste e l. Existing
concrete shall be chipped up to the score line so th a t the minimum thickness of
repair mortar is 0.5-inch.
C. Repair Material:
CITY OF FORT WORTH IN o nh Ho ll y \VTP Pump Station Discharge Pipe Replacement]
I Capital ProJec t No. 163 1 J STANDARD CONSTRUCTION SPEC!F lCATlON DOCUMENTS
Revised 104 /0 1/201 1)
I
2
3
4
5
6
7
8
9
10
11
12
I 3
14
15
16
17
I 8
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
3'6
37
38
39
40
41
3.4
3.5
3.6
I.
2.
03 93 0 0 -8
CO NC RET E REPAIR AND REHABILITATION
Pag e 8 o f 12
Repair of surface defects in members, which are normally in contact with water
or soil , or in the interior surfaces of enclosed chambers that contain water shall
be made only with repair mortar.
Repair of other surface defects may be by the application of repair mortar, repair
concrete, shotcrete , or cement grout, as appropriate .
PATCHING OF HOLES IN CONCRETE
A. For holes larger than 48-inches, refer to the Drawings for reinforcement details.
PATCHING OF LINED HOLES
A. This Section applies to those openings which have embedded material over all or a
portion of the inside edge. Unless indicated to remain in place on the Drawings or by the
ENGINEER, such embedded materials shall be removed and the remaining hole repaired
as specified above. The requirements for repairing holes in concrete specified above
shall apply as modified herein.
B.
C.
D.
E.
Where embedded material is allowed to remain, it shall be trimmed back a minimum of
2-inches from the concrete surface . The embedded material shall be roughened or
abraded to promote good bonding to the repair material. Any substance that interferes
with good bonding shall be completely removed.
Any embedded item that is not securely and permanently anchored into the concrete shall
be completely removed.
Embedded items which are larger than 12-inches in their least dimension shall be
completely removed, unless they are composed of a metal to which reinforcing steel can
be welded . Where reinforcement is required , it shall be welded to the embedded metal.
The following additional requirements apply to concrete members which are in contact
with water or soil.
I.
2.
-,
.).
Lined openings, which are less than 4-inches in their least dimension, shall be
filled with epoxy grout.
Lined openings which are greater than 4-inches , but less than I 2-inches in their
least dimension , shall be coated with an epoxy bonding agent prior to being filled
with Class I non-shrink grout.
Lined openings which are greater than 12-inches in their least dimension shall be
coated with an epoxy bonding agent and shall have a hydrophilic rubber
waterstop or bead of hydrophilic sealant installed to the interior of the opening at
the wall centerline, as required by Section 03 25 I 0 , Concrete Joints , prior to
being filled with any approved repair material.
REPAIR OF DETERIORATED CONCRETE
A .
B.
This Section pertains to concrete which has been damaged due to corrosion of reinforcing
steel , physical damage due to abrasion, and damage due to chemical attack. The only
material acceptable for surface repair is repair mortar as specified herein . Where the
repaired surface is to be subsequently covered with a liner material, the finishing details
shall be coordinated with the requirements of installing the I iner material.
Surface Preparation:
C IT Y O F FORT WO RTH [N orth Holl y WTP Pump Stati on Di sch arge Pipe Replacement]
[Ca pita l Projec t No . 163 I] STANDA RD CONSTRUCT IO N SPEC IFI CA TI ON DOCUMENTS
Rev ised [04 /0 1/201 1]
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
C.
D.
I.
2 .
3.
4 .
0 3 93 00 -9
CONCRETE REP A IR AND REHABILITATION
Page 9 of 12
All loose, broken, softened, and acid c o ntaminated concrete shall be removed by
abrasive blasting and chipping down to sound, uncontaminated concrete.
When the removal of deteriorated concrete is completed, CONTRACTOR shall
notify the ENGINEER a nd the repres entative of the repair material manufacturer,
in writing . Two weeks s hall be s c heduled for the ENGINEER and the
representative of the repair m a terial m a nufacturer to inspect the surface, perform
testing for a cid contamination, determine if additional concrete must be removed ,
and to develop any special repair details that may be required. Should it be
determined that additional concrete mus t be removed to reach sound,
uncontaminated material, another two week period shall be scheduled for further
evaluation after the end of the additional removal.
Additional surface preparation s hall follow the recommendations of the repair
mortar manufacturer.
Isol a ted areas of exposed reinforcing bars shall be treated as required for repair
of s urface defects. Apply anti-corrosion coating to al l exposed reinforcing steel.
If extensive areas of reinforcement are uncovered after removal of deteriorated
concrete, repair methods shall be as determined by the ENGINEER.
Repair Mortar Placement :
I.
2.
3.
4 .
The procedures recommended by the m a nufacturer for the mixing and placement
of the repair mortar shall be followed. Representative of the repair material
manufacturer shall be on site during initial pl a cement for each material.
After the initial mixing of the repair mortar, additional water shall not be added
to chan ge the cons istency s hould the mix begin to stiffen .
Repa ir mortar s hall be placed to a minimum thickness as recommended by the
manufacturer, but not less than 0 .50-inch . Where removal of deteriorated
concrete results in a repair thickness of less than 0.5-inch to return to original
concrete surface location in iso lated a reas totaling less than ten percent of the
total repair area, additional concrete shall be removed to obtain the 0 .5 -in ch
thickness. Where the area with repair thickness of less than 0.5-inch exceeds ten
percent of the total repair area, notify the ENGINEER. In any case, repa ir mortar
s hall be added so that the minimum cover over existing reinforcing steel is 2 -
inches . CONTRACTOR s hall not place repair mortar so as to create locally
raised areas. Where there is a transition with wall surfaces which are not in need
of repair, the repair mortar shall not be feathe red at the transition. A s core line
shall be s awcut to not less than the minimum repair mortar depth and concrete
chipped out to it to form the tran s ition . Care shall be taken to not cut or
otherwise damage any reinforcing steel.
The repair mortar shal l be placed to an even , uniform plane to re s tore the
member to its original surface . Tolerance for being out of plane shall be such
that the gap between a 12-inch straight edge and the repair mortar surface does
not exceed 0.125-inch and the gap between a 48-inch straight edge and the repair
mortar surface does not exceed 0.25-inch . This s hall apply to straight edges
placed in any orientation at any location .
Finishing:
I. The repair mortar shall receive a smooth , steel trowel finish .
CITY OF FORT WORTH INon h Holl y WTP Pump Stati on Di sc h a rge Pi pe Rep laceme nt )
JCa pita l Project No . 163 1) STANDARD CO N STR UCTI ON SPEC IFI CATION DOC UM EN T S
Re v ised J04 /0 l /2 011)
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
3. 7
3.8
E.
2 .
Curing:
03 93 00 -10
CO NCRE TE REPAlR AND REH ABILITATION
Pag e 10 of 12
When completed, there shall be no sharp edges . All exterior corners, such as at
penetrations , shall be made with a I-inch radius. All interior corners shall be
square except corners to receive lining shall be made with a 2-inch repair mortar
fi I let.
I . Curing shall be performed as recommended by the repair mortar manufacturer,
except that the cure period shall be at least 24 hours and shall be by means of a
continuous fog spray. If the manufacturer recommends the use of a curing
compound , no material shall be used that would interfere with the bond of the
protective coating system or adhesive used for placing the lining, where required.
REPAIR OF LEAKING CRACKS IN CONCRETE
A. Prior to drilling injection holes , Contractor shall locate embedded reinforcing steel,
conduit , etc. in the areas scheduled to be repaired .
B. Drill injection port holes as shown on the Drawings , and in accordance with material
manufacturer 's recommendations. If reinforcing steel is encountered , move injection
hole as necessary . Do not cut through reinforcing steel.
C. Set removable injection ports (packers) equipped with "zerk" fittings in injection holes.
Flush cracks with clean water with a neutral pH range 3 to 10.
D. Mix pol yurethane grout material with catalyst in accordance with manufacturer 's
recommendations .
E. On vertical cracks , begin grout injection at the lowe st port . On horizontal cracks , begin
at one end .
F. Inject grout until grout appears at adjacent port. Disconnect and start injection at
adjacent port . After injecting 3-4 ports , di sconnect and re-inject all ports a second time.
Upon completion of the grout injection , re-inject each port with water. Continue this
injection process until all ports have been injected , and crack has been sealed.
G . A fter polyurethane grout cures , completely remove all injection ports and excess grout
material from concrete and other adjacent surfaces . Patch holes with cementitious repair
mortar flu sh with adjacent surfaces.
H. Cracks that are not adequately sealed shall be re-injected at Contractor's expense.
STRIP AND SEAL EXPANSION JOINT COVER
A. The concrete of steel substrate must be clean , dry, sound , and free of surface
contaminants.
B. Remove du st, laitance , grea se, oils , curing compounds , form release agents , foreign
particles , etc . by mechanical means , i.e., sandblasting, etc., in accordance with
manufacturer 's recommendations .
C ITY OF FORT WORTH \Non h Holl y WTP Pump Stati on Di sch arge Pipe Re placem ent)
[ Capi ta l Proj ect No . 163 1 J STANDARD CONSTRUCTION SPEClF ICA TJON DOCUMEN TS
Rev ise d \04 /0 1/201 I)
I
2
3
4
5
6
7
8
9
IO
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
4 1
42
43
44
45
46
47
3.9
03 93 00 -11
CONCRETE REPAIR AND REHABILITATION
Page 11 of 12
C. Wipe Hypalon sheeting with Activator a minimum of one hour and a maximum of eight
hours before installation . If job conditions allow, perform a ll lapping of sheeting at the
time of activating the Hypalon sheeting. Laps (welds) shall be a minimum of 2 in.
overlap of each Hypalon sheet welded together by the act ivator or by heat with an
approved apparatus per manufacturer's recommenda tion s.
D. Pre-mix each component of the epoxy resin adhesive, Proportion two parts of
Component A to one part Component B by volume ina cle a n, dry mixing pail. Mix for
three minutes with a low-speed (400-600 rpm) drill an d jiffy pa ddle until uniform m
color. Mix only that quantity that can be used within its potlife (25-45 minutes).
E. Joints shal l be masked to prevent discoloration or a pplic a tion on unwanted areas. lf
masking tape is used , it shall be applied just prior to application of the epoxy resin
adhesive, and removed before the epoxy resin adhesive has set.
F. Apply the epoxy resin adhesive in a I Y2 to 2 in. wide band on each side of the joint to a
thickness of approximately I /32 in. to a maximum of I /8 in . Set the Hyaplon sheeting
into the epoxy. Place Hypalon sheeting flat over the joint, or drape into joint as directed
by Engineer. Using a hard roller, force the sheeting down into the epoxy . Take
precautions not to allow the epoxy resin adhesive to enter the joint. Apply a top layer of
epoxy resin ad hesive over the same I Y2 to 2 in. wide band of sheeting on each s ide of
joint. The epoxy resin adhesive shall extend I /8 -11. in . beyond the outer edges of the
sheeting. Remove expansion strip from sheeting before the epoxy resin adhesive has set.
G. Excess uncured epoxy resin adhesive shall be removed using solvents recommended by
material manufacturer. Excess cured epoxy re si n adhesive can only be removed by
mechanical means .
H. Leave finished work and work area m a neat, clean condition without evidence of
spi ll over onto adjacent areas.
FIELD QUALITY CONTROL
A. CONTRACTOR shall employ a testing laboratory to perform field quality control testing
ENGINEER will direct the number of tests and specimens required. CONTRACTOR
shal l make standard compress ion test specimens as specified below, under the direct
inspection by ENG INE ER. CONTRACTOR shall furnish all necessary assistance
required by ENGINEER. CONTRACTOR s hall also provide all labor, material and
equipment required including rods, molds, thermometer, curing in a heated storage box,
and all other incidentals required . Above will be subject to approval by ENGINEER.
CONTRACTOR s hall furni s h all necessary storage, curing, and tran s portation required
by the testing.
B. Field tests of cement based grouts and repair mortar:
I. Compression test specimens wi ll be taken during construction from the first
placement of each type of mortar or grout, and at intervals thereafter as se lected
by the ENG INEER to ensure continued compliance with these s pecifications .
The specimens will be made by the ENGJNEER o r it s representative.
2. Compression tests and fabrication of specimens for repair mortar and non-shrink
grout wi ll be performed as specified in ASTM C 109. A set of three specimens
C ITY OF FORT WORTH JNorth Ho lly WTP Pump Station Di sc har ge Pipe Repl acement]
!Capita l Projec t No . 163 1 J STANDARD CONSTR UCT IO N SPECIF ICATlON DOC UMENTS
Revised 104 /0 1/2011 ]
1
2
3
4
5
6
7
8
9
10
11
12
13
14
C.
DATE
(2010 JAN 06]
3 .
4 .
03 93 00 -12
CONCRETE REPAIR AND REHABILITATION
Page 12 of 12
will be made for each test. Tests shall be made at 7 days, 28 days , and additional
time periods as appropriate.
All material , already placed, which fail s to meet the requirements of th ese
s pecifications, is subject to removal and replacement a t the cost of
CONTRACTOR .
The cost of a ll laboratory tests on mortar and grout will be borne by the
CONTRACTOR. CONTRACTOR shall be responsible for the cost of any
additional tests and investigation on Work performed which does not conform to
the requirements of the specifications. CONTRACTOR s hall supply all materials
necessary for fabricating the test specimens .
Repair Concrete: Repair concrete shall be tested as required in Section 03 30 00 , Cast-in-
Place Concrete.
END OF SECTION
Revision Log
NAME SUMl\.1ARY OF CHANGE
CITY OF FORT WORTH [Nonh Holl y WTP Pump Station Di sc harge Pipe Replacement]
[Capital Project No . 163 1 J STANDARD CONSTRUC TION SPECIFICATION DOCUMENTS
Revised [04 /0 li20 1 IJ
SECTION 05 05 10
05 05 10-1
A NC HORAGES
Page I of S
2 ANCHORAGES
3 PART I 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
I.I
1.2
SUMMARY
A .
B.
C.
Scope:
l. CONTRACTOR shall provide all labor, materials, equipment and incidentals as
shown on the Drawings, specified, and required to furnish and inst a ll anchorages .
The types of Work using the anchor bolts, toggles and inserts include, but a re not limited
to the following:
I.
2 .
3 .
4.
5.
6 .
Hang ers and brackets.
Equipment.
Piping.
Grating and floor plate.
Electrical , Plumbing and HY AC Work.
Metal , wood and plastic fabrications .
Related Sections:
l.
2 .
3 .
4 .
Division O -Bidding Requirements, Contract Forms , and Conditions of the
Contract
Divi s ion I -General Requirements
05 50 I 0-Miscellaneous Metal Fabrications .
05 52 20-Aluminum Handrails and Railings.
QUALITY ASSURANCE
A . Reference Standards: Comply with the applicable provisions and recommendation s of
the following, except as otherwise shown and specified.
I.
2.
3 .
4.
5.
6 .
ASTM A 36, Specification for Carbon Structural Steel.
ASTM A 123 , Specification for Zinc (Hot-Dip Galvanized) Coating s o n Iron a nd
Steel Products.
ASTM A 153 , Specification for Zinc Coating (Hot-Dip) on Iron a nd Steel
Hardware .
ASTM A 307 , Specification for Carbon Steel Bolts and Studs, 60,000 psi Tens ile
Strength.
ASTM A 484, Specification for General Requirements for Stainl ess a nd Heat-
Re s isting Steel Bars, Billets and Forgings.
ASTM A 525, Specification for General Requirements for Steel Sh e et , Zinc-
Coa ted (Galva nized) by the Hot-Dip Proces s.
C IT Y O F FORT WORTH {No nh Ho ll y WTP Pump Stati on D is ch a rge Pip e Rep lace m e nt]
{Cap ita l Projec t No 163 1] ST AN DARD CONSTR UCTI ON S PEC IFI CA TION DOCUMENTS
Revi sed [04 /01/201 1]
2
3
4
5
6
7
8
9
IO
11
12 1.3
13
14
15
16
17
18
19
7 . ASTM A 536 , Specification for Ductile Iron Castings.
0 5 05 10 -2
ANCHORAGES
Pa ge 2 of 5
8. ASTM A 570 , Specification for Steel, Sheet and Strip, Carbon, Hot-Rolled,
Structural Quality .
9 . ASTM B 633 , Specification for Electrodeposited Coatings of Zinc on Iron and
Steel.
IO ASTM F 593 , Stainless Steel Bolts; Hex Cap Screws, and Studs.
I I. Federal Specifications WW-H-171 E for Malleable Iron.
12. ICBO, International Conference of Building Officials.
13. International Building Code .
B. Inserts shall be ICBO, UL or FM approved .
C. Toggle Bolts: Federal Specification FF-B-588C, Type I, Class A , Style I.
SUBMITTALS
A . Shop Drawings: Submit for approval the following :
1. Setting drawings and templates for location and installation of anchorage
devices.
2. Copies of manufacturer's specifications, load tables, dimension diagrams and
in stallation instructions for the devices.
3. Copies of ICBO, UL or FM Reports certifying load carrying capacities and
installation requirements for the anchorage devices.
20 PART 2 PRODUCTS
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
2.1 DESIGN CRITERIA
A.
B.
When the size, length or load carrying capacity of an anchorage is not shown on the
Drawings, provide the following:
I.
2.
For anchor bolts (cast-in-place), provide the size, length and capacity required to
carry the de s ign load based on the values and requirements given in the
International Building Code .
For concrete anchors (adhesive types) and concrete inserts, prov ide the size ,
length , type, and capacity required to carry the design load based on the values
and requirements given in the ICBO Evaluation Report, or simi lar certifications
by UL or FM , for the anchor to be used . Alternately the capacity may be based
on independent testing lab capacities for tension and shear strength using a
minimum safety -factor of four. Consideration of reduced capacity due to spacing
and edge distance s hall be made.
Determine design loads as follows:
I.
2 .
For equipment anchors, use the design load recommended by the equipment
manufacturer and approved by ENGINEER.
For pipe hangers and supports, use one half of the total weight of: pipe, fittings ,
and water contained in pipe , plus the ful l weight of valves and accessories
located between the hanger or s upport in question.
Cff Y OF FORT WORT H fNonh Ho lly WTP Pump Statio n Di sc har ge Pipe Repl ace ment]
!Ca pital Proj ect No. 163 1] STAN DARD CONS TR UCT ION SPEC IFI CA TI ON DOCU MEN TS
Revise d 104 /0 I /20 I I]
2
3
4
5
6
7
8
9
IO
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
2.2
05 0 5 10-3
ANCH O RAGES
Page 3 of S
3. Allowances for vibration are included in the safety factor specified above.
4. Concrete anchors shall develop ultimate shear and pull-out loads of not less than
the following values in 4,000 psi concrete :
Bolt Diameter
(Inches)
1/2
5/8
3/4
7/8
I
Min. Shear
(Pounds)
5,000
8,000
11,500
15,700
20,500
Min. Pull-Out Load
(Pounds)
7 ,600
12,000
17,000
20,400
28,400
MATERIALS
A. Anchor Bolts:
I . Provide stainless steel bolts and hardware complying with ASTM F 593 , AJSJ
Type 316 headed or non-headed type with nitronic 60 stainless steel nuts and
locknuts, unless otherwise indicated.
2. For equipment, provide anchor bolts, which meet the equipment manufacturer's
recommendations for size, material, and strength. Anchors shall be Type 316
stainle s s steel.
3. Provide anchor bolts as shown on the Drawings or as required to secure structural
steel to concrete or masonry.
4. Locate and accurately set the anchor bolts using templates or other devices as
required.
5. Protect threads and shank from damage during installation of equipment and
structural steel.
6 . Comply with manufacturer 's required embedment length and necessary anchor
bolt projection.
B . Adhesive Anchors:
I. Provide stainless steel adhesive anchors complying with ASTM F 593, AISI
Type 3 16 with nitronic 60 stainless steel nuts and locknuts .
2. Anchors shall be of the size required for the concrete strength specified .
3. Adhesive anchors shall consist of threaded rods or bolts anchored with an
adhesive system into hardened concrete. The adhesive system shall use a two-
component adhesive mix and shall be injected with a static mixing nozzle
following manufacturer 's instructions. The embedment depth of the rod/bolt
shall provide a minimum allowable bond strength that is equal to the allowable
tensile capacity of the rod/bolt, unless noted otherwise on the Drawings.
4 . Product and Manufacturer:
a. HIT HY-150 Injection Adhesive Anchor System , as manufactured by
Hilti. Use Hilti Hit ICE where ambient temperatures are below 45
degrees F.
CITY OF FORT WORTH IN onh Ho ll y WTP Pum p Sta ti on Disc harge Pi pe Rep lacem ent)
!Capita l Pr oj ect No . 16 31) STANDARD CONSTRUCTION S PE C rFI C ATION DOCU ME NTS
Revi sed [04 /0 1/20 11)
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
0505 10-4
ANCHORAGES
Page 4 o fS
b . No substitutes will be considered.
C.
D.
E.
F.
Concrete Inserts:
I.
2 .
3 .
For piping, gratin g , fl oor plate a nd maso nry lintel s, provide mall ea ble iron
inserts. Comply w ith Federal Specification WW-H-171 E (Type 18). Provide
those recommended by the manufacturer for the re quired loadin g.
Finish shall be black .
Product and Manufacturer: Provide inserts by one of the following:
a . Figure 282, as manufacture d by ITT Grinnell.
b. No. 380, as manufactured by Hohmann and Barnard , Incorporated.
Toggle Bolts :
I.
2 .
3.
Provide spring-wing toggle bolts, wi th two-piece wings.
Provide Type 316 s t a inless s teel bolts.
Product and Manufacturer: Provide toggle bolts by one of the following :
a .
b .
Hilti.
Simpson.
Powder activated fasteners shall not be u sed , unless approved by ENG !N EE R.
Expansion anchors will not be allowed for structural connections . Where expansion
anchors are specified in other sections, use the following:
I.
2.
Provide Type 316 s tainless steel expansion anchors.
Product and Manufacturer:
a.
b .
Kwik Bolt by Hilti .
Easy-Set by Simpson.
23 PART 3 EXECUTION
24
25
26
27
28
29
3 0
31
32
33
34
35
3.1
3.2
INSPECTION
A . CONTRACTOR shall examine areas and conditions under which a nchor bolts, toggle
bolts and concrete insert Work is to be in s ta lled, and notify ENGINEER, in writing, of
conditions detrimental to proper and timely completion of Work . Do not proceed with
Work until unsatisfactory conditions have been corrected in a manner acceptable to
ENGINEER.
INSTALLATION
A.
B .
C.
A ss ure that embedded items a re protected from damage and are not filled 111 with
concrete.
Use c o ncrete in serts for pipe hangers and supports for the pipe size and loading
recommended by the insert manufacturer.
Use toggle bolts for fastenin g brackets and other elements onto masonry unit s.
CITY OF FORT WORTH INonh Ho ll y WTP Pump Station Di schar ge Pipe Replacement]
[Capi ta l Project No. I 63 1] STANDARD CONSTRUCTION S PEC IFICATION DOCUMENTS
Rev ised 104 /0 1/20 1 I]
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
3.3
3.4
D.
E.
05 05 10 -5
ANCHORAGES
Page 5 of S
For the adhesive anchor s and adhesive material, CONTRACTOR shall comply with the
manufacturer's in stallation instructions on the hole diameter and depth required to fully
develop the ten s ile strength of the adhesive anchor or reinforcing bar. CONTRACTOR
shall properly clean out the hole utili z ing a wire brush and compres sed air to remove all
loo s e material fr o m the hole , prior to installing adhesive capsules or material. Refer to the
Drawings for detail s.
Use torque wrench for all anchor installations and torque to manufacture r
recomm e ndations .
CLEANING
A . After embedding concrete is placed , remove protection and clean bolts and inser1 s .
FIELD QUALITY CONTROL
A .
B.
C.
D.
E.
F.
DATE
OWNER s hall employ a testing laboratory to perfonn field quality testing of installed
anchors. OWN E R inspector shall determine the level of testing which is required for the
variou s ty pes of adhesive anchors and anchor bolts. A minimum of ten percent of the
adhesive anchors are to be tested to 50 percent of the ultimate tensile capacity of the
adhesive anchor as published in the manufacturer's catalogue.
lf failure of any of the adhesive anchors or reinforcing bars occurs , CONTRACTOR will
be required to pay for the costs involved in testing the remaining 90 percent.
CONTRACTOR s hall correct improper workmanship, remove and replace , or correct as
directed by the ENGINEER , all adhesive anchors or bars found unacceptable or deficient,
at no addition al co st to the OWNER.
CONTRACTOR shall pay for all corrections and subsequent tests required to confirm the
inte grity of the adhesive anchor or bar.
The independent te sting and inspection agency shall complete a repor1 on each area . The
repor1 should s umm ari ze the observations made by the inspector and be submitted to
ENGINEER.
Provide acces s for the te sting agency to places where Work is being produced so that
required in s pection and testing can be accomplished.
END OF SECTION
Revision Log
NAME SUMMARY OF CHANGE
C ITY OF FORT WORTH {N o rth Ho ll y WTP Pump St ati on Di sc h arge Pipe Rep lacem e nt)
{C a pita l Proj ect No. 163 1) STANDARD C ONSTR UCTION S PEC IFI CA TI ON DOC UMENTS
Revised {04 /0 1/20 11 )
1 SECTION 05 12 00
2 STRUCTURAL STEEL
3
4 PART 1 -GENERAL
5
6 1.1 SUMMARY
7
8 A. Scope:
05 12 00-1
STR UCT U RAL ST E EL
Page I o f 7
9 I. CONTRACTOR s hall provide all labor, materials , equipment, and incidentals as shown
10 on the Drawings, s pecified and required to furnish and install structural steel, including
11 s urface preparation and s hop priming.
12 2. Structural steel is that Work defined in AISC "Code of Standard Practice", Section 2,
13 and as shown on the Drawings. The Work also includes :
14 a. Providing openings in and attachments to structural steel to accommodate the Work
15 under this and other Sections and providing for the structural steel all items such as
16 anchor bolts, studs and all items required for which provi s ion is not s pecifically
17 included under other Sections.
18
19 B. Coordination:
20 I. Review installation procedures under other Sections and coordinate the Work that must
21 be installed with or attached to the structural steel.
22
23 C. Related Sections:
24 I. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract
25 2. Division I -General Requirements
26 3. 03 60 00-Grout.
27 4. 05 05 I 0-Anchor Bolts , Toggle Bolts and Concrete Inserts.
28 5 . 05 21 00-Steel Joists.
29 6 . 05 50 I 0-Miscellaneous Metal Fabrications .
30 7. 09 90 00-Painting . (Specification for surface preparation and shop priming is under 09
31 90 00-Painting .)
32 8. 09 90 SO-General Coating Specification.
33
34 1.2 QUALITY ASSURANCE
35
36 A. Reference Standards and Codes: Comply with applicable provisions and recommendations of
37 the following , except as otherwise shown or specified:
38 I . ASTM A 36 , Specification for Carbon Structural Steel.
39 2. ASTM A I 08, Specification for Steel Bars, Carbon, Cold Finished , Standard Quality.
40 3. ASTM A 307, Specification for Carbon Steel Bolts and Stubs, 60 ,000 psi Tensile
41 Strength.
42 4. ASTM A 325 , Specification for High-Strength Bolts for Structural Steel Joints,
43 Including Suitable Nuts and Plain Hardened Washers .
44 5. ASTM A 490, Specification for Heat-Treated Steel Structural Bolts.
45 6. A WS DI. I, Structural Welding Code.
46 7. AREA, Manual of Railway Engineering.
4 7 8 . AISC , Manual of Steel Construction .
CITY O F FO RT W O RTH [North Ho ll y WTP Pu m p S tat io n D ischarge P ipe Replacem e nt)
STANDARD CON STR UC TION SPEC IFI C ATION DOCU M EN TS !Capital Proj ect No. 163 1)
R ev ised [ 04/0 I /20 I I ]
I 9. AISC , Code of Standard Practice for Steel Buildings and Bridges.
05 12 00-2
STRU CTU RAL ST EEL
Pag e 2 of7
2 I 0 . AISC , Specifications for the Design, Fabrication, and Erec tion of Structural Steel for
3 Buildings and including the Commentary and Supplements th ereto as issue d .
4 11 . AISC , Specifications fo r Structural Joints using ASTM A 325 or 490 Bolts, approved by
5 the Research Council on Ri ve ted and Bolted St ructural J oi nt s (RCRBSJ) of the
6 Engi neering Foundation.
7
8 B. Design of Members and Connections:
9 I . All details shown on the Drawings are typical; similar details app ly to similar conditions,
IO unless otherwise shown on the Drawings or specified . V erify dimensions at th e site
11 without causing delay in the Work.
12 2. CONTRACTOR shall examine conditions und er which structural steel is to be provided ,
13 and notify ENGINEER, in writing, of unsatisfactory conditions existing or whenever
14 design of members and connections may n ot be clearly shown on the Drawings. Do not
15 proceed with the Work until un sati sfactory conditions or d eficiencies have been
16 corrected in a manner acceptable to ENGINEER.
17
18 C. Source Quality Control:
19 I . Materials and fabrication procedures shall be s ubject to inspection and tests in the mill ,
20 s hop, and field , conducted by a qualified inspection agency. Such inspections and tests
21 wi II not relieve CONTRACTOR of re spo nsibi lity for providing m aterials an d fabrication
22 procedures in compliance with specified requirements .
23 2. F a brication shall be performed by a s tructural stee l fabricating pl ant possess ing a current
24 certificate from AISC stating th at the pl a nt sat isfies the requirements for certification for
25 Category II of the AISC Quality Certific ation Program. The plant s h a ll maintai n this
26 certification for the entir e time fabrication for thi s project is being performed .
27
28 D. Qualifications for Welding Work:
29 I . Qualify welding processes and welding operators in accordance w ith A WS "Structural
30 Welding Code" DI.I, Section 5, Qualification.
31 2. Provide certification that all welders employed on or to be empl oyed for the Work have
32 sati sfactorily passe d A WS qu a lification tes ts within the previo us 12 months.
33 CONTRACTOR shall ensure that all certifications are kept current.
34 3. All welds will be subject to visual inspection. Where visually deficient welds are
35 o b served, the welds will be te sted u s in g non-de structive methods by a certified te s ting
36 la boratory. If welds are found to be sat isfactory, OWNER will pay for testing . Where
37 welds are found unacce ptable or d e ficient , CON TRACTOR will pay for tes ting .
3 8 CONTRACTOR will correct improper workmanship, remove and replace , or correct as
39 in struct ed , a ll welds found unacce ptable or deficient. CONTRACTOR will pay for all
40 correct ions and s ubsequent tests required to confirm the int egrit y of th e weld.
41
42 1.3 SUBMITTALS
43
44 A. Shop Drawings : Submit for approval the following:
45 I . Complete details and schedules for fabrication and s hop assembly of membe rs and
46 details , sc he dules , procedures a nd diagram s showing the se quence of erection.
4 7 a. Include deta il s of cuts , connections, camber, hole s , and other pert inent data.
48 Indic ate welds by sta nd ard A WS symbo ls, and show s ize , length , and ty pe of each
49 weld.
C ITY OF FORT WORTH [N orth Holl y WTP Pump Stati on Discharge Pip e Re pl aceme nt]
STANDARD CO NSTR UC TIO N SPEC lFI CATIO N DO CU MENTS [C a pit al Proj ect No . 1631]
Rev ise d [04 i0 1/20 1 I J
051200-3
STRUCTURAL STEEL
Page 3 o f7
1 b. Provide setting drawings, templ a tes, and directions for the installation of anc hor
2 bolts and other anchorages.
3 c. Shop Drawings shall bear the seal of a licensed engineer registered in the State of
4 Texas.
5 d . Design of all connections shall be perfonned by the fabricator for the loads
6 provided in the Drawings. Submit copies of the calculations in accordance with
7 Section O I 3 3 00. Calculations shall bear the sea l of a registered engineer I icensed
8 in the State of Texas.
9 2. Copies of manufacturer's specifications and installation instructions for products listed
10 below. Include laboratory test reports and other data as required to show compliance
11 with the Contract Documents.
12 a. Structural steel of each type, including certified copies of mill reports covering the
13 chemical and physical properties.
14 b. High-strength bolts of each type, including nuts and washers.
15 c. Unfinished bolts and nuts .
16 d . Shop primer and touch-up field primer paint in accordance with Section 09 90 00
17 and 09 90 50.
18
19 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING
20
21 A. Deliver materials to the site at such intervals to ensure uninterrupted progress of the Work.
22 I. Deliver anchor bolts and anchorage devices, which are to be embedded in cast-in-place
23 concrete or masonry, in ample time to not delay that Work.
24
25 B . Store materials to pennit easy access for inspection and identification . K ee p s teel members
26 off the ground , using pallets, platfonns, or other supports. Protect steel members and
27 packaged materials from corrosion and deterioration .
28 I. Do n ot store materials on the structure in a manner that might cause di stortion or damage
29 to the members or the supporting structures . Repair or replace damaged materials or
30 s tructure s as directed .
31
32 PART 2 -PRODUCTS
33
34 2.1 MATERIALS
35
36 A. Rolled Steel Plates , Shapes and Bars: ASTM A 36, except where other type steel is shown on
3 7 the Drawings .
3 8
39 B. Crane Rails : As shown on the Drawings and as noted in the AISC Manual.
40 I. Provide rails with tight end joints sui table for crane service with joint b ars matching the
41 rail sec tion s, joint bar bolts and nuts complying with ASTM A 325 with AREA alloy
42 s teel spring washers, and fixed or floating type rail clamps, as required to s uit the
43 conditions s hown on the Drawings.
44
45 C. Anchor Bolts : See Section 05 05 I 0.
46
4 7 D. Headed Stud Type Shear Connectors: ASTM A I 08 , Grades IO I 0-1020 , with dimen s ions
48 complying with AISC Specifications, or equal.
49
C IT Y OF FORT WORTH INonh Holly WTP Pump Station Disc ha rge Pipe Replacement]
STANDARD CONSTRUCTION SPEC IFI CAT ION DOCUMENTS [Capital Project No . 163 1)
Revised [04 /0 1/2011 J
051200-4
STR UCTURAL STEEL
Page 4 of7
J E. High-Strength Threaded Fasteners : Heavy hexagonal structural bolts, heavy hexagon nuts,
2 and h a rdened w as h e rs , as follows:
3 1. Quenched a nd tempered medium-carbon steel bolts, nuts and washers, complying with
4 ASTM A 325 or:
5 2 . Quenched and tempered alloy steel bolts , nuts and washers , complying with ASTM A
6 490.
7
8 F . Electrodes for Welding: E70XX complying with AWS 01.1, Design of New Buildings,
9 Section8.AWSD1 .l.
10
11 G. Surface Preparation and Shop Priming: All structural steel shall be primed and finish coated
12 in the shop. Surface preparation and shop priming requirements are included herein, but are
13 s pecified in Section 09 90 00 and 09 90 50.
14
15 2.2 F ABRJCA TION
16
17 A. Shop Fabrication and A s sembly:
18 1. General:
19 a. Fabricate and assemble structural assemblies in the shop to the greatest extent
20 poss ible . Fabricate items of structural steel in accordance with AISC , Manual of
21 Steel Construction, and as shown on the Shop Drawings. Provide camber in
22 structural members as shown on the Drawings.
23 b . Properly mark and match-mark materials for field assembly. Fabricate for delivery
24 sequence, which will expedite erection and minimize field handling of materials .
25 c. Where finishing is required , complete the assembly, including welding of
26 unit s , before start of finishing operations. Provide finish surfaces of members
27 exposed in the final structure free of markings , burrs, and other defects.
28 d . All welds to be coated shall be ground smooth according to NACE "Surface
29 Fini s hing of Welds Prior to Coating" (Designation C).
3 0 e . All edges shall be grinded to 1!." radius prior to coating.
31
32 B . Connections:
33 1. Shop Connections:
34 a . Unles s otherwise shown on the Drawings, shop connections may be welded or high
35 streng th bolted and a ll welds shall be I /4-inch minimum.
36 b . Whereve r reaction va lues of a beam are not shown on the Drawings, the
3 7 connections s hall be designed to support the total uniform load capacity tabulated
38 in the AlSC tables for allowable loads on beams for the given shape, span, and
39 steel s pecified for the beam in question.
40 c . Shop welded connections shall be designed to eliminate or minimize eccentricity.
41 The s iz e , extent, location and type of all shop welds shall be clearly shown on the
42 Shop Drawings by us e of A WS standard notations and symbols.
43 d. End connection angles fa stened to the webs of beams and girders and the thickness
44 of the angles, size and extent of fasteners or shop welds shall conform to tables of
45 "Framed Beam Conn e ctions" in the AISC Manual. All connections shall be two
46 s ided , unless otherwi s e shown on the Drawings .
47 2 . Field C o nnection s:
48 a . All field connection s , s hall be made with high strength bolts, and sha ll be bearing
49 type connections. Field welding of beam connections is not allowed.
C ITY OF FORT WORTH [No nh Holl y WTP Pump Sta ti on Di schar ge Pipe Repl acement )
ST ANDARD CO NST RUCTI O N SPEC !F ICA TION DOCU MEN TS [ Ca pit al Pr oje ct No. 163 1]
Revi sed I 04/0 I/20 11)
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
3. High-Strength Bolted Construction:
051200-5
STRUCTURAL STEE L
Page 5 of 7
a. Install high-strength threaded fasteners in accordance with A !SC "Specifications
for Structural Joints using ASTM A 325 or A 490 Bolts" (RCRBSJ).
b. High strength bolt design shear values shall be as spec ifi ed in the AISC Manual for
bolts with threads in the shear plane.
c. The minimum s ize of bolts shall be 3/4-inch diameter, unle ss otherwise noted .
4. Welded Construction: Comply with A WS Code for procedures, a ppearance and quality
of welds, and methods used in correcting welding work.
a. Assemble and weld built-up sections by methods which will produce true
alignment of axes without warp.
5. Where rigid connections are required by the stresses shown on the Drawings, web shear
reinforcement and stiffeners in accordance with AISC Specifications shall be provided.
6. Shear Connectors: Install stud s hear connectors in a ccordance with A WS D 1.1 Section
4, and as recommended by the manufacturer.
C. Bracing:
I . Bracing, for which a calculated stress is not shown on the Drawings, shall have a
minimum two bolt connection, or a shop welded connection of equivalent strength .
2. Vertical bracing and knee braces connecting to columns s hall be on the centerline of the
columns, unless otherwise noted.
3 . Knee braces shall be at 45-degree angle, unless shown on the Drawings or noted.
4. All gussets shall be minimum 3/8-inch thick, unles s otherwise shown on the Drawings .
D. Columns: Column shafts shall have "finished" bearing surfaces at the base and at all
splice lines.
E. Structural Tubing : Structural tubing shall be properly sealed to protect the internal s urfaces .
F . Holes and Appurten a nces for Other Work:
I. Provide holes required for securing other work to s tructural steel framing, and for the
passage of other work through steel framing members , as s hown on the Shop Drawings.
If large block-outs are required and approved by the Engineer, the webs shall be
reinforced to develop specified shears. Provide threaded nuts welded to framing, and
other specialty items as shown on the Drawings to receive other work.
2. . Cut, drill, or punch holes perpendicular to metal surfaces. Do not flame cut holes or
enlarge holes by burning. Drill holes in bearing plates.
3. Refer to Paragraph 1.1.B , above, for the requirements of coordination with others.
PART 3 -EXECUTION
3.1 INSPECTION
A. CONTRACTOR shall examine areas and conditions under which structural steel Work is to
be installed , and notify ENGINEER, in writing, of conditions detrimental to proper and timely
completion of Work. Do not proceed with Work until un satisfactory conditions have been
corrected in a manner acceptable to ENGINEER.
3.2 ERECTION
C ITY OF FORT WORT H {North Ho ll y WTP Pump Station Di sc ha rge Pipe Re placement)
STANDARD CONSTRUCTION SPECIFICAT ION DOCUMENTS [Capita l Proj ect No . 1631)
Revised [04 /0 1/20 1 I]
0 51 200-6
STR UCT URA L ST EE L
Page 6 o f 7
I A. General: Comply with the AISC Specifications and Code of Standard Practice , and as herein
2 s pecified .
3
4 B. Surveys: Provide s ervices of a re g istered surveyor to check lines and elevati o ns of concrete
5 and masonry bearing s urfaces, and locations of anchor bolts and similar devices before steel
6 erection proceeds. Di s crepancies s hall be reported immediately to ENGINEER , in writing .
7 Do not proceed with erection until corrections have been made, or until compensating
8 adjustments to the structural steel Work have been agreed upon with ENGINEER.
9
10 C. Temporary Shoring and Bracing: Provide temporary shoring and bracing members with
11 connections of sufficient strength to bear imposed loads. Remove temporary members and
12 connections when permanent members are in place and final connections are made. Provide
13 temporary guy lines to achieve proper alignment of the structures as erection proceeds.
14
15 D. Temporary Planking: Provide temporary planking and working platfonns as necessary to
16 effectively complete the Work. CONTRACTOR s hall provide sufficient planking to comply
17 with OSHA requirement of a tightly planked substantial floor within two storie s or 30 feet ,
18 whichever is less, below each tier of steel beams on which Work is performed.
19
20 E. Anchor Bolts : Furnish anchor bolts and other connectors required for securing structural steel
21 to foundations and other in-place Work.
22 I. Furni s h templates and other devices as neces sary for presetting bolts and other anchors
23 to accurate locations.
24 a . Refer to Section 05 05 10 , Anchor Bolts, Toggle Bolts and Concrete In s erts , of
25 these Specifications for anchor bolt in stallation requirement s .
26
27 F. Setting Bases and Bearing Plates: Clean concrete and masonry bearing s urfaces of
28 bond-reducing materials and roughen to improve bond to surfaces . Clean the bottom s urface
29 of base and bearing plates.
30 I. Set loose and attached base plates and bearing plates for structural members on steel
31 wedges or other adjusting devices.
32 2. Tighten the anchor bolts after the supported members have been pos itioned and
33 plumbed. Do not remove wedges or s hims, but if protruding, cut off flush with the ed ge
34 of the base or bearing plate prior to packin g with grout.
35 3. Place g rout between bearing surfaces and ba s es or plates as specified in Section 03 60
36 00, Grout. Finish exposed surfaces, protect installed materials, and allow curin g in strict
37 compliance with the manufacturer's instructions, or as otherwise required.
38 4. Levelin g plates and wood wedges will not be permitted.
39
40 G . Field A ssembly: Set structural frames accurately to the lines and elevations as shown on the
41 Drawings. Align and adju s t the various members forming a part of a complete frame or
42 s tructure before permanently fastening . Clean bearing surfaces and other s urfaces , which will
43 be in pennanent contact before assembly . Perform necessary adjustments to compens ate for
44 discrepancies in elevations and alignment.
45 1. Level and plumb individual members of the s tructure within tolerances as specified in
46 AJSC Manual. For members requiring accurate alignment , clip angles , lintels and other
47 members s hall be provided with slotted holes for horizontal adjustment at least 3/8-inch
48 in each direction , or more when required.
49 2 . Splice members only where s hown on the Drawings or specified .
C ITY O F FO RT WO RTH [North Ho ll v WTP Pump Station Discharge P ipe Replacement]
STAN DA RD CONSTRUCTION S P ECff lCATION DOCUMENTS [Capi tal Project No 163 1]
Revised [ 04 /0 I /20 1 1 J
I
05 12 00-7
STRUCTURAL STEEL
Page 7 of7
2 H . Erection Bolts : On exposed welded construction, remove e re ction bolts , fill h o le s with plug
3 welds and grind s mooth at exposed s urfaces.
4
5 I. Comply with Al SC Manual fo r bearing , adequacy of temporary connections, alignmen t, and
6 th e removal of paint on surfaces adjacent to field welds.
7 I. Do not enlarge unfair holes in membe rs b y burning or by the use of drift pins , except in
8 sec ondary bracing members. Ream holes that mu st b e en larged to admi t bolts .
9
10 J . Gas Cutting: Do not use gas c utting torches for correcting fa bri cat ion errors in th e st ructural
11 framing. Cutting wi ll be permitted only on secondary members, which are not und e r st ress , as
12 acce pt a bl e to ENGINEE R . Finish gas-cut se ctions equal to a s heared appearance w h en
13 permitted .
14
15 K . Touch-Up Pain tin g:
16 I. U nl ess o th e rwi se specified below, comply with all re quirements of t ouc h-up p a inting
17 spec ifi ed in Sec tion 09 90 00 and 09 90 50.
18 2. Imm ediat e ly after erection, clean fi e ld we lds , bolted connections, and a ll damaged
19 an d abra d ed areas of the shop paint. Apply paint to all ex pose d areas wit h the sam e
20 m ateria l as used for s hop painting. Apply by brus h or s pray to provid e a minimum dry
21 film thickness as s pecified in Section 09 90 00 and 09 90 50.
22 3. All we ld s to be coated shall be grinded smooth according to NACE "Surface Preparat ion
23 of Welds Prior to Coating" (Designation C).
24 4. All edges sha ll be g rind ed to W' radius .
25
26 END OF SECTION
Revisi o n Log
DATE NAME SUMMARY OF CHANGE
2 7
C ITY OF FORT WORTH [North Holly WTP Pump Stati on Di sc harge Pi pe Replac e m e nt]
ST ANDA RD CONSTR UCT ION SPECIF ICA T JON DOCU MENTS [Capital Proj ec t No I 63 I )
Re vised [ 04 /0 I /20 I I]
05 50 10-1
MISCELLANEOUS METAL FABRICATIONS
Page I ofS
1 SECTION 05 50 10
2 MISCELLANEOUS METAL FABRlCATlONS
3 PART I 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
I.I
1.2
SUMMARY
A . Scope:
B .
C.
D.
I. CONTRACTOR shall provide al l labor, materials, equipment and incidentals as
s hown on the Drawings, specified and required to furnish miscellaneous metal
fabrications, including surface preparation and shop priming.
The extent of miscellaneous metal fab ri cations Work is shown on the Drawings and
includes items fabricated from iron, steel and a luminum shapes, plates, bars, castings and
extrusions, which a re not a part of th e structural steel or other met a l systems covered by
other Sections of the se Specifications.
The types of miscellaneous metal items include, but are not limited to the following :
I.
2.
3.
4.
5.
A lu minum ladders .
Bollards.
Miscellaneous framing and supports.
Miscel laneous accessories and fasteners.
Seat Angles, supports and brackets.
6. Access hatches .
Related Sections:
I.
2 .
3 .
4.
5.
Division O -Bidding Requirements, Contract Forms, and Conditions of the
Contract
Division I -Genera l Requirements
05 05 I 0-Anchorages .
05 52 20-A lu m inum Handrails and Railings.
09 90 20-Paint in g and Protective Coatings.
QUALITY ASSURANCE
A. Reference Standards: Comply with the appli cable provisions and recommendations of
the following, except as otherwise shown and specified:
I .
2.
3.
4.
ASTM A 36, Specification for Carbon Structura l Steel.
ASTM A 153, Specifi cati on fo r Z inc Coati ng (Hot-Dip) on Iron and Steel
Hardware.
ASTM A 240, Specification for Heat-Resisting Chromium and Chrom ium-
Nicke l Stainless Steel Plate, Sheet and Strip fo r Pressure Vesse ls.
ASTM A 276, Stainless and Heat-Resisting S teel Bars and S h apes.
CITY OF FORT WORTH JNonh Ho ll y WTP Pump Sia ti on Di scharge Pipe Replacement)
I Capi tal Project No. 1631 J STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised [04 /0 1/201 1]
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21 1.3
22
23
24
25
26
27
28
29
05 50 10-2
MISCELLANEOUS METAL FABRICATIONS
Page 2 ofS
5. ASTM A 320, Specification for Alloy Steel Bolting Material for Low
Temperature Service.
6. ASTM B 209, Specification for Aluminum and Aluminum-Alloy Sheet and
Plate.
7. ASTM B 211, Specification for Aluminum and Aluminum-Alloy Bars, Rods and
Wire .
8 . ASTM B 221, Specification for Aluminum-Alloy Extruded Bars , Rods, Wire,
Shapes and Tubes .
9. ANSI A 14.3 , Safety Requirements for Fixed Ladders.
JO. AWS 01.1 , Structural Welding Code.
11 . NAAMM, Metal Finishes Manual.
12. OSHA.
B. Field Measurements:
1. Take field measurements where re quired prior to preparation of Shop Drawings
and fabrication to ensure proper fitting of the Work .
C. Shop Assembly:
I. Preassemble items in the shop to the greatest extent possible, so as to minimize
field splicing and assembly of units at the project site. Disassemble units only to
the extent necessary for shipping and handling limitations. Clearly mark units
for reassembly and coordinated in stallation .
SUBMITTALS
A. Shop Drawings: Submit for approval the following:
I. Fabrication and erection details of a ll assemblies of miscellaneous metal Work .
Include plans, elevations, and details of sections and connections. Show
anchorage and accessory items. Include se tting drawings and templates for
location and installation of miscellaneous metal items and anchorage device s.
2. Copies of manufacturer's specifications, load tables, dimension diagrams, anchor
details , and installation instructions for products to be use d in miscellaneous
metal Work.
30 PART 2 PRODUCTS
31
32
33
34
35
36
37
2.1 MATERIALS
A.
B.
Steel Plates, Shapes and Bars: ASTM A 36.
Aluminum:
I.
2.
3 .
Alloy and Temper: Provide alloy and temper as shown on the Drawings or
s pecified, or as otherwise recommended by the aluminum producer or finisher.
Extruded Shapes and Tubes : ASTM B 241.
Plate and Sheet: ASTM B 209 .
CITY OF FORT WO RTH [Nonh Ho ll y \1/TP Pump Station Discharge Pipe Replacement]
[Capital Project No . 163 1] STANDARD CONSTRUCTION SPE C IFI CATION DOCUMENTS
Revised [04 /0 1/2011]
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
2.2
4. Bars, Rods and Wire: ASTM B 211 .
05 50 10-3
MISCELLANEOUS METAL FABRICAT IONS
Page 3 of S
C. Stainless Steel Plates, Sheets and Bars : ASTM A 276, Type 316 stain le ss steel.
I . Use Type 316 s t ain le ss steel unless shown otherwise in the Drawings.
D. Stainless Steel Fasteners and Fittings: ASTM A 320.
E. Surface Preparation and Shop Priming: All stee l s hall be primed in the s hop. Surface
preparation and shop priming requirements are included herein, but are specified in
Section 09 90 20 .
F. Galvanizing: All galvanizing of fabricated stee l items shall comply with the requirements
of ASTM A 123.
G . Aluminum Finish: Provide an Architectural Class I anodized finish for a ll a luminum
work unless specifically s hown or specified to be mill or other finish.
MISCELLANEOUS MET AL ITEMS
A. Aluminum Ladders:
I . Fabricate ladders for the locations shown on the Drawings, with dimensions,
spacings, details and anchorages as s hown on the Drawings, and specified.
Comply with the requirements of ANSI A 14 .3, except as otherwise shown on the
Drawings or spec ified.
a . Unless otherwise shown on the Drawings , provide I I /2-inch diameter
Schedule 40 side rails , spaced 18-inches apart, minimum .
b . Provide extruded square rungs , spaced 12-inches on centers, maximum
with non-slip surface on the top of each rung. Adhesive s trips for non-
slip surfaces will not be allowed.
2. Fit run gs in centerline of side rails, plug weld and grind smoot h on outer rail
faces.
3. Support each ladder at top and bottom and at intermediate points spaced not more
th an five feet on centers . Use welded or bolted brackets , designed for adequate
support and anchorage, and to hold the ladder clear of the wall surface wi th a
minimum of 7-inches clearance from wall to centerline of rungs . Unless
otherwise s hown on the Drawings, or approved by the ENG INEER. extend rails
42 -inches above top rung, and return rails to wall or structure , unl ess other secure
handholes are provided . If the adjacent s tructure does not extend above the top
rung, goose neck the extended rails back to the structure to provide s ecure ladder
access.
4 . Use extruded aluminum conforming to a lloy a nd temper of the 5000 series alloys
B. Aluminum Ladder Safety Cages:
I . Fabricate ladder safety cages from extruded fl at bars, assembled by we lding or
riveting. Unless otherwise s hown on the Drawings, provide 1/2-inch by 3-inch
top, bottom and intermediate hoops spaced not more than five feet on centers;
and 3/8-inch by 2-inch vertical bars, secured to each hoop . Space vertical bars
approximately 9-inches on centers. Fas ten assembled safety cage to ladder rails
and adjacent construction as shown on the Drawings. Grind all wells . s harp
edges and projections smooth.
C ITY OF FO RT WORTH !North Ho ll y WTP Pump Sta t ion Di sc har ge P ipe Re placement)
!Capita l Projec t No . 163 1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 104 /0 1/20 1 I)
2
3
4
5
6
7
8
9
JO
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
C.
D .
E.
F.
G.
H.
I.
05 50 10-4
MISCELLANEOUS METAL FABRICATIONS
Pag e 4 of 5
2 . Comply with the requirements of ANSI A 14.3 .
3. Use extruded aluminum conforming to alloy and temper of the 5000 series
alloys.
Fall Prevention System: All ladders greater than I 2-feet-0-inches in height shall be
provided with a fall prevention system. The system shall meet OSHA standards.
I . The system shall consist of a rail permanently attached to the ladder to which a
harness belt is attached. The rail shall be notched and constructed of aluminum.
Ladder attachments shall be provided as required by the manufacturer. A
removable extension sec tion shall be provided at the top of the ladder.
2. Product and Manufacturer: Provide one of the following:
a. Saf-T-Climb by Norton Company.
b. Vi-Go Ladder Climbing Safety System by Miller Fall Protection
Bollards: Unless shown otherwise in the Drawings, provide 8-inch diameter, Schedule 40
galvanized s teel pipe, 4-feet-0-inches above grade, 4-feet-0-inches below grade. Fill with
concrete and mound top. Bollards shall be primed in the shop. Surface preparati on and
painting shall conform to the requirements of Section 09902.
Miscellaneous Framing and Supports:
I. Provide miscellaneous metal framing and supports, which are not a part of the
structural steel framework and are required to complete the Work.
2.
3 .
Fabricate miscellaneous units to the sizes, shapes and profiles s hown on the
Drawings or, if not shown on the Drawings, of the required dimensions to receive
adjacent grating, plates , tanks , doors, or other work to be retained by th e framing.
Except as otherwise shown on the Drawings , fabricate from structural shapes,
plates, a nd bars, of all welded construction using mitered corners, welded
brackets and splice plates and a minimum number of joints for field connection .
Cut, drill and tap units to receive hardware and si mil ar items to be anchored to
the Work.
Equip units with integrally welded anchors for casting into concrete or building
into masonry. Furnish inserts if units must be in s talled after concrete is placed.
a.
b.
Except as otherwise shown on the Drawings, space anchors, 24-inches on
centers, and provide units the equivalent of 1-1 /4 by I /4 by 8-inch s trips .
All material s hall be Type 316 stainless s teel unles s noted otherwise in
the Drawings.
Fasteners and Fittings : Provide Type 316 stainless steel , for all aluminum fabrications ,
and zinc coated hardware for all galvanized fabrications , unless otherwise s hown on the
Drawings o r spec ified.
Surface Preparation and Shop Priming: All miscellaneous metal fabrications s hall be
primed in the s hop. Surface preparation and s hop priming requireme nts are included
herein , but are specified in Section 09 90 20 .
Aluminum Finish: Provide an Architectural Class I anodized finish , AA M32C22 A41,
clear. as spec ified in NAAMM Manual.
Access Hatch Covers, Frames, a nd Appurtenances :
C ITY OF FORT WORT H fN onh Holl y WTP Pump Sta t ion Disc harge Pipe Repla ceme nt]
I Ca pital Project No 163 1] STANDARD CONS TRUCT ION SPEC IFI CA TION DOCUMENTS
Re, iscd 104 /0 1/201 1 J
1
2
3
4
5
6
7
8
9
10
11
].
2 .
3.
4.
5 .
6 .
05 50 10-5
MISCELLANEOUS METAL FABR ICAT IONS
Page S ofS
Furnish and install access hatches co nsis tin g of hatch covers , frames , gaskets ,
an d ap purt enances, as shown on the Drawings.
Hatches shall be aluminum material. Hardware and anchorages sha ll be Type 316
st ai nle ss steel.
Provide lockable hasps at all hatches. OWNER shall provide th e lo ck.
All hatches shall have safety gratin g.
CONTRACTOR shal l coordinate concrete em bed and blackout requirem ent s of
th e hatch prior to const ru cti o n .
Manufacturer:
a.
b.
Bilco.
Ha lliday .
12 PART 3 EXECUTION
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
3.1 INSTALLATION
A.
B .
C.
D.
E.
DATE
Set mi sce ll aneous metal fabrications accura te ly in location , a li gnm en t and elevation ,
plumb, leve l, true and free of rack , meas ur ed from established line s and lev e ls . Brace
temporarily or anc hor temporar il y in formwork where fabrications a re to be built into
co ncrete, masonry or simi lar co nstruction .
A nch or secu rel y as s hown o n the Drawin gs or as required for th e inte nd ed use , us in g
concealed anchors wherever pos s ible.
Fi t exposed connections accura te ly togeth e r to form tight hairline joints. Weld steel
co nn ec ti ons, which are not to be left as exposed joints, but cannot be sho p welded
becau se of shipping size lim itati o ns . Grind stee l joints smooth and tou ch up shop paint
coat. Do not we ld , cu t o r abra de the surfaces of exterior unit s, which have be en hot -dip
galvanized after fabrication , and are intended for bolt ed or scr ewed field co nn ections .
Protection of Aluminum from Di ss imilar Materials:
1. Coat a ll s ur faces of aluminum in contact with di ss imil ar material s, such as
concrete , maso nry and st ee l conforming to the requireme nt s of Section 09 90 20 .
All we lds to be coated shall be gr inded smooth acco rding to NACE "Surface Preparation
of Welds Prior to Co atin g".
END OF SECTION
Revis io n Log
NAME SUMMA RY OF C H ANGE
CITY OF FORT WORTH !Nort h Holly WTP Pump Station Di sc h arge Pipe Replacement]
!Capita l Projec t No . 163 1] STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS
Revised 104 /0 I /20 11 ]
05 53 20-1
ALUMrNUM GRATING AND CHECKER PLATE
Page I of 4
I SECTION 05 53 20
2 ALUMINUM GRATING AND CHECKER PLATE
3 PART 1 GENERAL
4
5
6
7
8
9
IO
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
1.1
1.2
SUMMARY
A . Scope:
B .
C.
I.
2.
3 .
CONTRACTOR shall provide all la bor, m a t e rial s, equipment and incid e ntals as
shown on the Drawings , specified and required to furni s h aluminum grating,
frames and checker plate.
The types of grating required shall be th e following:
a. Aluminum swage locked I-bar gratin g.
The Work also includes:
a . Providing openings in grating to accommodate the Work under this and
other Sections a nd attaching to the grating a ll items s uch as s leeves,
bands , studs, fasteners and a ll items required for which provision is not
specifically included under other Sections.
Coordination:
I . Review installation procedures under other Sections and coordinate the Work
that must be installed with or attached to the grating or checker plate .
Related Sec tion s:
I. Division O -Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Divi s ion I -General Requirements
3. 03 30 00-Cast-In-Place Concrete.
4. 05 50 I 0-Miscellaneous Metal Fabrications.
5. 09 90 20-Painting and Protective Coatings.
QUALITY ASSURANCE
A . Reference Standards: Comply with applicable provi s ion s and recommendat ions of the
following, except as otherwise shown or specified.
I. ASTM B 209, Specification for Aluminum and Aluminum -Alloy Sheet and
Plate.
2. ASTM B 210, Specification for Aluminum a nd Aluminum-Alloy Drawn
Seamless Tubes.
3. ASTM B 221, Specification for Aluminum and Aluminum-Alloy Ex trud e d Bars ,
Rods , Wire, Shapes an d Tubes.
4. NAAMM, Metal Finishes Manual , a nd Metal Bar Grating Manual.
5 . Aluminum Association Standards.
CITY OF FORT WORTH JNo rth Holl y WTP Pump Stati on Di sch arge Pip e Repl ac ement]
JCapital Proj ect No 163 1] STA NDARD CONSTRUCT ION SPEC IFI CATION DOCUM EN TS
Revi sed J04/0 1/20 11 J
I
2
3
4 1.3
5
6
7
8
9
JO
I I
8 . Field Measurements:
05 53 20-2
ALUMINUM GRATING AND CHECKER PLATE
Page 2 o f 4
1. Take field measurements prior to preparation of Shop Drawings and fabrication ,
where required , to ensure proper fitting of the Work.
SUBMITTALS
A. Shop Drawings: Submit for approval the following:
1. Fabrication and erection of all Work. Include pl ans , elevations, and details of
sections and connections . Show anchorage and accessory items .
2. Setting drawings and templates for location and in s tallation of anchorage
devices.
3. Manufacturer's specifications, load tables , dimension diagram s, a nchor details
and installation instructions.
I 2 PART 2 PRODUCTS
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
3'3
34
35
36
37
2.1
2_2
PERFORMANCE CRITERIA
A.
B.
The manufacturer shall furnish grating to conform the following criteria:
I . Design Loads: Uniform live load or a concentrated load on any area 24-inches
square, whichever gives the greatest stresses.
2 .
3.
4 .
5.
6.
Live Load
a. 300 psf
Concentrated Load
I 500 lb s
Maximum Clear Span Deflection: 1/120 of span o r 1/4 -inch , whic hever is less ,
under I 00 psf and no deflection limit under concentrated lo ading.
Maximum Fiber Stress : 12 ,000 ps i.
Bearing bars shall have a minimum depth of 2 " and be a max imum of 1-3/16
inches on center and 3/16-inches minimum thickne ss.
Cross bars or bent connecting bars shall not exceed 4-inches on center.
Refer to the Drawings for additional design information.
The manufacturer shall furnish removable checkered plate or plank grating to conform to
th e following, unle ss otherwise s hown on the Drawings:
I. Aluminum Checkered Plate:
a. Minimum thickness : 1/4-inch.
b.
C.
Design Uniform Load: I 00 psf, unl ess otherwise s hown on the
Drawings.
Maximum clear span deflection : 11120th of the s pan or 1/4 -inch ,
whichever is Jess , under 100 psf.
MATERIALS
A.
B.
Bearing Bars: Alloy 6061-T6 or Alloy 6063-T6, conforming to ASTM B 22 1.
Cross Bars or Bent Connecting Bars: Alloy conforming to either ASTM B 22 I or ASTM
B 210.
C ITY OF FORT WORTH [N onh Holl y WTP Pump Station Di sc har ge Pipe Replacement]
[Capita l Projec t No . 1631) STANDARD CONSTRUCT ION SPEC IFICATION DOCUMENTS
Re vised [04/0 1/20 11]
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
2.3
2.4
05 53 20-3
ALU MI NU M GRATING AND CHECKER PLATE
Page 3 of 4
C. Aluminum Checkered Pl ate:
1.
2 .
Provide a luminum checkered plate as shown on the Drawi n gs a nd sp ecified .
Plate to conform to ASTM B 209. Provide anod ized finish.
Rai s ed Pattern Floor Plate : Provide pattern standard wit h the manufacturer.
A ll oy an d tempe r t o be Alloy 6061 -T6.
FABRICATION
A.
8 .
C.
D .
E.
F.
G.
H.
I.
Use mate ri als of the minimum size and t hicknes s as spec ifi ed above unl ess otherwise
shown on the Drawings . Work to the dimensions shown on approved Shop Drawings .
Grating shall be as s ho w n o n the Drawings a nd s h all comply with the NAAMM "M e tal
Bar Grat ing M a nu al", except as specified herein .
I. Cross B a rs: M a nu fa cturer's s t andards to suit project requirement s.
2. Traffic Surface: Plain.
Type of Finish: Clear anodize d with a minimum coating of 0 .0008-inch in acco rd a n ce
with Aluminum Association Standard A4 I .
Provide grating sections with end-banding ba rs welded about 4-inches on centers for eac h
panel, four saddle clip or flan ge block a nchors designed to fit two be a ring b a rs, a nd four
s t ain less st eel stud or m ac hin e bolts w ith washers and nuts, unl ess oth e rwi se s hown on
the Drawings .
Cut grati n gs for penetrations as indicated . Layout units to a llow grat in g removal w ithout
disturbing it ems pe netrating g r a tin g .
1.
2.
3.
For openings in gratin g separated by more than four be a rin g bars, provide
banding o f sa m e m ate rial an d size as bearing bars , unless otherwise shown on the
Drawings. W e ld b an d to each bearing bar.
Field n otchin g o f bearing b ars at s upports to m a intain elevations will not be
permi tt e d . Grating m anufacturer shall coordinate bearing bar d e pth s as indicated
in the draw in gs to acco mm odate spec ial connecti o n conditions .
Provide a ddition a l opening framing as indicated in the Drawings .
Weld stai nl ess stee l stud bolts to receive sadd le clip or fl a n ge block a nchors to s upporting
s tee l members. Drill for machine bolts w he n s upports are aluminum.
Provide gratin gs in concrete w ith 316 stainl ess s teel angle frames hav in g mit e red corners
an d we lded joints. Grind exposed joints smooth. Frames s hall have we ld ed anchors set
into co nc re t e . Angle size shall m a t c h gra tin g depth se lected to assure flu s h fit.
Provide gratin gs atta c he d to existing concrete, masonry or steel with 316 s tainl ess s teel
bearing a ng les fastened with anchors as s hown on the Drawings or otherwise approved
by ENGINEER.
All grating s hall s imple s ingle s p a n a nd be re movable . Grating at ladd e r access loc a tions
s h a ll be removable and hin ge d . All grating panels shall be max imum 50 pounds in lifting
weight.
CHECKERED PLATES
A. Provid e removable checkered pl a tes in th e locations a nd s izes s hown on th e Drawings or
where directed by the OWNER. Also, provide perforated pl a te s where s hown on the
Drawings .
CITY OF FORT WORTH \N orth Holly WTP Pump St at io n Di sc ha rge Pipe Repl acem ent)
[C a pita l Proj ec t No . 163 1) STANDARD CONSTRU CTION S PE C IFICATION DOC U ME NT S
Rev ised [04 /01 /20 11 )
1
2
3
4
5
6
B .
C .
D .
05 53 20-4
ALUMINUM GRATING AND CHECKER PLATE
Pag e 4 of 4
Each checkered plate shal l be provided with four lifting handles as recommended by the
manufacturer. The lifting handles shall be of the recessed, drop handle type unless
indic ated otherwi se. Maximum we ight of checkered plate shall be I 50 pounds.
Checkered plates shall have a checkered, nonslip surface.
The a luminum plates shall have an anodized finish. Protect finish with a factory-applied
coating of lacquer standard with the manufacturer.
7 PART 3 EXECUTION
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
3.1 INSTALLATION
A. Fastening to In-Place Construction :
B .
C.
D .
E.
DATE
I. Use Type 316 stainless steel a nchorage devices and fasteners to secure grating to
supporting members or prepared openings, as recommended by the manufacturer.
Cutting, Fitting and Placement:
I.
2 .
Perform all cutting, drilling and fitting required for installation. Set the Work
accurately in loc ation, alignment and elevation, plumb, level , true and free of
rack . Do not use wedges or shimming devices.
Wherever gratings are penetrated by pipes, ducts, and s tructura l members, cut
openings neatly and accurately to size and attach a strap collar not less than
1 /8-inch thick to the cut ends of the bars.
3 . Divide the panels into sections only to the extent required for installation
wherever grating is to be placed around previously installed pipe, ducts, and
structural members.
Protection of Aluminum from Dissimilar Materials: Coat all aluminum surfaces in
contact with dissimilar materials such as concrete, masonry, steel and other metals as
specified in Section 09 90 20.
Removable aluminum checkered plate or aluminum plank grating shall be fastened to
secure checker plate or plank grating to supporting members , as recommended by the
manufacturer. Fastening system fo r the checker plate o r plank grating shall be
removable.
Gaps between the edge of grating and edge of perimeter support or gaps between adjacent
gra tin g panels exceeding Yi -inch will be rejected and new grating panels fabricated to the
as -built conditions providing 1/4 -inch gap shall be provided at no additional expense to
the Owner.
END OF SECTION
Revision Log
NAME SUMMARY OF CHANGE
C IT Y OF FORT WO RTH !No rth Holl y WTP Pump Stati on Di sc har ge Pipe Repl acement)
!Ca pita l Project No . 163 1) STAN DARD CONSTRUCTION SPEC IFICA TI ON DOCU MEN TS
Rev ise d I 04 /0 I /20 I I]
SECTION 3110 00
2 SITE CLEARING
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A . Section Includes
3 1 !0 00 -1
S IT E C LEARING
Pa ge I o f 4
6 I . Preparati o n o f ri g ht-of-way a nd oth e r d e si gnated a re as for c o n structi o n o perati o n s
7 by removing a nd di s pos in g o f a ll o b structi o n s in c ludin g clea rin g a nd g rubbin g a nd
8 tree s, whe n re mova l of s uch obs tructions is not s pec ific a ll y s h o wn o n th e pl a ns t o
9 be paid by oth e r Secti o n s. Th e City o f Fort W o rth 's U rb a n Fores try Ordinance
1 O governs a ll tree re m ova ls .
11 1.2 PRICE AND PAYMENT PROCEDURES !NOT USED)
12 1.3 REFERENCES (NOT USED]
13 1.4 ADMINSTRATIVE REQUIREMENTS
14 A . Pre in sta ll a ti o n M eetin gs
15 1. Hold a p relimina ry s it e cl earin g m eetin g and include th e Contracto r, C ity Arbo ri st ,
16 C ity In s p e cto r , and th e P roj ect Manager fo r th e purpose o f rev iew in g th e
17 Contracto r 's tre e re moval pl a n . C le a rl y m a rk a ll trees to re m a in on th e proj ect s it e
18 pri o r to th e m eetin g .
19 2. The C o ntracto r will prov id e th e C ity with a Di s p o sa l Le tt e r in acco rd a nce to
20 Divisi o n 01 .
C ITY OF FORT WO RT H
ST ANDARD C ONST RUCT ION SPECIFI CATI ON DOCU M EN TS
R e vi sed 104 /0 1/20 11]
[North H o ll y W T P Pu mp Sta ti o n Di sc harge Pipe Rep lace m ent]
I C a pit al Projec t No. 163 1)
1.5 SUBMITT ALS [NOT USED]
311000-2
SIT E CLE ARING
Pa ge 2 of 4
2 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS [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 CONDITIONS [NOT USED]
8 1.12 WARRANTY [NOT USED]
9 PART 2 -PRODUCTS [NOT USED]
IO PART 3 -EXECUTION
11 3.1 INST ALLERS [NOT USED]
12 3.2 EXAMINATION [NOT USED]
13 3.3 PREPARATION [NOT USED]
14 3.4 INSTALLATION
15 A. Protection of Trees
16 I. Protect designated trees and prune trees and shrubs as shown on the plans. Refer to
17 the plans for tree protection details.
18 2. If the plans do not provide tree protection details, protected trees shall be fenced by
19 placing six foot (6') tall metal T-posts in a square around the tree trunk with the
20 comers located on the canopy drip line, unless instructed otherwise.
21 3 . When site conditions do not allow for the T-posts to be installed at the drip line , the
22 T-posts may be installed no less than eight feet (8 ') from the tree trunk. Four foot
23 ( 4 ') high 12 Yi gauge stock fencing or orange plastic snow fence shall be attached to
24 the T-posts to form the enclosure .
25 4 . Do not park equipment, service equipment, store materials, or disturb the root area
26 under the branches of trees designated for preservation.
27 5 . When shown on the plans, treat cuts on trees with an approved tree w o und dressing
28 within 20 minutes of making a pruning cut or otherwise causin g damag e to the tree.
29 6. Trees and brush shall be mulched on-site . Burning as a method of disposal is not
30 allowed .
31 B . Hazardous Materials
CITY OF FORT WORTH
STANDARD CONS TRUCT JON SPEC IFI CATI ON DOCUMENTS
Re v ise d 104 /0 1/20 11]
[Nort h Holl y WT P Pum p Stati on Disc harge Pipe Re pl ace men t)
[Ca pit al Proj ect No . 16 3 1 J
3 11 000 -3
S ITE C LEARTNG
Pa ge 3 o f 4
I . The Con t rac tor w ill no tify th e E ngineer immediate ly if any hazardo u s o r
2 questi onab le m a t e rials not s hown on the plans a re encountered. Thi s includes ; but
3 n o t limit ed to; floor tile s, roof tile s, shingles, s iding, and utility piping. The testing,
4 remova l, and disposal of haza rdous materials will be in accordance wi th Division
5 01.
6 C. Site C learing
7 I. C le a r areas shown o n the plans of all obstructions, except those land scape fea ture s
8 that are to be preserved. Such obstructions include but are not limited to remains of
9 buildings a nd other structures, foundations , floor s labs, concrete, brick, lumbe r ,
IO pl aste r , se ptic tank drain fields , abandoned utility pipes or conduits, e quipment,
11 fences , re ta ining wa lls , and other items as s pecifi e d on the plans.
12 2. Rem ove vegeta ti o n and other landscape features not designated for preservation ,
13 curb and gutter, driveways, paved parking areas, mi scellaneous stone, s idewalk s,
14 drainage st ructures, manholes, inlets , abandoned railroad tracks, scrap iron , a nd
15 debris, whether abo ve or b e low ground.
16 3. Rem ove culverts, storm sewers, manholes, and inlets in proper sequence to
17 maintain traffic a nd drainage in accordance with Section 02 41 14 .
18 4. ln a reas receiving embankment, remove obstructions not designated for
19 pre se rva ti on t o 2 feet below natural ground . 1n areas to be excavated , rem ove
20 obstru cti ons to 2 feet below the excavation le ve l. In al l other a reas , remove
2 1 o bs tructi ons to I foot below natural ground .
22 5. When a ll owed by the plans or directed by the Engineer, cut trees and stump s off t o
23 gro und leve l. Removal of existing structures shall be as per Secti o n 02 41 16 .
24 D. Disposal
25 I . Di s pose of a ll trees within 24 hours of removal.
26 2. A ll m a te rial s a nd d e bris removed b ecom es the property of the Contractor, unl ess
27 o therw ise st at e d o n the plans . The Contractor will dispo se of m ate ri a l and debris
28 off-site in accordance with local , state, and federal laws and regulati o n s .
C ITY OF FORT W O RTH
STANDARD C O NSTRUCTI ON SP EC IFI CA TION DOC UME NT S
Re vi sed [04 /0 I/20 11 J
[N o rth Ho ll y WTP Pump Stati o n Di sc harge Pipe Repl acement)
!Ca pit al P roj ec t No. 163 1]
2
3
4
5
6
7
8
9
JO
I I
12
13
3.5 REPAIR [NOT USED]
3.6 RE-INST ALLA TI ON [NOT USED]
3.7 FIELD QUALITY CONTROL (NOT U SED]
3 .8 SYSTEM STARTUP (NOT USED)
3.9 ADJUSTING [NOT U SED]
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
Rev is ion Log
3 11 000-4
SIT E CL EARING
Pag e 4 of 4
DAT E NAM E SUM MARY OF CHANGE
[20 IO JAN 06 )
C ITY OF FORT WOR TH
STANDAR D CONS TR UCTI ON SPEC IFI CATION DOCUMENTS
Revi se d [04 /0 I/20 11 ]
[No r1 h Holly WTP Pump Station Disc ha rge Pipe Rep lacement]
[Cap ital Proj ec t No. 163 1)
I SECTION 31 22 00
2 GRADmG
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes
3 12200 -1
GRADTNG
Page 1 of 3
6 1. Furnish , place , and compact fill , excavated and/or in-s itu materials for final grading
7 in parkways a nd open a reas.
8 B. Related Specification Sections include the following :
9 1. Section 3 I 23 23 Fi II
Io 1.2 PRICE AND PAYMENT PROCEDURES (NOT USED]
I I 1.3 REFERENCES (NOT USED]
12 1.4 ADMINSTRATIVE REQUIREMENTS [NOT USED]
13 1.5 SUBMITTALS (NOT USED)
14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED]
15 1.7 CLOSEOUT SUBMITTALS (NOT USED]
I 6 1.8 MAINTENANCE MATERIAL SUBMITT ALS (NOT USED)
I 7 1.9 QUALITY ASSURANCE [NOT USED]
I 8 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED]
I 9 1.11 FIELD CONDITIONS (NOT USED]
2 0 1.12 WARRANTY [NOT USED]
21 PART 2 -PRODUCTS
22 2.1 OWNER-FURNISHED (NOT USED)
23 2.2 PRODUCT TYPE AND MATEIUALS
24 A. General and Select Fill Materi a l must meet the requirements o f Section 31 23 23.
C IT Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS
Revised [04 /0l /201 I ]
[North Holly WTP Pump Stati on Discharge Pipe Rep lacemen t]
I Capital Project No . 1631]
2.3 ASSEMBLY OR FABRICATION TOLERANCES [NONE)
2 2.4 ACCESSORIES [NOT USED)
3 2.5 SOURCE QUALITY CONTROL [NOT USED)
4 PART 3 -EXECUTION
5 3.1 INST ALLERS (NOT USED]
6 3.2 EXAMINATION [NOT USED]
7 3.3 PREPARATION [NOT USED]
8 3.4 CONSTRUCTION
3 1 2200 -2
GRADING
Page 2 of 3
9 A. The objective is to bring fill , excavated o r in-situ materials to the final lines , grades and
IO elevations as shown on the plans. The Contractor mu st take into account any s ubgrade
11 preparation or stabilization for foundations , roadways, and other pavements. Thickness
12 of top so il and other planting bedding materi a l mu s t be con s id e re d .
13 B . Excavation and Fill
14 I. Bring all excavated surfaces to within plus or minus 0 .1 foot of the final line and
15 grade
16 2. Place all fill material in acco rdance with Section 31 23 23 . Place fill material
17 s lightly higher than grade to allow for compaction .
18 C. In -s itu materials
19 I . When the existing line , elevation and grade m eets the require ments o f the pl a ns ,
20 sca rify the upper 6 inches of the s ub grade so il , th e n compact and moi sture
2 1 condition to the required density and moisture content as shown on the plans.
CITY OF FORT WORTH
STANDARD CONSTRUCT ION SPECIF ICAT ION DOCUMENTS
Revi sed [04 /0 1/20 11)
[No r1h Holl y WTP Pump Stati on Discharge Pip e Repla cem ent]
[Ca pital Project No . I 63 1]
3.5 REPAIR/RESTORATION (NOT USED]
2 3.6 RE-INSTALLATION !NOT USED]
3 3.7 FIELD QUALITY CONTROL !NOT USED]
4 3.8 SYSTEM STARTUP !NOT USED]
5 3.9 ADJUSTING !NOT USED]
6 3.10 CLEANING !NOT USED]
7 3.11 CLOSEOUT ACTIVITIES !NOT USED)
8 3.12 PROTECTION INOT USED)
9 3.13 MAINTENANCE (NOT USED)
IO 3.14 ATTACHMENTS (NOT USED]
11
12 END OF SECTION
13
Revi s ion Log
3 1 22 00 -3
GRADTNG
Page 3 of3
DAT E NAME SUMMARY OF CHANGE
14
120 10 JAN 06]
C ITY OF FO RT WORTI-1
ST AN DAR D CONST RUCT ION SPECIF ICATI ON DOCU M ENTS
Revised 104 /01 /2011 ]
[North Holl y WT P Pu mp St at ion Disc harge Pipe Re pl ace ment)
[Capit a l P rojec t No . 163 1]
I SECTION 31 23 23
2 FQL
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes
6 I . Furni s h, place, and compact fill m a terial for gra ding .
7 B. Rel a ted Specification Sections include the following:
8 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
9 1.3 REFERENCES
IO A . Reference Standards
3 1 23 23 - I
F ILL
Pa ge I of3
I I I . Reference standards cited in this s pecification r efer to the current reference standard
12 published at the time of the late st revi s ion date lo gged at the end of thi s
13 specification, unl ess a date i s s pecifically cited .
14 2. ASTM Standards
15 a . ASTM 04318-10, Test Procedure for Determining Liquid Limit, Plastic Limit,
16 and Plasticity Index of Soils
17 b . ASTM 0494 3-08 , Stand a rd Test M e thod for Shrinkage Factors o f Soils by the
18 Wax M e th o d
19 c. ASTM D698 , Standard Test Methods for Laboratory Com pac ti o n
20 Characteristics of Soil Using Standard Effort (12 ,400 ft-lbf/ft 3)
2 I 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
22 1.5 SUBMITT ALS
23 A. Submit laboratory tes ts r eports for each so il borrow source used to s uppl y ge neral fill
24 and se lect fill materi a ls.
CIT Y OF FORT WORTH
STANDARD C O N STR UCTlO N SPECIFI CAT ION DOCUMENTS
Revi sed 104 /0 1/20 11 l
[N o rth Ho ll y WTP Pump Stati o n Discharge Pipe Replacemen t]
[Capita l Project No . 163 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 CONDITIONS !NOT USED]
7 1.12 WARRANTY !NOT USED]
8 PART2-PRODUCTS
9 2.1 OWNER-FURNISHED [NOT USED)
IO 2.2 PRODUCT TYPES AND MATERIALS
11 A . General Site Fill
31 23 23 -2
FILL
Pa ge 2 of3
12 I . If additional soil is required to achieve the elevations shown on the plans, the
13 Contractor provides the needed soil from an approved source.
14 2 . Excess soil may be utilized on-site in areas designated by the Engineer; otherwise,
15 the Contractor legally disposes of excess soil off-site at no additional cost.
16 B. Select Fill
17 I . Additional soil beneath pavements, roadways, foundations and other structures
18 required to achieve the elevations shown on the plans .
19 2. Select Fill
20 a . Classified as SC or CL in accordance with ASTM 02487
21 b . Liquid limit less than 35
22 c. Plasticity index between 4 and 15
23 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED)
24 2.4 ACCESSORIES (NOT USED)
25 2.5 SOURCE QUALITY CONTROL [NOT USED]
26 PART 3 -EXECUTION
27 3.1 INST ALLERS (NOT USED]
. 28 3.2 EXAMINATION [NOT USED]
29 3 .3 PREPARATION [NOT USED)
30 3.4 INSTALLATION
31 A. After dumpin g, spread the material in horizontal layers over the entire fill area. Do not
32 exceed a thickness of 8 inch es for eac h layer before compacti o n.
C IT Y OF FORT WORTH
STANDARD CONSTRUCT ION SPECI FI CAT ION DOCUMENTS
Revised I 04 /0 I /20 I I)
[No rth Holly WTP Pump Station Disc harge Pipe Replacement)
!Capi tal Project No . 163 I)
B . Mai nt a in p osi ti ve d ra in age th ro u g ho ut c o n struct io n .
3 1 23 23 -3
FILL
Page 3 of3
2 C. Wh e n d o in g combine d excavati o n a nd fill pl acin g operati ons, compac t a nd bl e nd th e
3 fill s u ffic ie ntl y to secure t he best practica bl e d egree of com pac t io n.
4 D . A ft e r each layer has been s pread t o th e p roper depth , use a d isc p low o r o th e r su itab le
5 a nd a pprove d e quipme nt to th o rou g hl y m a nipu late the mate ri a l u ntil it is un iform ly
6 mi xed a nd pu lveri zed .
7 E. Compac ti o n
8 1. Compac t each la ye r o f fill mate ri a l wi th su itab le e qu ipm e nt as n ecessary to ac h ieve
9 a n in-pl a c e s o il d e ns ity of at least 95 % m ax im u m d ry d e n s ity a nd a m o is ture
IO cont e nt w ithin minu s o ne (-1) a nd t o plu s t hree ( + 3) p e rcent of o ptimum m o i sture
11 as d ete rmin e d by A STM 0698 .
12 F . Di s posa l
13 1. Di s pose o f a ll excess mate ri a l it e m s o ff-s it e in accord a nc e wi th loca l, st at e, a nd
14 fe d e ral laws a nd regulati o n s.
15 3.5 REPAIR !NOT USED]
16 3.6 RE-INSTALLATION INOT USED]
17 3.7 FIELD QUALITY CONTROL !NOT USED]
18 3.8 SYSTEM STARTUP INOT USED)
19 3.9 ADJUSTING INOT USED]
20 3.10 CLEANING !NOT USED]
2 1 3.11 CLOSEOUT ACTIVITIES !NOT USED]
22 3.12 PROTECTION INOT USED]
23 3 .13 MAINTENANC E !NOT USED]
24 3.14 ATTACHMENT S INOTUSED)
25
26 END OF SECTION
27
R ev is io n Log
DA T E NAME SUMMA RY OF C H ANGE
28
[20 10 JAN 06]
C ITY OF FORT WORT H
STANDARD CONSTRUCTION SPEC IFICATION DO CUMENTS
Revi sed 104 /0 1/20 11]
!North H o lly WTP Pump Stati o n Di scharge P ipe Replacemen t]
[ Cap it al Project No . 163 1 J
31 25 00 - I
EROSION AND SEDIMENT CONTROL
Page I of 8
SECTION 31 25 00
2 EROSION AND SEDIMENT CONTROL
3 PARTl-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 ; and removal of erosion and sediment control devices.
8 B. Related Specification Sections include the fol lowing:
9 I. Section 31 10 00 -Site Clearing
IO 2. Section 31 22 00 -Grading
11 3. Section 312323 -Fill
12 1.2 PRICE AND PAYMENT PROCEDURES (NOT USED]
13 1.3 REFERENCES
14 A. Reference Standards
15 I . Reference standards cited in this specification refer to the current reference standard
16 published at the time of the latest revision date logged at the end of this
17 specification , unless a date is specifica ll y cited.
18 2. ASTM Standard :
19 a . ASTM 03786 , Standard Test Method for Bursting Strength of Textile
20 Fabrics-Diaphragm Bursting Strength Tester Method
21 b. ASTM 04632 , Standard Test Method for Grab Breaking Load and Elongation
22 of Geotextiles
23 c. ASTM 04751 , Standard Test Method for Determining Apparent Opening Size
24 of a Geotextile
25 d. ASTM 04833, Standard Test Method for Index Puncture Resistance of
26 Geomembranes and Related Products
27 3 . Texas Commission on Environmental Quality (TCEQ) TPDES General Pennit No .
28 TXR 150000, March 5 , 2008 .
29 4. TxDOT Departmental Material Specifications (OMS)
30 a. DMS-6230 "Temporary Sediment Control Fence Fabric"
31 1.4 REFERENCES (NOT USED]
32 1.5 ADMINJSTRA TIVE REQUIREMENTS [NOT USED]
33 1.6 SUBMITTALS
34 A . Storm Water Pollution Prevention Plan (SWPPP)
35 B. TCEQ Notice of Intent (NO i) for Storm Water Discharges Associated with
36 Construct ion Ac ti vity under the TPDES Genera l Permit
C ITY O F FO RT WO RTH
STAN DARD CONSTR UCTI ON S PE C IFI CA TI ON DOCU ME N T S
Revise d [04 /0 1/201 1)
[Nonh Ho ll y WTP Pump Stati o n D isc h arge Pipe Rep lacement)
[Ca pital Project N o . 16 3 1 I
31 25 00 • 2
EROS IO N AN D SE DIM EN T CO NTR O L
Pag e 2 of 8
1 C. TCE Q Notice ofTennination (NOT) for Stonn Water Discharges Associated with
2 Con s truction Activity under the TPDES General Pennit
3 PART2-PRODUCTS
4 2.1 OWNER-FURNISHEO !NOT USED]
5 2.2 PRODUCT TYPES AND MATERIALS
6 A. Rock Filter Dams
7 I . Aggregate . Furnish aggregate with hardness, durability, cleanliness, and resistance
8 to crumbling, flaking , and eroding acceptable to the Engineer. Provide the
9 following :
10 a . Types I , 2 , and 4 Rock Filter Dams. Use 3 to 6 inch aggregate.
11 b. Type 3 Rock Filter Dams. Use 4 to 8 inch aggregate .
12 2. Wire. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie
13 wires for Types 2 and 3 rock filter dams . Type 4 dams require :
14 a. a double-twisted , hexagonal weave with a nominal mesh opening of2-l /2
15 inches x 3-1 /4 inches ;
16 b . minimum 0.0866 inch steel wire for netting;
17 c. minimum 0 .1063 inch steel wire for selvages and corners; and minimum 0.0866
18 inch for binding or tie wire.
19 B. Geotextile fabric. Place the aggregate over geotextile fabric meeting th e following
20 criteria:
21 a. Tensile Strength of 250 lbs , per ASTM D4632
22 b . Puncture Strength of 135 lbs , per ASTM D4833
23 c. Mullen Burst Rate of 420 psi , per ASTM D3786
24 d . Apparent Opening Size of No . 20 (max), per ASTM D475 I
25 C . Sandbag Material. Furnish sandbags meeting Section 2 .5 except that any gradation of
26 aggregate may be used to fill the sandbags.
27 D . Stabilized Construction Entrances
28 I. Provide m a terials that meet the details shown on the plans and this Section .
29 a. Provide crushed aggregate for long and short-tenn construction exits. Furnish
30 a ggreg ates that are clean , hard , durable, and free from adherent coatings s uch as
31 salt , alkali , dirt, clay, loam, shale, soft, or flaky materials and organic and
32 injurious matter. Use 3 to 5 inch coarse aggregate with a minimum thickness of
33 12 inches.
34 b. The a g gregate shall be placed over a ge otextile fabric meeting the following
35 criteria:
36 I) Ten s ile Strength of 300 lb s, per ASTM D4632
. 37 2) Puncture Strength of 120 lbs , per ASTM D4833
38 3) Mullen Burst Rate of 600 psi , per ASTM D3786
39 4) Apparent Opening Size of No. 40 (max), per ASTM D475 I
40 E. Embankment for Erosion Control
41 I. Provide rock , loam , clay, topsoil , or other earth materials that will fom1 a stable
42 embankment to meet the intended use .
CITY OF FORT WORTH
STAN D AR D CONSTRUCT ION SPECIF ICATION DOCUMENTS
Revi se d [04 /0 1/20 11]
INo nh Holly WTP Pump Statio n Disc harge Pipe Re placem ent)
I Ca pit al Proj ect No. 1631)
2
3
4
5
6
7
8
9
10
I I
12
13
14
15
16
17
18
19
20
2 1
22
23
F . Sandbags
3 1 25 00 -3
EROS ION AND SEDfMENT CONT ROL
Page 3 o f 8
I . Provide sa ndbag ma terial of polypropylene, polyethylene, or polyamide woven
fabric with a minimum unit weight of 4 oz . per square yard, a Mullen burst-st rength
exceed in g 300 psi, an d an ultraviolet stability exceeding 70%.
2. Use natural coarse sa nd or manufactured sand meeting the gradation give n in Table
1 to fill sandba gs. Filled sandbags must be 24 to 3 0 inches lon g, 16 to 18 inche s
wide, and 6 to 8 inches thick .
Table I
Sand Gradation
Sieve# Maximum Retained(% by Weight)
4 3%
JOO 80%
200 95%
G. Temporary Sediment Control Fence
H. Provide a ne t-reinforced fence using woven geo-textile fabric. Logos visible to the
travelin g public will not be allowed .
I . Fabric. Provide fabric materials in accordance with DMS-6230, "Temporary
Sediment Control Fence Fabric."
2. Posts. Provide essentially straight wood or steel posts with a minimum le ngth of 48
inches , unless otherwise shown on the plans. Soft wood posts must be at least 3
inches in diameter or nominal 2 x 4 inch Hardwood posts must have a minimum
cross-section of 1-1 /2 x 1-1/2 inch T-or L-shaped steel posts must have a minimum
weight of 1.3 lb . per foot.
3 . Net Reinforcement. Provide net reinforcement of at lea st 12-1 /2 gauge ga lvanized
welded wire me s h, with a maximum opening s ize of 2 x 4 inch , at least 24 inches
wide, unless otherwise shown on the plans.
4 . Staples. Provide staples with a crown at lea st 3/4 inch wide and legs 1/2 inch lon g.
C ITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIF ICAT IO N DOCUMENTS
Revised [04 /01 /2011]
[North H o ll y WTP Pump Station Di scharge Pipe Rep lacement]
[ Ca pit al Project No . 163 1]
31 25 00 - 4
EROS ION AN D SE DIM EN T CO NTR OL
Pag e 4 o f 8
2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED)
2 2.4 ACCESSORIES [NOT USED]
3 2.5 SOURCE QUALITY CONTROL [NOT USED]
4 PART 3 -EXECUTION
5 3.1 INSTALLERS [NOT USED]
6 3.2 EXAMINATION [NOT USED]
7 3.3 PREPARATION [NOT USED]
8 3.4 INSTALLATION
9 A. Storm Water Pollution Prevention Plan. Implement the project 's Storm Water Pollution
IO Prevention Plan (SW PPP) for the project site in accordance with the specific or general
11 storm water permit requirements. Develop and implement an SWPPP . Prevent water
12 pollution from storm water associated with construction activity from entering any
13 surface water or private property on or adjacent to the project site .
14 B . Control Measures
15 I. Implement control measures in the area to be disturbed before beginning
16 construction , or as directed. Limit the disturbance to the area shown on the plans or
17 as directed.
18 2. lf, in the opinion of the Engineer, the Contractor cannot control soil erosion and
19 sedimentation resulting from construction operations, the Engineer will limit the
20 disturbed area to that which the Contractor is able to control. Minimize disturbance
21 to vegetation.
22 3. lmmediately correct ineffective control mea s ures. lmplement additional controls as
23 directed. Remove excavated material within the time requirements specified in the
24 · applicable storm water permit.
25 4. Upon acceptance of vegetative cover, remove and dispose of all temporary control
26 measures, temporary embankments, bridges, matting, falsework, piling, debris , or
27 other obstructions placed during construction that are not a part of the finished
28 work, or as directed.
29 C. Do not locate disposal areas , stockpiles, or haul roads in any wetland , water body, or
30 stream bed.
31 D. Do not install temporary construction crossings in or across any water body without the
32 prior approval of the appropriate resource agency and the Engineer.
33 E . Provide protected storage area for paints, chemicals, solvents, and fertilizers at an
34 approved location . Keep paints, chemicals, solvents, and fertilizers off bare ground and
35 provide shelter for stored chemicals .
36 F. Installation and Maintenance
37 I. Perform work in accordance with the specific or general storm water permit.
C ITY O F FO RT WORTH
STANDARD CO NSTR UC TI ON SPEC IFI CAT ION DOCU MEN TS
Rev ise d [04 /0 1/20 11]
[No rth Holl y WTP Pump Stati on Di scharge Pipe Repl acement]
[Capital Proj ec t No . l 63 1)
3 1 2500 -5
EROS ION AND SEDIMENT CONTROL
Pa ge 5 of 8
2 . When approved , sedim en t s may be dispo sed of within embankments, or in areas
2 where the material will not contribute to further si ltati o n .
3 3 . Dispose of removed material in accordance with federal, state , an d local
4 regul at io n s.
5 4 . Remove devices upon approva l o r when directed . Upon removal , fini s h-grade a nd
6 dress the area. Stabilize disturbed areas in accordance with the permit , and as
7 s h own o n th e plans o r directed.
8 5. The Contractor retain s ow ne rs hip of stockpiled materi a l a nd mu st remove it from
9 the project when new in stall a tions or replacements are no longer required.
IO G . Rock Filter Dams for Erosion Control
11 I . Remove trees , bru sh, stum p s, and other objectionable material that may interfere
12 with the construction of rock filter dams. Place sandbags as a foundation when
I 3 required o r at the Contractor's option .
14 2. For Types I , 2 , 3 , a nd 5 , place the aggregate to the lines , height, and slopes
15 s pecified , without undue voids. For Types 2 and 3 , place the aggregate on the mesh
J 6 and then fold the mesh at the upstream side over the aggregate and secure it to itself
J 7 on the downstream si de with wire ties, or hog rings , or as directed . Place rock filter
18 dams perpendicular to the flow of the stream or channel unless otherwise directed .
J 9 Construct filt e r d a m s according to the following criteria, unless otherwise shown on
20 th e plan s :
2 I a . Type I (Non-reinforced)
22 I) Hei g ht. At least 18 inches meas ured vertically from existing ground to top
23 of filt e r dam.
24 2) Top Width . At lea st 2 feet
25 3) Slopes . At most 2: I
26 b. Type 2 (Reinforced)
27 I) Hei g ht. At lea st 18 inches measured vertically from exi sting ground to top
28 of filter dam .
29 2) Top Width . At least 2 feet
30 3) Slopes. At most 2: I
31 c. T y pe 3 (Reinforced)
32 1) Hei g ht. At least 36 inches meas ured vertically from existing ground to top
33 of filter dam .
34 2) Top Width . At least 2 feet
35 3) Slopes . At most 2: I
36 d . Type 4 (Sack Gabions)
37 I) Unfold sack gabions and smooth out kinks and bends. For vertical filling ,
38 connect the s ide s by lacing in a s ingle loop-double loop pattern on 4-to 5-
39 inches s pacing. A t one end , pull the end lacing rod until tight, wrap around
40 th e end, a nd twi s t 4 times. At th e filling end, fill with stone, pull the rod
41 ti g ht , cut the wire with approximately 6 inches remaining, and tvvist wires 4
42 times .
43 2) For ho rizo ntal fillin g, place sac k flat in a filling trough , fill with stone, and
44 connect sides and secure ends as described above .
45 3) Lift and place without damaging the gabion. Shape sack gabions to existing
46
47
contours .
e. Type 5. Provide rock filter dams as shown on the plans.
C ITY OF FORT WORTH
STAN DARD CONSTRUCT ION SPEC IFICATION DOCUMENTS
Rev ise d [04 /0 I /20 I I J
[North Holl y WTP Pump Stat ion Disc harge Pipe Rep lacement]
[Capit al Projec t No . 163 1)
H . Construction Entrances
31 25 00 -6
EROSI ON AND SEDIMENT CONTROL
Page 6 of 8
2 1. When tracking condition s exist, prevent traffic from crossing or exiting the
3 construction site or moving directly onto a public roadway, alley, sidewalk, parking
4 area, or other right of way areas o ther than at the location of construction entrances.
5 2 . Place the exit over a foundation course, if necessary . Grade the foundation course
6 or compacted subgrade to direct runoff from the construction exits to a sediment
7 trap as shown on the plans or as directed .
8 3. At drive approaches, make sure the construction entrance is the full width of the
9 drive and meets the length shown on the plans. In, The width shall be at least 14
IO feet for one-way and 24 feet for two-way traffic for all other points of ingress or
11 egress or as directed by the Engineer.
12 I. Earthwork for Erosion Control
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
I. Perform excavation and embankment operations to minimize erosion and to
remove collected sediments from other erosion control devices.
a. Excavation and Embankment for Erosion Control Measures
I) Place earth dikes, swales, or combinations of both along the low crown of
daily lift placement, or as directed , to prevent runoff spillover.
2) Place swales and dikes at other locations as shown on the plans or as
directed to prevent runoff spillover or to divert runoff.
3) Construct cuts with the low end blocked with undisturbed earth to prevent
erosion of hillsides.
4) Construct sediment traps at drainage structures in conjunction with other
erosion control measures as shown on the plans or as directed.
5) Where required , create a sediment basin providing 3 ,600 cu. ft. of storage
per acre drained, or equivalent control measures for drainage locations that
serve an area with IO or more disturbed acres at one time, not including
offsite areas.
b. Excavation of Sediment and Debris
1) Remove sediment and debris when accumulation affects the performance of
the devices, after a rain, and when directed.
31 J. Sandbags for Erosion Control
32 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water
33 runoff from disturbed areas, create a retention pond, detain sediment, and release
34 water in sheet flow. Fill each bag with sand so that at least the top 6 inches of the
35 bag is unfilled to allow for proper tying of the open end.
36 2. Place the sandbags with their tied ends in the same direction. Offset s ubsequent
37 rows of sandbags I /2 the length of the preceding row. Place a single layer of
38 sandbags downstream as a secondary debris trap. Place additional sandbags as
39 necessary or as directed for supplementary support to berms or dams of sandbags or
40 earth .
41 K . Temporary Sediment-Control Fence
42 I. Provide temporary sediment-control fence near the downstream perimeter of a
43 disturbed area to intercept sediment from sheet flow. Incorporate the fence into
44 erosion-control measures used to control sediment in areas of higher flow. Install
45 the fence as shown on the plans , as specified in this Section, or as directed.
CIT Y OF FORT WORTH
ST ANDA RD CONS TR llCT ION SPEC !Fl CA Tl ON DOCUMENTS
Revi se d \0-1 /0 1/20 11]
[No rth Holl y WT P Pum p St ati on Di sc har ge Pipe Repla ce ment]
[Capital Pr oject No . 1631 J
2
3
4
5
6
7
8
9
IO
11
12
13
14
15
16
17
18
19
20
21
22
3 1 25 00 -7
EROSION A N D SEDIM ENT C O NTR O L
Page 7 o f 8
a. Post Installation . 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 . Dig trenches along the uphill side of the fence to anchor 6 to
8 inches of fabric. Provide a minimum trench cross-section of 6 x 6 inch Place
the fabric against the side of the trench and align approximately 2 in of fabric
along the bottom in the upstream direction. Backfill the trench , then hand-tamp .
c. Fabric and Net Reinforcement Attachment. Unless otherwise shown under the
plans, attach the reinforcement to wooden posts with staples, or to steel posts
with T-clips, in at least 4 places equally spaced. Sewn vertical pockets may be
used to attached reinforcement to end posts. Fasten the fabric to the top strand
of reinforcement by hog rings or cord every 15 inches or less.
d. Fabric and Net Splices
1) Locate splices at a fence post with a minimum lap of 6 inches attached in at
least 6 places equally spaced, unless otherwise shown under the plans . Do
not locate splices in concentrated flow areas .
2) Requirements for installation of used temporary sediment-control fence
include the following:
a) fabric with minimal or no visible signs of biodegradation (weak fibers)
b) fabric without excessive patching (more than I patch every 15 to 20
feet)
c) posts without bends, and backing without holes
23 3.5 REPAIR (NOT USED]
24 3.6 FIELD QUALITY CONTROL (NOT USED]
25 3 .7 SYSTEM STARTUP [NOT USED]
26 3.8 ADJUSTING [NOT USED]
27 3.9 CLEANING
28 A . Remove sediment, debris, and litter as needed .
29 3.10 CLOSEOUT ACTIVITIES
30 A . Erosion control measures remain in place and are maintained until all soil disturbing
31 activities at the project site have been completed. Establish a uniform vegetative cover
32 with a density of 70% on all unpaved areas , on areas not covered by permanent
33 structures, or in areas where permanent erosion control measures (i .e. riprap , gabions,
34 or geotextiles) have been employed .
35 3.11 PROTECTION (NOT USED]
36 3.12 MAINTENANCE
37 A. Install and maintain the integrity of temporary erosion and sedimentation control
38 devices to accumulate silt and debris until earthwork construction and permanent
39 erosion control features are in place or the disturbed area has been adequately stabilized
40 as detem1ined by the Engineer.
CITY OF FORT WORTH
STAN DARD CONSTRU CTIO N SP EC IFI CA TIO N D OCU M E NTS
Rev ised [04 /0I /2011]
[North Ho ll y WTP Pump Stati o n Di sc harge Pipe Re pla cem ent]
!Capit a l Project No . 163 1]
312500-8
EROS ION AND SED1MENT CONTROL
Pa ge 8 of 8
1 B . If a device ceases to function as intended , repair or replace the device or portions
2 thereof as necessary .
3 3.13 ATTACHMENTS [NOT USED]
4
5 END OF SECTION
6
Revision Log
DATE NAME SUMMARY OF CHANGE
7
[2010 JAN 06)
C ITY OF FORT WORTH
STAN DAR D CONSTRUCT ION SP EC IFI CAT ION DO CUMEN TS
Revi sed I 04 /0 1 /20 I I]
[Nort h Ho ll y WTP Pump Stati on Disc har ge Pipe Repl ac ement]
I Ca pit al Project No . 16 3 1)
32 01 17. I
PERMANENT ASPHALT PAV fNG REPAIR
Page I of 3
SECTION 32 01 17
2 PERMANENT ASPHALT PAVING REPAIR
3 PARTl-GENERAL
4 I.I SUMMARY
5 A. Section includes flexible pavement repair to include but not limited to :
6 I . Utility cuts (water, sanitary s ewer, drainage, franchise utilitie s, etc .).
7 2. Warranty work.
8 3 . Repairs of damage caused by CONTRACTOR .
9 4. Any oth e r flexible pavement repair needed during the course of construction .
IO B. Standard Details .
11 I. STR-028 .
12 2. STR-029.
13 C. Deviation s fr o m City of Fort Worth Standards .
14 I. None.
15 D . Related Specification Sections include but a re not necessarily limited to
16 1. Section 03 34 16 -Concrete Base Material for Trench Repair.
17 2. Section 32 12 16 -Asphalt Paving.
18 3. Section 33 05 10 -Utility Trench Excavation, Embedment and Backfill.
19 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED)
20 1.3 REFERENCES [NOT USED)
2 1 A. Definitions
22 I . H .M.A.C. -Hot Mix Asphalt Concrete
23 1.4 ADMINISTRATIVE REQUIREMENTS
24 A. Permittin g
25 I. Obtain Street Use Permit to make utility cuts in the street from th e Tra n s porta tion
26 and Public Works Department in conformance with current ordinances .
27 2 . The Transportation a nd Public Works Department will in s pect the paving repai r
28 after con struction .
29 1.5 SUBMITTALS (NOT USED]
30 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS
31 A. Asphalt Pavement Mix Design : submit for approval: see Section 32 12 16 .
C ITY OF FORT WORTH
STAND AR D CONSTRUCTI ON SPEC IFICATI ON DOCUMEN TS
R evised 104 /0 1/20 11]
[North Ho ll y WTP Pump St ati o n Discharge Pipe Replacement]
[Capi tal Project No. 16 3 1]
32 0 1 17 - 2
PERMAN ENT ASPHALT PAV ING REP AIR
Pag e 2 of 3
1.7 CLOSEOUT SUBMITTALS !NOT USED)
2 1.8 MAINTEN AN CE MATERIAL SUBMITTLAS !NOT USED)
3 1.9 QUALITY A SSURANCE !NOT USED)
4 1.11 DELIVERY , STORAGE, AND HANDLING !NOT US E D)
5 1.12 F IELD CONDITIONS
6 A . Pl a c e mi x ture wh e n the road w ay s urface t e mpe rature is 4 5 degree s For hi gher and
7 ri s in g unl ess oth e rw ise appro v e d .
8 1.13 WARRANTY (NOT USED]
9 PART 2 -PRODUCTS
10 2.1 OWNER-FURNISHED !NOT USED]
11 2.2 MATERIALS
12 A . Bac kfill : see Sec ti o n 3 3 05 10 .
13 B. Base M a te ri a l
14 1. Conc re t e Base M ateri a l for Tre nch R e p a ir : See Se ction 03 3 4 16 .
15 2 . Conc re t e Base: S ee Sec ti o n 32 13 13.
16 C. As ph a lt Pav in g: see Se cti on 32 12 16 .
17 1. H .M .A .C. pav in g: T y pe D .
18 2 .3 ACCESSORIES !NOT USED]
19 2.4 SOURCE QUALITY CONTROL !NOT USED)
20 PART 3 -EXECUTION
2 1 3.1 INSTALLERS !NOT USED)
22 3.2 EXAMINATION !NOT USED]
23 3 .3 PREPARATION
24 A. S urface Pre p a rati o n :
25 I . M a rk p avem e nt c ut fo r r e pairs fo r approva l by th e C ity.
26 2 . CON T RACTO R and C ity mee t pri o r to saw cu ttin g to c o nfirm limits o f tre nc h
, 27 re p a 1r s .
28 3.4 INSTALLATION
29 A. Genera l:
30 I . E quipm e nt
3 1 a. Use m ac hin e int e nd e d for c uttin g pave m e nt.
32 b . M illin g m ac hin es m ay be u se d as lo ng as st ra ight e d ge is maintained .
C ITY O F FORT WO RTH
ST AN D AR D CON STR UCT ION SPECIF ICAT ION DOCU MENTS
Revi sed [04/0 1/20 1 I)
[No rth Holl y WTP Pump Statio n Di scha rge Pipe Re pl aceme nt)
[Capi tal Projec t No. 163 I)
32 01 17 -3
PE RM ANENT AS PH A LT PA YING R EPATR
Pag e 3 o f 3
2. Repairs: In true and straight lines to dimen s io ns shown on the plans .
2 3. Utility Cuts:
3 a . In a true and straight line on both side s of the tre nch .
4 b . Minimum of 12 inches outside the trench walls.
5 c. If the existing flexible pavement is 2 feet o r less between the lip of the existing
6 gutter and the edge of the trench repair, re move the existing paving to such
7 gutter.
8 4 . Limit dust and residues from sawing from entering the atmosphere or drainage
9 facilities .
10 B. Removal :
11 I . Use care to prevent fracturing existing pavement s tructure adjacent to the repair
12 area.
13 C. Base: Install replacement base material as shown on the paving details .
14 D. Flexible Paving
15 1. H .M .A .C placement: in accordance with Section 32 12 16 .
16 2. Type D surface mix.
17 3. Depth :perdetail.
18 4 . Place surface mix in lifts not to exceed three inches.
19 5. Last or top lift shall not be less than two inch e s thick .
20 3.5 IREPAIR)/IRESTORATION] !NOT USED)
21 3.6 RE-INSTALLATION !NOT USED]
22 3.7 FIELD QUALITY CONTROL !NOT USED]
23 3.8 SYSTEM STARTUP jNOT USED]
24 3.9 ADJUSTING jNOT USED]
2 5 3.10 CLEANING jNOT USED]
26 3.11 CLOSEOUT ACTIVITIES !NOT USED]
27 3.12 PROTECTION jNOT USED]
28 3.13 MAINTENANCE !NOT USED]
29 3.14 ATTACHMENTS !NOT USED]
30 END OF SECTION
Revi s ion Log
DATE NAME SUMMARY OF CHANGE
31
[2010 JAN 06]
C ITY O F FORT WO RT H
STAN DARD CONSTRUCT ION SPECIF IC ATION DOC UMEN T S
Revi sed [04/0 1/20 11]
[N o rth H oll y W TP Pump Stati o n D isch arge Pip e Re pl acem ent]
(Ca p ital Proj ec t N o . 163 l] .
32 12 16 - I
ASPHALT PAVfNG
Pa ge I of 23
I SECTION 32 12 16
2 ASPHALT PA YING
3 PARTI-GENERAL
4 I.I SUMMARY
5 A. Construct a pavement layer composed of a compacted, dense-graded mixture of
6 aggregate an d asphalt binder for surface or base courses.
7 B. Standard Detail
8 1. H.M.A.C. Pavement Construction Details
9 C. Deviations from City of Fort Worth Standards
JO I. None
11 D . Related Specification Sections include but are not necessarily limited to
I 2 l. Section 32 0 I 17 -Pennanent Asphalt Paving Repair
13 1.2 PRICE AND PAYMENT PROCEDURES (NOT USED]
14 1.3 REFERENCES
15 A. Abbreviations and Acronyms
I 6 l. RAP (reclaimed asphalt pavement)
17 2 . SAC (surface aggregate classification)
18 3. BRSQC (Bituminous Rated Source Quality Catalog)
I 9 4. AQMP (Aggregate Quality Monitoring Program)
20 5. H .M.A.C. (Hot Mix Asphalt Concrete)
21 6 . WMA (Wann Mix Asphalt)
22 B. Reference Standards
23 I. Reference standards cited in this specification refer to the current reference standard
24 published at the time of the latest revision date logged at the end of this
25 s pecification , unless a date is specifically cited.
26 2 . National Institute of Standards and Technology (NIST)
27 a. Handbook 44 -2007 Edition: Specifications, Tolerances, and Other Technical
28 Re quirements for Weighing and Measuring Devices
29 3. ASTM International (ASTM):
30 a. ASTM D6084 -06 Standard Test Method for Elastic Recovery of Bituminous
3 I Materials by Ductilorneter
32 4. American Association of State Highway and Transportation Officials
33 a. MP2 Standard Specification for Superpave Volumetric Mix Design
34 b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt
35 (HMA)
36 c . T 20 I , Kinematic Viscosity of Asphalts (Bitumens)
37 d . T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary
38 Vi scometer
C ITY OF FORT WORTH
STA NDARD CO NS TR UCT ION SPEC IFI CATION DOCU MENTS
Re v ise d [04 /0 1/20 11]
[N orth Holly WTP Pump Station Disc harge Pipe Replac emen t]
[ Cap it al Projec t No. 1631 J
I
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
32 1216-2
AS PH ALT PAVI NG
Pa ge 2 of 23
e. T 316 Standard Method of Test for Viscosity Detennination of Asphalt Binder
U s ing Rotational Viscometer
f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of A s phalt
Binder Using the Bending Beam Rheometer (BBR)
5. Texas Department of Transportation
a . Bituminous Rated Source Quality Catalog (BRSQC)
b. TEX I 00-E, Surveying and Sampling Soils for Highways
c. Tex l 06-E, Calculating the Plasticity Index of Soils
d . Tex I 07-E, Determining the Bar Linear Shrinkage of Soils
e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates
f. Tex 203-F, Sand Equivalent Test
g. Tex-204-F, Design of Bituminous Mixtures
h. Tex-207-F , Determining Density of Compacted Bituminous Mixtures
1. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse
Aggregates
J. Tex-226-F , Indirect Tensile Strength Test
k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures
I. Tex-243-F, Tack Coat Adhesion
m. Tex-244-F, Thermal profile of Hot Mix Asphalt
n . Tex 280-F, Determination of Flat and Elongated Particles
o. Tex 406-A , Material Finer Than 75 µm (No. 200) Sieve in Mineral Aggregates
(Decantation Test for Concrete Aggregates)
p . Tex 408-A, Organic lmpurities in Fine Aggregate for Concrete
q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine
r . Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium
s. Tex 460-A, Detem1ining Crushed Face Particle Count
t. Tex 461-A , Degradation of Coarse Aggregate by Micro-Deval Abrasion
u. Sulfate
v. Tex-530-C , Effect of Water on Bituminous Paving Mixtures
w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified
Asphalt Systems
x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders
y . Tex-920-K , Verifying the Accuracy of Drum Mix Plant Belt Scales
z. Tex-921-K , Verifying the Accuracy of Hot Mix Plant Asphalt Meters
aa . Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems
36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
37 1.5 ACTION SUBMITtALS [NOT USED]
38 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS
39 A . Asphalt Paving Mix Design : Submit for approval. See 2.2.B . l .
C IT Y O F FOR T WORTH
STAN DARD CONSTRUCT ION SPEC IFICA T ION DOCUMENTS
Rev ise d [04 /0 1/20 11 J
[No rth Holl y WTP Pump St ati on Disc harge Pipe Re pl ac em ent]
[ Ca pital Project No. 16 3 1]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
32 12 16 -3
ASPH ALT PA Y ING
Page 3 o f 23
2 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED]
3 1.9 QUALITY ASSURANCE [NOT USED]
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD CONDITIONS
A. Weather Conditions
1. Place mixture when the roadway surface temperature is equal to or higher th an the
temperatures li sted in Table 1.
Table 1
M". 1mmum p avement S f T ur ace t empera ures
Minimum Pavement Surface Temperatures in
Degrees Fahrenheit
Originally Specified High Subsurface Layers or Surface Layers Placed in
Temperature Binder Nigh t Paving Operations Daylight Operations
Grade
PG64 or lower 45 50
PG 70 55 1 60 1
PG 76 or higher 60 1 60 1
1 Contractors may pave at temperatures 10°F lower than the values shown in Table 1
when utilizing a paving process including WMA or equipment that eliminates th e rmal
segregation . Jn such cases, the contractor must use either a hand held thermal ca m era
or a hand held infrared thermometer operated in accordance with Tex-244-F to
demonstrate to the satisfaction of the CJTY that the uncompacted mat has no m o re than
10 ° F of thermal segregation .
2 . Unless otherwise s hown on the plans, place mixtures only when weather conditions
and moi stu re condition s of the roadway surface are suitable in the opinion of the
CJTY.
22 1.12 WARRANTY [NOT USED]
23 PART 2 -PRODUCTS
24 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
25 2.2 MATERIALS
26 A. General:
27 1. Furnish uncontaminated materials of uniform quality that meet the requirements of
28 the plan s and specifications.
29 2. Notify the CJTY of all material sources .
30 3 . Notify the CITY before changing any material so urce or formulation .
C ITY O F FORT WORTH
STANDARD CONSTRUCTION SPECIFI CATION DOCUMENTS
Revi sed 104 /0 1/20 11 ]
[North Holl y WTP Pum p St ati o n Di sc harge Pipe Replacement]
[Capi tal Project No. 163 1]
321216-4
A SPHALT PA YING
Pa ge 4 of 23
4. When the CONTRACTOR makes a source or formulation change, the CITY will
2 verify that the requirements of this specification are met and may require a new
3 laboratory mixture design , trial batch , or both .
4 5. The ClTY may sample and test project materials at any time during the project to
5 verify compliance .
6 6 . The depth of the compacted lift should be at least two times the nominal maximum
7 aggregate size .
8 B. Aggregate.
9 I . General :
IO a . Furnish aggregates from sources that conform to the requirements shown in
11 Table I , and as specified in this Section , unless otherwise shown on the plans.
12 b . Provide aggregate stockpiles that meet the definition in this Section for either
13 coarse aggregate or fine aggregate.
14 c . When reclaimed asphalt pavement (RAP) is allowed by plan note , provide RAP
15 stockpiles in accordance with this Section.
16 d . Aggregate from RAP is not required to meet Table 2 requirements unless
17 otherwise shown on the plans .
18 e . Supply mechanically crushed gravel or stone ag gregates that meet the
19 definitions in Tex I 00 E.
20 f. Samples must be from materials produced for the project.
21 g. The CITY will establish the surface aggregate classification (SAC) and perform
22 Los Angeles abrasion , magnesium sulfate soundness , and M icro-Deval tests.
23 h. Perform all other aggregate quality tests listed in Table 2.
24 1. Document all test results on the mixture design report .
25 J. The CITY may perform tests on independent or split sample s to verify
26 CONTRACTOR test results .
27 k. Stockpile aggregates for each source and type separately and designate for the
28 City .
29 I. Determine aggregate gradati o ns for mixture desi gn and production testing
30 based on the washed s ieve analysis given in Tex 200 F, Part II.
31
C ITY OF FOR T WO RTH
ST AN D ARD CONSTR UCTION SPECIF IC A T IO I DOCUMENTS
Rev ised [04 /0 1/20 11]
[North Holl y WTP Pu mp Sta tion Discharge Pipe Repl ac eme nt]
[ Ca pit al Proj ec t No . 163 1]
2
3
4
5
6
7
8
9
IO
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
Table 2
A1111re2ate Quality Requirements
Property Test Method
Coarse A1111re2ate
SAC AQMP
32 1216-5
ASPHALT PA VTNG
Pa ge 5 of 23
ReQuirement
As shown on plans
Deleterious material, percent, max Tex-217-F, Part l 1.5
Decantation , percent, max Tex-217-F, Part II 1.5
Micro-Deval abrasion, percent, max Tex-461-A Note 1
Los Angeles abrasion, percent, max Tex-410-A 40
Magnesium sulfate soundness, 5 cycles, percent, max Tex-411-A 302
Coarse aggregate angularity, 2 crushed faces, Tex 460-A, Part I 85 3
percent , min
Flat and elongated particles (@ 5: 1, percent, max Tex-280-F 10
Fine A22re2ate
Linear shrinkage, percent, max Tex-107-E 3
Combined A1111re2ate
Sand equivalent, percent, min Tex-203-F 45
I _ No t u sed for acceptance purposes . Used by the CITY as an indicator of the need for further inve s tigation .
2. Unless otherwise s hown o n the plans.
3. Unless otherwise shown on the plans. Only ap plies to crushed gravel.
m. Coarse Aggregate.
I) Coarse aggregate stockpiles must have no more than 20 percent material
passing the No. 8 sieve.
2) Maximum aggregate size should not be over half of the proposed lift depth
to prevent particle on particle contact issues .
3) Provide aggregates from sources listed in the BRSQC.
4) Provide aggregate from nonlisted sources only when tested by the ClTY
and/or approved before use .
5) Allow 30 calendar days for the CITY to sample, test, and report re su lts for
nonlisted sources.
6) Class B aggregate meeting all other requirements in Table 2 may be
blended with a Class A aggregate in order to meet requirements for Class A
materials.
7) When blending Class A and B aggregates to meet a Class A requirement,
ensure that at least 50 percent by weight of the material retained on the
No . 4 sieve comes from the Class A aggregate source.
8) Blend by volume if the bulk specific gravities of the Class A and B
aggregates differ by more than 0.300.
9) When blending, do not use Class C or D aggregates.
I 0) For blending purposes , coarse aggregate from RAP will be considered as
Class B aggregate.
11) Provide coarse aggregate with at least the minimum SAC s hown on the
plans .
12) SAC requirements apply only to aggregates used on the surface of travel
lanes , unless otherwise shown on the plans .
11. RAP is salvaged, milled, pulverized , broken , or crushed asphalt pavement.
I) No RAP permitted for TYPED H.M .A.C.
C IT Y OF FORT WORTH [North Ho ll y WTP Pump Station Discharge Pipe Replacement]
· [Capital Project No. 1631 J STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS
Revised I 04 /01/20 1 I)
I
2
3
4
5
6
7
8
9
10
l l
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
0.
3 21216-6
AS PHALT PA VI NG
Page 6 o f 23
2) U s e no mor e than 2 0 percent RAP o n TYPE B H .M.A .C. unless otherwise
s hown on the plans .
3) Cru s h o r break RAP so that I 00 percent of the particles pass the 2 inch
s ieve.
4) RAP from either C ONTRACTOR o r CJTY , including RAP generated
durin g the project , is permitted o nly when shown on the plans.
5) CITY-owned RAP , if all owed for use, will be available at the location
s hown on the plans .
6) When RAP is u sed , determine asphalt content and gradation for mixture
design purpo ses .
7) Perform other tests on RAP when shown on the plans.
8) When RAP is allowed by plan note , use no more than 30 percent RAP in
T y pe A or B mixture s unless otherwise shown on the plans .
9) Do not u se RAP contaminated with dirt or other objectionable materials .
10) Do not use the RAP if the decantation value exceeds 5 percent and the
pla sticity index is greater than 8.
11) T e st the stockpiled RAP for decantation in accordance with the laboratory
method given in Tex-406-A, Part l.
12) Detennine the plasticity index using Tex-I 06-E if the decantation value
exceed s 5percent.
13 ) The decantation and plasticity index requirements do not apply to RAP
samples with asphalt removed by extraction.
14) Do not intermingle CONTRACTOR-owned RAP stockpiles with CITY-
owned RAP stockpiles .
15) Remove unused CONTRACTOR-owned RAP material from the project
s ite upon completion of the project.
16) Return unused CITY-owned RAP to the designated stock pi le locati o n .
Fine A g gre gate .
I ) Fine a ggregates con s ist o f manufactured sands , screenings, and field sands .
2) Fine a ggregate stockpiles must meet the g radation requirements in Table 3 .
3) Supply fine aggregates that are free from organic impurities.
4) The CITY may test the fine aggregate in accordance with Tex-408-A to
verify the material is free from organic impurities.
5) At m ost 15 percent of the total aggregate may be field sand or other
uncrushed fine aggregate.
6) With the exception of field sand , u se fine aggregate from coarse a gg re gate
sources that meet the requirements shown in Table 2 , unless otherwise
a pproved .
7) lf IO percent or more of the stockpile is retained on the No. 4 sieve, test the
stockpile and verify that it meets the requirements in Table I for coarse
a ggre gate angularity (Tex-460-A) and flat and elongated pa11icles
(Tex-280-F).
C IT Y OF FORT WORTH [North I-l o ll y W T P Pump St at ion Discharge Pipe Rep lacemen t]
[Ca pit al Projec t No . 163 1] ST AN DA R D CONSTRUCT ION SPEC IF ICAT ION DOCU M ENTS
Rev ise d [04 /0 1/20 11]
I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
G d . R ra at10n
Sieve Size
3/8"
#8
#200
Table 3
~ F. A equirements or me eeregate
percent Passing by Weight or
Volume
100
70-100
0-30
321216-7
ASPHALT PAVING
Page 7 of23
2. Mineral Filler. Mineral filler consists of finely divided mineral matter such as
agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral filler is
allowed unless otherwise shown on the plans. Do not use more than 2 percent
hydrated lime or cement, unless otherwise shown on the plans. The plans may
require or disallow specific mineral fillers . When used, provide mineral filler that:
a. is sufficiently dry , free-flowing , and free from clumps and foreign matter;
b. does not exceed 3 percent linear shrinkage when tested in accordance with
Tex-I 07-E ; and meets the gradation requirements in Table 4 .
Table 4
G d . R ra atJon ~ M. eqmrements or mera I F.11 1 er
percent Passing by Weight or
Sieve Size Volume
#8 100
#200 55 -100
3 . Baghouse Fines. Fines collected by the baghouse or other dust-collecting equipment
may be reintroduced into the mixing drum.
4. Asphalt Binder. Furnish the type and grade of performance-graded (PG) asphalt
binder specified as follows:
a . Performance-Graded Binders . PG binders must be smooth and homogeneous,
show no separation when tested in accordance with Tex-540-C, and meet
Table 5 requirements.
CITY OF FORT WORTH
STAN DARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Re vised [04 /01 /20 1 l]
[N onh Holl y WTP Pump Stati on Di scharge Pipe Repl a cem ent]
[Capit a l Project No . 163 1]
PG 58
Property a nd Test Method -22 I -28 I -34
Average 7-day max pavement design
temp erature , °C 1 < 58
>-I ;~ I >-
Min pavem ent design temperature , °C 1 22 34
Flash point , T 48 , Min , °C
Viscosity, T 316:2· 3
Max, 3.0 Pa xs, test temperature, °C
Dynamic shea r, T 3 15:4
G*/s in(d), Min , 1.00 kPa
Tes t temperature @ 10 rad /sec., °C 58
Ela stic recovery , D 6084, 50 °F, percent I -I 30 Min -
Table 5
Performance-Graded Binders
Performance Grade
PG 64 PG 70
-1 6 I -22 r -28 I -34 -16 I -22 I -28 I -34
< 64 < 70
>-I ;; I ;~ I ;~ >-I ;; I ;~ I >-
16 16 34
ORIGINAL BINDER
230
135
64 70
-I -I 30 I 50 -I 30 I 50 I 60
ROLLING THIN-FILM OVEN (Tex-541-C)
Mass loss, Tex-541-C. Max, perce nt
Dynamic shear, T 3 15:
G*/s in(d), Min, 2.20 kPa 58
Te st temperature @ 10 rad /sec ., °C
CITY OF FORT WORTH
STANDARD CONSTRUCT ION SPEC IFICAT ION DOCUMENTS
Rev ,rrl [04 /0 l/20 11 J
I
64 70
[Nort h Holl y WTP Pu mp Statio n Discharge Pip e Rep laceme nt)
[Cap ital Project No . 163 1}
PG 76
-16 I -22 I -28 I -34
< 76
>-I ;; I ;~ I >-
16 34
76
30 I 50 I 60 I 70
76
321216-8
ASPHALT PAVING
Page 8 of23
PG 82
-16 I -22 I -28
< 82
>-I ;; I >-
16 28
82
50 r 60 I 70
82
Propert y and Test Method -22 ·
PAV ag in g temperature, °C
Dynamic shear, T 315: 25
G*/s in (d), Max , 5000 kPa
Test temperature @ IO rad/sec ., °C
Cree p stiffn ess, T 3 13 :)· 6 -12
S, max , 300 MPa,
m-value, min , 0 .3 00
Test te mp eratu re tm 60 sec ., °C
Dire ct tension , T 3 14:6 -1 2
Failure stra in , min , 1.0 pe rcen t
Test tempe rature @ 1.0 mm/min ., °C
PG 58
-28 -34
Tabl e 5 (continued)
Performance-Graded Binders
Performance Grade
PG 64 PG 70
-16 -22 -28 -34 -16 -22 -28 -34
PRE SSU R E AGING VESSEL (PAV) R ES IDU E (R 28)
100
22 19 28 25 22 19 28 25 22 19
-18 -24 -6 -1 2 -18 -24 -6 -12 -18 -24
-18 -24 -6 -1 2 -18 -24 -6 -12 -18 -24
PG 76
-16 -22 -28
28 25 22
-6 -12 -18
-6 -1 2 -1 8
32 1 16 -9
ASPHALT PAV ING
Pa ge 9 of 23
PG 82
-34 -16 -22
19 28 25
-24 -6 -12
-24 -6 -12
-28
22
-18
-18
I . Paveme nt temperatures are es tim ated from ai r temperatures us 111 g an a lgo rithm conta in ed in a Department-supplied co mputer pro gram , may be provided by th e Department , or by fo ll ow in g the procedu res
outl ined in AASHTO MP 2 and PP 28 .
2. Th is requirement ma y be waived at th e Department's discretion if th e su ppli er warrants tha t th e aspha lt binder can be ade quately pumped, mixed , and compacted at temperatur es th at me et all ap pli cable
safe ty, envi ronmenta l, and co nstnictability requirements . At tes t temp eratur es where the binder is a Ne wt onian fluid , any s uitable standard mean s of viscosi ty me as ur ement ma y be used, includ ing capi ll ary
(T 20 I or T 202) or ro tati onal viscometry (T 3 16).
3. Vi scos ity at I 35 °C is an indi ca tor of mixing and compacti on temperature s that ca n be expected in the lab and field . High values may indi ca te hi gh mixing and com pactio n temperatures . Additio nally ,
sign ificant var iati on can occur from batch to ba tch. Co nt ractor s shou ld be awa re th at va riati on cou ld signifi cant ly imp act th eir mixin g and compacti on ope rati ons . Contra ctors are therefore responsible for
addre ssing any constructabi li ty iss ues th at ma y ari se .
4. For qual ity cont rol of unm odi fied as ph alt bind er product ion, meas urement of the viscosity of the origina l asp halt bi nd er may be subs titut ed fo r dy namic she ar measure ment s ofG*/sin (d) at test
temperatures where the as ph alt is a Newtonian fluid . Any s uit ab le stand ard means of viscosi ty meas urement may be use d, including cap ill ary (T 20 I or T 202) or ro tati onal viscomctry (T 3 16).
5. Sil icone be am molds , as desc ribed in AAS HT O TP 1-93 , are acce ptabl e fo r use.
6. If creep stiffne ss is be low 300 MPa, di rect ten s ion te st is not required . If cre ep stiffne ss is between 300 and 600 MPa , the direct ten sion failure strain requirement can be used in ste ad of the creep stiffness
requirement. Them-v alue requirement must be sa ti sfied in both cases .
C ITY OF FORT WORTI-1
STANDARD CONSTRUCT ION SPE C IFI C ATI ON DOCUMENTS
Revised [04 /0 I /20 I I J
[Nort h Holly WTP Pu mp Sta ti on Disc har ge Pipe Replacement]
[Capital Project No . 163 1 J
I
2
3
4
5
6
7
8
9
JO
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
26
27
28
29
30
3 1
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
b . Separation te st ing is not required if:
3212 16-10
ASPHAl. T PAVING
Page 10 of23
I) a modifier is introduced separately at the mix plant either by injection in the
asphalt line or mixer,
2) the binder is blended on site in continuously agitated tanks , or binder
acceptance is based on field samples taken from an in-line samp ling port at
the hot mix plant after the addition of modifiers .
5 . Tack Coat:
a. Unless otherwise shown on the plans or approved , furnish CSS-1 H, SS-1 H , or a
PG binder with a minimum high-temperature grade of PG 58 for tack coat
binder in accordance with Section 2.2.A.5.
6. Additives.
a. General:
I) When shown on the plans, use the type and rate of additive specified.
2) Other additives that facilitate mixing or improve the quality of the mixture
may be allowed when approved.
b. Liquid Antistripping Agent.
I) Furnish and incorporate all required asphalt antistripping agents in asphalt
concrete paving mixtures and asphalt-stabilized base mixtures to meet
moisture resistance te sting requirements.
2) Provide a liquid antistripping agent that is uniform and shows no evidence
of crystallization, settling, or separation.
3) Ensure that all liquid antistripping agents arrive in:
a) properly labeled and unopened containers , as shipped fr o m the
manufacturer, or
b) sealed tank trucks with an invoice to show contents and quantities.
c) Provide product information to the CITY including:
(I) Material safety data sheet
(2) Specific gravity of the agent at the manufacturer's recommended
add ition temperature,
(3) Manufacturer 's recommended dosage range, and
(4) Handling and storage in st ructions.
4) Addition of lime or a liquid antistripping agent at the Mix Plant,
incorporate into the binder as follows:
a) Handle in accordance with the manufacturer's recommendations.
b) Add at the manufacturer 's recommended addition temperature .
c) Add into the asphalt line by mean s of an in-line-metering device .
c . Liquid Asphalt Additive Meters.
I) Provide a means to check the accuracy of meter output for asphalt primer,
fluxing material , and liquid additives.
2) Furnish a meter that reads in increments of 0.1 gal. or le ss.
3) Verify accuracy of the meter in accordance with Tex-923-K.
4) Ensure the accuracy of the meter within 5 .0 percent.
7. Mixes
a. Des ign Requirements:
I) Unless otherwise shown on the plans , use the typical weight design
example g iven in Tex-204-F, Part I, to de s ign a mixture meeting the
requirem e nts listed in Tables 2 throu g h 8 .
C ITY OF FORT WORTH
STAN DAR D CONSTRUCTION SPEC IFICAT ION DOCUMENTS
Revi se d [04 /01 /20 11)
[North Holly WTP Pump Station Discharge Pipe Replace ment]
[ Cap it al Project No . 163 1)
I
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
321216-11
AS PH ALT PA VTNG
Pa ge 11 of23
2) Furnish the CITY with repre sen t at ive sam ples of all materials u se d in the
mixture des ign .
3) The CITY will verify the mixture design .
4) If the d es ign cannot be verified by the CITY , furnish another mixture
d es ig n .
Table 6
Master Gradation Bands ( percent Passing by Weight or Volume)
an dVl t"P f o ume nc roper 1es
Sieve B C D
Size Fine Coarse Fine
Base Surface Surface
1-1 /2" ---
l" 98.0-100 .0 --
3/4" 84.0-98 .0 95.0-100 .0 -
1/2" --98.0-100.0
3/8" 60 .0-80.0 70 .0-85.0 85.0-100 .0
#4 40 .0-60 .0 43.0-63.0 50 .0-70 .0
#8 29.0-43.0 32.0-44.0 35.0-46.0
#30 13.0-28.0 14.0-28.0 15.0-29 .0
#5 0 6 .0-20.0 7.0-21.0 7 .0-20.0
#2 00 2.0-7.0 2.0-7 .0 2 .0-7 .0
Design VMA1, percent Minimum
-13.0 14.0 15.0
Plant-Produced VMA, percent Minimum
-12 .0 13.0 14 .0
I . Voids in Min era l Aggregates .
Table 7
L b t a ora ory M" D 1xture es1gn p ropert1es
Property Test Requirement Method
Target laboratory-molded den s ity , percent Tex-207-F 96.0 1
Tensile strength (dry), psi (molded to 93 Tex-226-F 85 -2002
percent ± I percent density)
Boil tese Tex-530-C -
I . Un less otherw ise s ho wn on the pl a n s.
2. M ay excee d 200 p s i when a pproved a nd may be waived when approved.
3 . Used to esta bli s h base line for compariso n to production re s ults. M ay be wa i ved when
approved.
8 . Warm Mix Asphalt (WMA)
a . WMA is defined as additives or processes that allow a reduction in the
temperature at which asphalt mixtures are produc e d and pl aced .
b. WMA is allowed for use at the CONTRACTOR's option unle ss otherwise
s hown on the plan s.
c. Produce an asphalt mixture within the temp erature range o f 215 degrees F and
275 de g rees F.
C ITY OF FORT WOR TH
STANDARD CONSTRUCT ION SPECIF ICATION DOCUMENTS
Revise d [04/01 /20 11)
[North Holl y WTP Pu mp Stat ion Di sc har ge Pipe Replacem ent)
[Ca pital Projec t No . 163 1)
321216-12
ASPHALT PAYING
Pa ge 12 of23
d. When WMA is not required as shown on plans, produce an asphalt mixture
within the temperature range of 2 I 5 degrees F and 275 degrees
4 2.3 ACCESSORIES [NOT USED]
5 2.4 SOURCE QUALITY CONTROL [NOT USED]
6 PART 3 -EXECUTION
7 3.1 INSTALLERS [NOT USED]
8 3.2 EXAMINATION [NOT USED]
9 3.3 PREPARATION
10 A. Hauling Operations
11 I . Before use , clean all truck beds to ensure mixture is not contaminated.
12 2 . When a release agent is necessary to coat truck beds , use a release agent approved
13 by the CITY.
14 3. Petroleum based products , such as diesel fuel , should not be used .
15 4. If wind , rain , temperature or haul distance impacts cooling , insulate truck beds or
16 cover the truck bed with tarpaulin.
17
18
5. If haul time in project is to be greater than 30 minutes , insulate truck beds or cover
the truck bed with tarpaulin.
19 3.4 INSTALLATION
20 A . Equipment.
21 I . General:
22
23
24
25
26
27
28
29
30
31
32
33
34
· 35
36
37
38
39
40
41
42
a . Provide required or necessary equipment to produce , haul , place, compact , and
core asphalt concrete pavement.
b. Ensure weighing and measuring equipment complies with specification.
c . Synchronize equipment to produce a mixture meeting the required proportions.
2 . Production Equipment:
a. Provide:
I) drum-mix type , weigh-batch, or modified weigh-batch mixing plants that
ensure a uniform , continuous production ;
2) automatic proportioning and measuring devices with interlock cut-off
circuits that stop operations if the control system malfunctions;
3) visible readouts indicating the weight or volume of asphalt and aggregate
proportions ;
4) safe and accurate means to take required samples by inspection forces;
5) permanent means to check the output of metering devices and to perform
calibration and weight checks;
6) additive-feed systems to ensure a uniform , continuous material flow in the
desired proportion .
3 . Weighing and Measuring Equipment.
a. General.
I) Provide wei ghin g and mea suring equipment for materials measured or
proportioned by wei ght or volume.
C ITY OF FORT WORTH
STANDAR D CONSTRUCTION SPEC IFICA TIO DOCUMEN TS
Revi se d [04 /0 1/20 11]
[North Ho ll y WTP Pump St ati on Di sc har ge Pipe Replacement)
[Ca pit al Proje ct No . 163 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
4.
3 21216-13
A SPH A LT PA YING
Pa ge 13 o f23
2) Provide certified scales, scale installations, and measuring equipment
meeting the requirements of NIST Handbook 44, except that the required
accuracy must be 0.4 percent of the material being weighed or measured .
3) Furnish leak-free weighing containers large enough to hold a complete
batch of the material being measured.
b. Truck Scales.
1) Furnish p latform truck scales capable of weighing the entire truck or truck-
trailer combinat ion in a single draft.
c. Aggregate Batching Scales.
1) Equip scales used for weighing aggregate with a quick adjustment at zero
that provides for any change in tare.
2) Provide a visua l means that indicates the required weight for each
aggregate.
d. Suspended Hopper.
1) Provide a means for the addition or the removal of small amounts of
materia l to adjust the quantity to the exact weight per batch.
2) Ensure the scale equipment is level.
e. Be lt Scales .
1) Use belt scales for proportioning aggregate that are accurate to within 1.0
percent based on the average of 3 test runs, where no individual test run
exceeds 2.0 percent when checked in accordance with Tex-920-K.
f. Asphalt Material Meter.
I) Provide an asphalt material meter with an automatic digital display of the
volume or weight of asphalt material.
2) Verify the accuracy of the meter in accordance with Tex-921-K .
3) When using the asphalt meter for payment purposes, ensure the accuracy of
the meter is within 0.4 percent.
4) When used to measure component materials only and not for payment ,
ensure the accuracy of the meter is within 1.0 percent.
g. Liquid Asphalt Additive Meters .
1) Provide a means to check the accuracy of meter output for asphalt primer,
fluxing material, and liquid additives.
2) Furnish a meter that reads in increments of 0.1 gallon or less.
3) Verify accuracy of the meter in accordance with Tex-923-K .
4) Ensure the accuracy of the meter within 5 .0 percent.
Drum-Mix Plants. Provide a mix ing plant that complies with the requirements
below .
a. Aggregate Feed System.
I) Provide :
a) a minimum of 1 cold aggregate bin for each stockpile of individual
materials used to produce the mix;
b) bins designed to prevent overflow of material ;
c) scalping screens or other approved methods to remove any oversized
material, roots, o r other objectionable materia ls;
d) a feed system to ensure a unifonn, continuous material flow in the
desired proportion to the dryer;
e) an integrated means for moisture compensation ;
f) belt scales, weigh box, or other approved devices to measure the weight
of the combined aggregate; and
C ITY OF FORT WORTH fN o rth Ho lly WTP Pump Stati o n Di scharge Pipe Replacement]
I Cap it al Projec t No. 163 1] STANDARD CON STRUCTIO N SPECIF ICATI ON DOCU M ENTS
Revi sed 104 /01 /2 011]
I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
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
5.
32 12 I 6 -14
ASP HALT PAV ING
Page 14 of 23
g) cold aggregate bin flow indicators that automatically signal intenupted
material flow.
b . Recl a im e d A s phalt Pavement (RAP) Feed System.
1) Provide a separate system to weigh and feed RAP into the hot mix plant.
c. Min e ral Filler Fee d System .
1) Provide a closed system for mineral filler that maintains a constant supply
with minimal loss of material through the exhaust system .
2) Interlock the measuring device into the automatic plant controls to
automatically adjust the supply of mineral filler to plant production and
provide a consistent percentage to the mixture.
d. Heating, Drying, and Mixing Systems .
I) Provide:
a ) a dryer or mixing system to agitate the aggregate during heating;
b) a heating system that controls the temperature during production to
prevent aggregate and asphalt binder damage;
c) a heating system that completely burns fuel and leaves no residue ; and
d) a recording thermometer that continuously measures and records the
mixture discharge temperature.
e) Dust collection system to collect excess dust escaping from the drum.
e . Asphalt Binder Equipment.
I) Supply equipment to heat binder to the required temperature .
2) Equip the heating apparatus with a continuously recording thermometer
located at the highest temperature point.
3) Produce a 24 hour chart of the recorded temperature .
4) Place a device with automatic temperature compensation that accurately
meters the binder in the line leading to the mixer.
5) Furnish a sampling port on the line between the storage tank and mixer.
Supply an additional sampling port between any additive blending device
and mixer.
f. Mixture Storage and Discharge.
I ) Provide a surge-storage system to minimize interruptions during operations
unle ss otherwise approved .
2) Furnish a gob hopper or other device to minimize segregation in the bin.
3) Provide an automated system that weighs the mixture upon discharge and
produces a ticket showing:
a) date ,
b) project identification number,
c) plant identification ,
d) mix identification ,
e) vehicle identification ,
f) total weight of the load ,
g ) tare weight of the vehicle,
h) weight of mixture in each load, and
i) load number or sequential ticket number for the day.
g . Truck Scales.
I) Provide standard platform scales at an approved location .
Weigh-Batch Plants. Provide a m ixing plant that complies with Section 2 .2 .B.4
"Orum-Mix Plants," except as required below.
a . Scree nin g and Proportioning.
CITY OF FORT WO RTH [Non h Holl y WTP Pump Stati on Disc harge Pi pe Re pl acemen l]
I Ca pit al Proj ect No . 163 1) STANDAR D CONSTRUCTION SPECIFICAT ION DOCUMEN T S
Rev ise d [04/0 1/20 11]
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
321 2 16-1 5
ASPH ALT P AVJNG
1) Provide enough hot bins to separate the aggregate and to control
proportioning of the mixture type specified.
Pa ge 15 o f 23
a) Supply bins that discard excessive and oversized material through
ov e rflow chutes .
b) Provide safe access for inspectors to obtain samples from the ho t bins.
b . Aggregate Wei g h Box and Batching Scales.
I) Provide a wei gh box and batching scales to hold and weigh a complete
batch of aggrega te.
2) Provid e an automatic proportioning system with low bin indicators that
auto matically stop when material level in any bin is not sufficient to
complete the batch.
c. Asphalt Binder Measuring System .
I) Provide bucket and scales of sufficient capacity to hold and weigh binder
for 1 batch .
d. Mixer.
1) Equipment mixers with an adjustable automatic timer that controls the dry
and wet mixing period and locks the discharge doors for the required
mixing period .
2) Furnish a pug mill with a mixing chamber large enough to prevent spillage .
6. Modified Weigh-Batch Plants. Provide a mixing plant that complies with Section
2 .2 .B .5 . "Weigh-Batch Plants," except as specifically described below.
a. Aggregate Feeds.
1) A ggregate control is required at the cold feeds. Hot bin screens are not
required .
b . Surge Bins .
1) Provide I or more bins large enough to produce I complete batch o f
mixture .
c . H a uling Equipment.
I) Provide truck s with enclosed sides to prevent asphalt mixture lo s s.
2) Cove r each lo a d of mixture with waterproof tarpaulins.
3) Before use , cle a n all truck beds to ensure the mixture is not contaminated .
4) When neces sary , c o at the inside truck beds with an approved release a g ent
from the CITY .
d. Placement and Compaction Equipment.
I) Provide equipment that does not damage underlying pavement.
2) Comply with laws and regulations concerning overweight vehicles.
3) When permitted , other equipment that will consi stently produce sati sfactory
re s ults may be used.
7 . Asphalt Paver.
a . General:
I) Furni s h a pa ver that will produce a finished surface that meets longitudinal
and tran s verse profi le , typical section , and placement requirements .
2) E n s ure the paver does not support the weight of any portion of hauling
equipment other than the connection .
3) Provide loading equipment that does not transmit vibrations or other
motions to the pav e r that adversely affect the finished pavement quality.
4) Equip the p a ver with an automatic, dual , longitudinal-grade control system
and an automatic , transverse-grade control system .
b . Tractor Unit.
C ITY OF FOR T WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 104 /0 I /20 I 11
rNo nh Holl y WTP Pump Stati o n Disc harge Pi pe Rep lace ment]
!Capita l Project No . 163 1 J
I
2
3
4
5
6
7
8
9
JO
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
32121 6 -16
A SPH A LT PA YING
P age 16 of23
I) Supply a tractor unit that can pu s h or propel vehicles, dumping directly into
the finishing machine to o btain the desired lines and grades to eliminate any
h a nd fini s hin g .
2) E quip the unit with a hitch sufficient to maintain contact between the
hauling equipment 's rear wheels and the finishing machine's pusher rollers
while mixture is unl oad e d.
c. Screed.
I) Provide a heated compacting screed that will produce a finished surface
that meets longitudinal and transverse profile, typical section , and
placement requirements.
2) Screed extensio ns must provide the same compacting action and heating as
the main unit unless otherwise approved .
d . Grade Reference.
I) Provide a grade reference with enough support that the maximum
deflection does not exceed I / 16 inch between supports.
2) Ensure that the longitudinal controls can operate from any longitudinal
grade reference including a string line , ski , mobile string line , or matching
shoes.
3) Furnish paver skis or mobile string line at least 40 feet long unless
otherwise approved.
8 . Material Transfer Devices .
a. Provide the specified type of device when shown on the plans .
b . Ensure the devices provide a continuous , uniform mixture flow to the asphalt
paver.
c . When used , provide windrow pick-up equipment constructed to pick up
substantially all roadway mixture placed in the windrow.
9 . Remixing Equipment.
a. When required , provide equipment that includes a pug mill , variable pitch
augers, or variable diameter augers operating under a storage unit with a
minimum capacity of 8 tons .
I 0 . Motor Grader.
a. When allowed , provide a self-propelled grader with a blade length of at least 12
feet and a wheelbase of at least 16 feet.
11. Handheld Infrared Thermometer.
a. Provide a handheld infrared thermometer meeting the requirements of
Tex-244-F.
12. Rollers.
a . The CONTRACTOR may use any type of roller to meet the production rates
and quality requirements of the Contract unless otherwi se shown on the plans
or directed .
b. When specific types of equipment are required , u se equipment that meets the
specified requirements.
c . Alternate Equipment.
I) Instead of the specified equipment , the CONTRACTOR may, as approved ,
operate other compaction equipment that produces equivalent results.
2) Discontinue the use of the alternate equipment and furnish the specified
equipment if the desired results are not achieved.
d . CJTY may require CONTRACTOR to substitute equipment if production rate
a nd quality requireme nt s of the Contract are not met.
C ITY OF FO RT WO RTH
STANDARD CONSTRUCTION SPEC IFI CAT ION DOCUMENTS
Revi se d [04 /0 1/20 11 ]
[No rth Holly WTP Pump Stati o n Di sch arge Pipe Replacement)
[Ca pital Project N o . 163 1)
32 121 6 -17
AS PHALT PAVfNG
Page 17 o f23
13. Straightedges and Templates . Furnish 10 foot straightedges and other templates as
2 required or approved .
3 14. Distributor vehicles.
4 a . Furni s h vehicle that can achieve a uniform tack coat placement.
5 b . The nozzle patterns, spray bar height and distribution pressure must work
6 together to produce uniform application.
7 c. The vehicle should be set to provide a "double lap " or "triple lap " coverage.
8 d. Nozzle s pray patterns should be identical to one a nother along the di st ributor
9 spray bar.
IO e. Spray bar height should remain constant.
11 f. Press ure within the distributor must be capable of forcing the tack coat material
12 out of spray nozzles at a constant rate.
13 15 . Coring Equipment.
14 a. When coring is required, provide equipment suitable to obtain a pavement
15 specimen meeting the dimensions for testing.
16 B . Construction .
17 1. Design, produce, store, transport, place, and compact the specified paving mixture
18 in accordance with the requirements of this Section.
19 2. Unless otherwise shown on the plans, provide the mix design .
20 3. The CITY will perform quality assurance (QA) testing .
21 4. Provide quality control (QC) testing as needed to meet the requirements of this
22 Section.
23 C. Production Operations .
24 I . Genera l .
25 a. The CITY may suspend production for nonco mpliance with this Section.
26 b. Take corrective action and obtain approval to proceed after a ny production
27 s us pe n s ion for noncompliance .
28 2. Operational Tolerances.
29 a. Stop production if testing indicates tolerances are exceeded o n :
30 I) 3 consecutive tests on any individual sieve,
31 2) 4 consecutive tests on any of the sieves, or
32 3) 2 consecutive tests on asphalt content.
33 b . Begin production only when test results or other information indicate, to the
34 satisfaction of the CITY , that the next mixture produced will be within Table 9
35 tolerances.
36 3. Storage and Heating of Materials.
37 a . Do not heat the asphalt binder above the temperatures specified in Section
38 2.2.A. o r outside the manufac turer 's recommended values.
39 b. On a daily basis, provide the CITY with the records of asphalt binder and hot-
40 mix asphalt discharge temperatures in accordance with Table 10.
41 c . Unless otherwise approved, do not store mixture for a period Jong enough to
42 affect the quality of the mixture, nor in a ny case longer than 12 h o urs .
43 4. Mixing and Discharge of Mate ri a ls.
44 a . Notify the CITY of the target discharge tempera ture and produce the mixture
45 within 25 degrees F of the target.
C ITY OF FORT WORTH
STANDARD CONSTR UCT ION SPECIFlCATION DOCUMENTS
Revi se d 104 /0 1/20 11]
[Nonh H olly WTP Pump Stati o n D isc harge Pipe Rep laceme nt]
[Ca pital Projec t No. 163 1]
I
2
3
4
5
6
7
8
9
JO
1 I
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
D .
32 12 16-18
ASPHALT PAVING
Pa ge 18of23
b. Monitor the temperature of the material in the truck before shipping to ensure
that it d oes n ot exceed 350 degrees F. The CITY will not pay for or allow
placement of a ny mixture produced a t more th a n 350 de gr ees F.
c . Control the mixing time a nd te mperature so that substantially all moisture is
removed fr o m the mixture before di sc hargi n g from the plant.
Placement Operations.
I. Place the mixture to meet the typical section requirements and produce a smooth ,
finished surface or base course with a uniform appearance and texture .
2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches.
3 . Place mixture so lo ngitudinal joints on the s urface course coincide with lane lines ,
or as directed . Ensure that all finished s urfaces will drain properly .
4. When End Dump Trucks are used , en s ure the bed does not contact the paver when
raised.
5 . Placement can be performed by hand in sit uati o ns where the paver cannot place it
adequately due to space re st rictions .
6. Hand-placing should be minimized to prevent aggregate segregation and surface
texture issues.
7. All hand placement shall be checked with a s trai g ht edge o r template before rolling
to ensure uniformity.
8 . Place mixture within the compacted lift thickn ess sh own in Table 9 , unle ss
otherwise shown on the plans or allowed .
Table 9
C ompacte d L"f Th' k d R I f IC ness an . d C eqmre ore H. ht e1g
Compacted Lift Thickness
Mixture Type Minimum Maximum
(in.) (in.)
B 2 .00 3.00
C 2.00 2 .50
D 1.50 2.00
9 . Tack Coat.
a . Clean the surface before placing the tack coat. U nl ess otherwise approved ,
apply tack coat uniformly at the rate directed by the CITY .
b . The CITY will set the rate between 0 .04 and 0 .10 ga ll o n s of residual asphalt per
square ya rd of s urface area.
c . Apply a thin , uniform tack coat to a ll contact s urfac es of curbs , stru c tures , a nd
all joints.
d . Prevent s plattering of tack coat when placed adjacent to curb, gutter, metal
beam guard fe nce and structures .
e . Roll the tack coat with a pneumatic-tire roller when directed .
f. The CITY may use Tex-2 43-F to verify that the tack coat has adequate adhesive
properties .
g. The CITY may s u s pend paving operations until there is adequate adhesion .
h . The tack coat s hould be placed with enough time to break or set before
applying ho t mix asphalt layers.
1. Traffic s ho uld no t be a ll owed on tack coats .
C ITY OF FORT WORTH [No rth Hol ly WTP Pump Stati on Discharge Pip e Rep lace ment)
[Ca pital Projec t No . 163 1 J STANDARD CONST RUCT ION SPEC IFICAT ION DOCUMENTS
Revi sed [04 /0 1/201 I)
2
3
4
5
6
7
8
9
10 E.
11
12
13
14
15
16
17
32 1216 -1 9
ASPH A LT PAVTNG
Page 19 o f 23
J. Wh e n a tac ke d roa d s u rface mu s t be o p e n e d to t ra ffic , th ey s ho uld be c overe d
w ith sa nd to provi d e frict io n a nd p reve nt pic k-up .
k. A ty pi ca l ra te fo r app lyi n g a sa nd cover is 4 t o 8 lb s/s quare ya rd .
10 . Ge ne ral pl acemen t req ui remen t s.
a. M ate ri a l s ho uld be d e li vered to m a inta in a re lati ve ly constant head of m ate ri a l
in fr o nt of th e screed .
b . T he h o p pe r sho uld neve r be al lowed to e mpty durin g pav in g.
c. Dumpin g w in gs be tween tru c ks no t a ll owed . Di s pose o f a t e nd o f d ays
produ cti o n .
L ay-D own Operati o ns .
1. M in imum Mi x ture P laceme nt Tem p eratures . Use Table 10 fo r minimum mi x ture
pl acement t e mperatures.
2 . Wind ro w Ope r a ti o ns. Wh e n h ot mi x is placed in windrow s , o p e rate windrow
pi c kup e quipme nt so th at substanti a ll y a ll the mi x ture d e posited on th e roadbe d is
pi c ke d up a nd loa d e d int o th e paver.
Table 10
s ugge ste dM .. m1mum M" Pl 1xture acement T emperature
High -Temperature Minimum Placement
Temperature Binder Grad e (Before Enterin2 Paver)
P G 6 4 or lower 260°F
P G 70 270°F
P G 76 2 80°F
PG 82 o r hi gh e r 2 9 0 °F
18 F . Compacti o n .
19 I . Use a ir vo id cont ro l unl ess o rdinary compacti o n c o ntrol is s p e cifi e d o n th e plan s.
20 2 . Avo id di s pl ace m e nt of th e mi xture. If di s pl a c e m e nt occ urs , c o rrect to th e
2 1 sa ti sfacti o n o fth e C ITY .
22 3. E n s ure pavem e nt is full y comp ac te d b efore a ll o win g ro ll e rs to st a nd o n th e
23 pave me nt.
24 4. U nl ess o th e n vise di recte d , u se o nl y wate r o r a n a pproved re lease agent on ro ll e rs ,
25 ta mps , a nd o th e r co mpac ti o n e quipme nt .
2 6 5 . K ee p d iese l, gaso lin e, o il , gr ease, a nd o th e r fo re ign ma tt e r o ff th e mi x ture .
27 6 . U nle ss oth e rwi se dire ct e d , o p e rate v ibrat o ry rollers in s tatic mode w h e n no t
28 compactin g, w h e n ch a n g in g dire cti o n s , o r w hen the pl a n d e pth of th e p a vement mat
29 is less than 1-1 /2 in c hes.
3 0
3 1
, 32
33
34
35
36
3 7
3 8
7 . U se t a mps to th oro u ghl y compac t th e e d ges o f th e pave m e nt a lon g c urbs , head e r s,
a nd s imilar stru c tures an d in locat io n s that w ill no t all ow th o rou gh compa cti on w ith
th e ro ll e rs.
8 . T he C ITY m ay re quire ro llin g wi th a tre nc h roller o n w id e n e d a re as , in tre nch es,
a nd in oth e r limit ed a reas .
9 . A ll ow the compac te d pa v e m e nt t o c oo l to 16 0 degrees For lo wer before o penin g t o
traffic unl ess oth e rwi se direc te d .
10 . When dire ct e d , s prinkl e th e fini s hed m a t with water or limewa ter to ex p e dite
o pe nin g th e roa d way to traffi c .
C ITY OF FO RT WO RTH
STA N D A RD CON STRUCT ION S PEC IF ICA TI ON DOCUMENTS
Revi sed !04/0 1/20 1 1)
[N o rt h Holl y WTP Pump Statio n D isch arge Pipe Rep lacemen t]
[C apit a l Project No . 163 1)
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
· 43
44
45
46
47
48
49
50
11. Air Void Control.
a . General.
32 12 16 -20
ASPHALT PAVING
Page 20 of 23
I) Compact dense-graded ho t-mix asphalt to contain from 5 percent to 9
percent in-place air voids.
2) Do not increa se the asphalt content of the mixture to reduce pavement air
voids.
b . Rollers.
I) Furnish the type, size, and number of rollers required for compaction, as
approved.
2) Use a pneumatic-tire roller to seal the surface, unless otherwise shown on
the plans.
3) Use additional rollers as required to remove any roller marks.
c . Air Void Determination .
I) Unless otherwise shown on the plans , obtain 2 roadway specimens at each
location selected by the CITY for in-place air void determination.
2) The CITY will measure air voids in accordance with Tex-207-F and
Tex-227-F.
3) Before drying to a constant weight, cores may be predried using a Corelok
or similar vacuum device to remove excess moisture.
4) The CITY will use the average air void content of the 2 cores to calculate
the in-place air voids at the selected location.
d. Air Voids Out of Range.
I) If the in-place air void content in the compacted mixture is below 5 percent
or greater than 9 percent, change the production and placement operations
to bring the in-place air void content within requirements.
e . Test Section .
I) Construct a test section of I Jane-width and at most 0.2 mi . in length to
demonstrate that compaction to between 5 percent and 9 percent in-place
air voids can be obtained.
2) Continue this procedure until a test section with 5 percent to 9 percent in-
place air voids can be produced.
3) The CITY will allow only 2 test sections per day.
4) When a test section producing satisfactory in-place air void content is
placed , resume full production.
12. Ordinary Compaction Control.
a. Furnish the type, size, and number of rollers required for compaction , as
approved. Furnish at least I medium pneumatic-tire roller (minimum 12-ton
wei g ht).
b . Use the control strip method given in Tex-207-F, Part IV , to establish rolling
patterns that achieve maximum compaction .
c. Follow the selected rolling pattern unless changes that affect compaction occur
in the mixture or placement conditions.
d. When such changes occur, establish a new rolling pattern.
e . Compact the pavement to meet the requirements of the plans and specifications .
f. When rolling with the 3-wheel , tandem or vibratory rollers , start by first rolling
the joint with the adjacent pavement and then continue by rolling longitudinally
at the sides .
g. Proceed toward the center of the pavement, overlapping on successive trips by
at least I ft ., unless otherwise directed .
h . Make alternate trip s o f the roller sli ghtly different in length.
C ITY OF FORT WO RTH
STANDARD CONSTRUCT ION SPEC IFICAT ION DOCUME ITS
Re vised [04 /0 1/20 11)
[No rth Holl y WTP Pump Stati o n Di sc harg e Pipe Repl ac em ent)
l Ca pital Pr oject No . 163 1)
32 121 6 -2 1
ASPHALT PAVING
Page 2 I o f 23
I
2
1. On superelevated curve s, begin rolling at the low s ide and pro g ress toward the
high side unle ss o therwi se directed.
3 G. Irregularities.
4 I. Identify and correct irregularities including but no t limited to segregation , rutting,
5 raveling, flushing , fat spots, mat slippage , irreg ular color, irregular texture, roller
6 marks, tears, gouges, streaks , uncoated aggregate particles, or broken aggregate
7 particles.
8 2 . The CITY may also identify irregul a rities, and in such cases, the CITY s hall
9 promptly notify the CONTRACTOR .
10 3. If the CITY detennines that the irre g ularity will adversely affect pavement
11 performance, the CITY may re quire the CONTRACTOR to remove and replace (at
12 the CONTRACTOR 'S expense) areas of the pavement that contain the
13 irregularities and areas where the mixture does not bond to the existing pave ment.
14 4. If irregularities are detected, the CITY may require the CONTRACTOR to
15 immediately suspend operations or may allow the CONTRACTOR to continue
16 operations for no more than 1 day while the CONTRACTOR is taking appropriate
17 corrective action.
18 5. The CITY may suspend production or placement operations until the problem is
19 corrected.
20 6 . At the expense of the CONTRACTOR and to the satisfaction of the CITY, rem ove
21 and replace any mixture that does not bond to the existing pavement or that has
22 other surface irregularities identified above.
23 3.5 REP AIR
24 A . See Section 32 0 I 17 .
25 3.6 QUALITY CONTROL
26 A. Production Testing
27 I. Perform production tests to verify asphalt paving meets the performance s tandard
28 required in the plans and specifications.
29 2 . CITY to measure density of asphalt paving with nuclear gauge.
30 3 . CITY to core asphalt paving from the normal thickness of section once acceptable
31 density achieved. CITY identifies location of cores.
32 a. Minimum core diameter: 4 inches
33 b . Minimum spacing: 200 feet
34 c . Minimum o f one core every block
35 d . Alternate lanes between core
36 4. CITY to u se cores to determin e pavement thickness and calculate theoretical
37 density.
38 a . CITY to perform theoretical density test a minimum of one per day per street.
39 B . Den s ity Test
40 I. The average mea s ured density of asphalt paving must meet specified den sity.
4 I 2 . Average of m eas urements per street not meeting the minimum s pecifi e d strength
42 s hall be subject to the money penalties o r removal and replacement at the
43 C ONTRACTOR 'S expense as show in Table 11 .
44
C ITY O F FORT WORTH
STANDARD CONSTRUCT ION SPEC IFI CATION DOCUMENTS
Revised [04 /0 I /20 I I]
!North Ho ll y WTP P ump Stati o n Discharge Pipe Rep lacemen t]
I Cap it al Projec t No . 16 3 I]
2
3
4
5
Percent Rice
89 and lower
90
91-93
94
95
Over 95
Table 11
Density Payment s chedule
Percent of Contract Price Allowed
32 121 6-22
ASPHALT PAYING
Pag e 22 of23
remove and replace at the entire cost and expense of CONTRACTOR
as directed by OWNER.
75-percent
I 00-percent
90-percent
75-percent
remove and replace at the ent ire cost and expense of CONTRACTOR
as directed by OWNER.
6 3 . The amount of penalty shall be deducted from pay ment due to CONTRACTOR.
7 4. These requirements are in addition to the requirements of Section 1.2 Measurement
8 and Payment.
9 C. Pavement Thickness Test.
IO I . CITY measure each core thickness by averagin g at least three measurements.
11 2. The number of tests and location shall be at the di sc retion of the CITY , unless
12 otherwise specified in the special provisions o r on the plan s.
13 3. ln the event a deficiency in the thickness of pavement is revealed durin g production
14 testin g, subsequent tests necessary to isolate the deficiency s hall be at the
15 CONTRACTOR 'S expense.
16 4. The cost for additional coring te st s hall be a t the sa m e rate charged by commercial
17 laborato rie s.
18 5. Wh ere the average thickness o f pavement in the area found to be defici e nt , pa y ment
19 s hall be mad e at an adjusted pric e as s pecified in Table 12 .
20
2 1
22
. 23
24
25
26
27
28
Table 12
Th' k 1c ness D fi . P I. e 1c1ency ena hes
Deficiency in Thickness Proportional Pa,1
Det ermined by Cores Of Contract Pric e
Greater Than O perce nt -Not More th an IO percent 90 percent
Greater Than IO perc ent -Not More th an 15 percent 80 percent
remove and rep lace at
the entire cost and
Greater Than I 5 perc ent expense of
CONTRACTOR as
directed by OWNER .
6. Jf, in th e judgment of the CITY, the area of s uch deficiency warrants re moval , th e
area shall be removed and replaced, at the CONTRA CTOR 'S entire ex pense , with
asphalt pavin g of the thickness s hown o n th e plan s.
7. No a ddition a l pa y m e nt over the contract unit price s ha ll be m a de for any pave m e nt
of a thickne ss exceedin g that required by th e plans.
C ITY OF FORT WORTH
STAN DARD CONSTR UC T ION SPEC IFI C ATI ON DO CU MENT S
Revi sed [04 /0 1/20 11)
[North Holl y WTP Pum p Stat ion Di scharge Pipe Rep lacement)
[Capit al Pr oject No . 1631)
3 .7 FIELD QUALITY CONTROL [NOT USED]
2 3.8 SYSTEM STARTUP [NOT USED]
3 3.9 ADJlJSTING [NOT USED]
4 3.10 CLEANING [NOT USED]
5 3.11 CLOSEOUT ACTIVITIES [NOT USED]
6 3.12 PROTECTION [NOT USED]
7 3.13 MAINTENANCE [NOT USED]
8 3.14 ATTACHMENTS [NOT USED]
9 END OF SECTION
10
Revi s ion Log
32 12 16 -23
ASPHALT PAV ING
Page 23 o f 23
DAT E NAM E SUMMARY O F C H ANG E
11
[20 10 JAN 06 ]
C ITY OF FORT WORTH
STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised 104 /0l/2 0 1 1)
[North Ho ll y WTP Pump Stat ion Disc h arge Pipe Rep lace m ent]
[Ca pit a l Project No. 1631)
32 13 13 -I
CONCRETE PAVING
Pa ge I o f20
1 SECTION 32 13 13
2 CONCRETE PA YING
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section includes finished pave ment constructed of p o rtl and cement concrete including
6 monolithically po ure d curb on the prepared s ub grade or o ther base course.
7 B . Standard Details.
8 1. Reinforced Concrete Pavement Construction Details.
9 C. Deviations from City of Fort Worth Standards.
JO I . None .
I I D. Related Specification Sections include but are not necessarily limited to
12 1. Secti o n 32 13 73 -Concrete Paving Joint Sealants.
13 1.2 PRICE AND PAYMENT PROCEDURES (NOT USED]
14 1.3 REFERENCES
I 5 A . Reference Standards.
I 6 1. Reference standards cited in this s pecification refer to the current reference standard
17 published at the time of the latest revision date logged at the end o f this
18 specification , unless a date is specifically cited .
19 2. ASTM Intern a tional (ASTM):
20 a . A615/A6 I 5M, D eformed a nd Plain Billet-Steel Bars for Concrete
2 I Reinforceme nt
22 b . C3 I , Standard Practice for Making and Curing Concrete Tes t Specimens in the
23 Field
24 c. C33, Concrete Aggregates
25 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete
26 Specimens
27 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores a nd Sawed
28 Beams of Concrete
29 f. C94/C94M , Standard Specifications for Ready-M ix e d Concrete
30 g. C 150, Portland Cement
31 h . C 156 , W a ter Retention by Concrete C uring Materials
32 1. Cl 72 , Standard Practice for Sampling Freshly Mixed Concrete
33 J · C260, Air E ntraining Admixtures for Co ncrete
34 k. C309, Liquid Membrane-Forming Compounds for Curing Concre te, Type 2
35 I. C494 , Chemical Admixtures for Concrete , Types "A", "D ", "F " a nd "G"
36 m . C6 I 8, Coal Fly Ash a nd Raw or Calcined Natural Pozzo la n for u se as a Mineral
37 Admixture in Concrete
38 n. C88 I , Standard Specification for Epoxy-Resin-Base B o nding Systems fo r
39 Concrete
40 o. C l 064, Standard Test M e thod for Temperature of Freshly Mixed H y draulic-
4 1 Cement Concrete
CIT Y OF FORT WORTH
STANDARD CONSTRUCT ION SPEC IFI CA TION DOCUMENTS
Revised [04 /0 1/20 1 I]
fN o rth Holl y WTP Pump Stati on Disc h arge Pipe Replacement)
[Capi tal Projec t No. I 63 I J
32 13 13 • 2
CONCRETE PAVI NG
Pa ge 2 of 20
2
3
4
p. C 1602 , Standard Specification for Mixing Water Used in the Production of
H ydra ulic Cement Concrete.
q . 0698 , Laboratory Compaction Characteristics of Soil Using Standard Effort
(12 ,400 ft-lbf/ft3)
3 . American Concrete Institute (ACI): 5
6
7
8
a. ACI 305.1-06 Specification for Hot Weather Concreting
b. ACJ 306.1-90, Standard Specification for Cold Weather Concreting
C. ACI 318
9 1.4 ADMINISTRATIVE REQUIREMENTS !NOT USED)
10 1.5 SUBMITTALS jNOT USED)
11 1.6 ACTION SUBMITT ALS/INFORMATIONAL SUBMITTALS
12 A. Mix Design : submit for approval. See Item 2.4.A.
13 1.7 CLOSEOUT SUBMITTALS [NOT USED)
14 1.8 MAINTENANCE MATERIAL SUBMITTLAS !NOT USED]
15 1.9 QUALITY ASSURANCE (NOT USED)
16 1.10 DELIVERY, STORAGE, AND HANDLING !NOT USED)
17 1.11 FIELD CONDITIONS
18 A. Weather Conditions.
19 I. Place concrete when concrete temperature is between 4 0 and 95 degrees when
20 measured in accordance with ASTM CI 064 at point of placement .
21 2. Hot Weather Concreting
22 a . Take immediate corrective action or cease paving when temp exceeds 95
23 degrees.
24 b . Concrete Paving operations when temperature exceeds 95 degrees shall be
25 approved by the CITY. See Standard Specification for Hot Weather Concreting
26 (ACI 305.1-06).
27 3. Cold Weather Concreting
28 a. Do not place when ambient temp in shade is below 40 degrees and falling.
29 Concrete may be placed when ambient temp is above 35 degrees and rising or
30 above 40 degrees.
31 b. Concrete paving operations when temperature is below 40 degrees shall be
32 approved by the CITY . See Standard Specification for Cold Weather
33 Concreting (ACI 306 .1-90).
34 B . Time: Place concrete after sunrise and no later than s hall permit the finishing of the
. 35 pavement in natural light, or as directed by the City .
C ITY OF FORT WORTH
STANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revi sed [04 /01 /20 11]
[North I-l oll y WTP Pump Sta ti on Di sc harge Pipe Replac ement]
[Capita l Proje ct No . 1631]
1.12 WARRANTY !NOT USED)
2 PART2-PRODUCTS
3 2.1 OWNER-FURNISHED PRODUCTS !NOT USED)
4 2.2 MATERJALS
5 A . Cementitious Materi a l: ASTM Cl 50.
6 B. Aggregates: ASTM C33.
7 C. Water: ASTM Cl 602 .
32 13 13 - 3
CONCRETE PAVING
Pag e 3 o f20
8 D. Admixtures: When admixtures are used, conform to the appropriate specification:
9 I . Air-Entraining Admixtures for Concrete: ASTM C260 .
10 2. Chemical Admixtures for Concrete: ASTM C494, Types "A ", "D ", "F " and "G."
11 3. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM
12 C618 .
13 E. Steel Reinforcem e nt: ASTM A6 l 5.
14 F . Steel Wire Reinforcement: Not used for concrete pavement.
15 G. Dowels and Tie Bars .
16 I. Dowelandtiebars:ASTMA615 .
17 2. Dowel Caps.
18 a. Provide dowel caps with enough range of movement to allow complete closure
19 of the expansion joint.
20 b . Caps for dowel bars shall be of the length shown on the plans and shall have a n
2 1 internal diameter sufficient to permit the cap to freely slip over the bar.
22 c . In no case shall the internal diameter exceed the bar diameter by m o re I /8 inch ,
23 and one end of the cap shall be rightly closed .
24 3. Epoxy for Dowe l and Tie Bars: ASTM C88 I.
25 a. See following table for approved producers of epoxies a nd adhesives
26
Pre -Qu a lified Producers of Epoxies and Adhesives
Product Name Producer
Concresive 1420 BASF
HTE-50 Hilti
T 308 + Powers Fasteners
PE 1000+ Powers Fasteners
C-6 Ramset-Redhead
Epcon G-5 Ram set-Redhead
Pro-Poxy-300 Fast Tube Unitex
Shep-Poxy Txlll CMC Constructi o n Services
Ultrabond 1300 Tubes Adhesives Technology
C ITY or FORT WORTH
STANDARD CONSTRU CT ION S PECirlCATI ON DO CU MENTS
Revi se d [04 /0 1/20 11]
[Nonh Holly WTP P ump Stati o n Di scharge Pipe Repl acement)
[ Ca pit a l Pr oject No . 163 I)
Ultrabone 2 300 N .S . A-22-23 00 Adhesives Technology Slow Set
Dyn apoxy EP-430 Pecora Corp.
EDOT Simpson Strong Tie
ET22 Simpson Strong Tie
SET22 Simpson Strong Tie
SpecPoxy 3000FS SpecChem
b. Epoxy Use, Storage and Handling.
32 13 13 - 4
CONC RET E PAVI NG
Pag e 4 o f 20
2
3 1) Package components in airtight containers and protect from light and
4 moisture.
5 2) Include detailed instructions for the application of the material and all
6 safety information and warnings regarding contact with the components .
7 3) Epoxy label requirements
8 a) Resin or hardener components;
9 b) Brand name;
10 c) Name of manufacturer;
11 d) Lot or batch number;
12 e) Temperature range for storage;
13 f) Date of manufacture
14 g) Expiration date; and
15 h) Quantity contained
16 4) Store epoxy and adhesive components at temperatures recommended by the
17 manufacturer.
18 5) Do not use damaged or previously opened containers and any material that
19 shows evidence of crystallization, lumps skinning, extreme thickening, or
20 settling of pigments that cannot be readily dispersed with normal agitation.
21 6) Follow sound environmental practices when disposing of epoxy and
22 adhesive wastes .
23 7) Di s pose of all empty containers separately.
24 8) Dispose of epoxy by completely emptying and mixing the epoxy before
25 disposal
26 H . Rein.forcement Bar Chairs.
27 I. Reinforcement bar chairs or supports shall be of adequate strength to support the
28 reinforcement bars and shall not bend or break under the wei g ht of the
29 reinforcement bars or CONTRACTOR'S personnel walking on the reinforcing bars.
30 2 . Bar chairs may be made of metal (free of ru st), precast mortar or concre te blocks or
31 plastic .
32 3. For approval of plastic chairs, repre sentative samples of the plastic shall show no
. 33 visible indications of deterioration after immersion in a 5-percent solution of
34 sodium hydroxide for 120-hours.
35 4 . Bar chairs may be rejected for failure to meet any of the requirements of this
36 s pecification .
37 I. Joint Fill e r.
38 I. Joint filler is the material placed in concrete pavement and concrete structures to
39 allow for the expansion and c o ntracti o n o f the concrete .
C IT Y OF FORT WOR TH
STANDARD CONSTRUC TI O SPEC IF ICAT ION DOCUMENTS
Revi sed 104 /01/2011 ]
[No rth Ho ll y WTP P ump Stati o n Di schar ge Pipe Replacem ent]
!Cap it al Projec t No . 163 1]
I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
2 . Wood Boards: Used as joint filler for concrete paving.
32 13 13 -5
CONCRETE PAVING
Page S o f20
a. Boards for expansion joint filler shall be of the required size, s hape and type
indicated on the plans or required in the specifications .
l) Boards shall be of selected stock of redwood or cypress. The boards shall
be sound heartwood and shall be free from sa pwood, knots, clustered
birdseyes, checks and sp lits.
2) Joint fill e r , boards, shall be smooth, flat and straight throughout, and s hall
be suffic ientl y rigid to permit ease of installation.
3) Boards s hall be furnished in lengths equal to the width between
long itudinal joints, and may be furnished in strips or scored sheet of the
required s hape.
3 . Dimensions . The thickness of the expansion joint filler shall be shown on the plans;
the width shall be not less than that shown on the plans, providing for the top sea l
space.
4. Rejecti o n . Expan s ion joint filler may be rejected for failure to meet any of the
requirem en ts of thi s spec ification .
17 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73.
18 K. Curing Materials .
19 l. Membrane-Forming Compounds.
20 a . Conform to the requirements of ASTM C309, Type 2, white pigmented
21 compound an d be of such nature that it shall not produce permanent
22 discol oration of concrete surfaces nor react deleteriously with the concrete .
23 b . The compound shall produce a firm , continuous uniform moisture-impermeable
24 film free from pinholes and shall adhere satisfactorily to the surfaces of damp
25 concrete.
26 c. It shall, when applied to the damp concrete su rface at the specified rate of
27 coverage, dry to touch in I hour a nd dry through in not more than 4 h o urs under
28 normal conditions su itable for concrete operations.
29 d . It s hall adhere in a tenacious film without running off or appreciably sagg ing.
30 e. It s hall not di si nte grate, check, peel or crack during the required curing period .
31 f. The compound shall not peel or pick up under traffic and shall disappear from
32 the s urface of the concrete by gradual disintegration .
33 g. The compound shall be delivered to the job site in the manufacturer's original
34 containers only, which shall be clearly labeled with the manufacturer's n a me,
35 the trade name of the material and a batch number or symbol with which test
36 samp le s may be correlated.
37 h . When tested in accordance with ASTM Cl56 Water Retention by Concrete
38 Curing Materials, the liquid membrane-forming compound shall res trict the loss
39 of water prese nt in the test specimen at the time of application of the curing
40 compound to not more than 0.01-oz .-per-2 inches of s urface .
41 2.3 ACCESSORIES jNOT USED]
42 2.4 SOURCE QUALITY CONTROL
43 A. Mix Design
44 I . Concrete Mix De s ign and Control.
C ITY OF FORT WORTH
STANDARD CONSTRUCTlON SPECIFICATION DOCUMENTS
Revised [04 /0 1/20 11]
[Nonh Holly WTP Pump Station Discharge Pipe Replacement]
[Capital Projec t No . 163 1]
I
2
3
4
5
6
7
8
9
JO
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
3 1
32
33
34
35
36
37
38
39
40
41
42
'43
44
45
2.
32 13 13 - 6
CONCRETE PAVING
Page 6 of 20
a. At least 10 calendar days prior to the start o f concrete paving operations, the
CONTRACTOR s hall s ubmit a design of the concrete mix it proposes to u se
and a full de sc ripti o n of the so urce of s upply of each material component.
b. The desi g n of the concrete mix shall produce a quality concrete complying with
these specifications a nd shall include the following information:
1) Design Requirem e nts a nd Design Summary.
2) Mate rial source.
3) Dry weight of cement/cu . yd. and type.
4) Dry weight of fly ash/cu. yd. and type, if u sed .
5) Saturated surface dry weight of fine and coarse aggregates/cu . yd.
6) Design water/cu. y d .
7) Quantities, type , and name of admixtures w ith manufacturer's data sheets.
8) Current strength tests or strength te sts in accordance with AC] 318.
9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates
and date of tests.
I 0) Fineness modulus of fine aggregate .
11) Specific Gravity and Absorption Values of fine and coarse aggregates .
12) L.A. Abrasion of coarse aggregates .
c . Once mix design approved by CJTY , maintain intent of mix design and
maximum water to cement ratio .
d . No concrete may be placed on the job s ite until the mix design has been
approved by the CJTY .
Quality of Concrete.
a. Consistency.
I) 1n general, the consistency of concrete mixtures shall be such that :
a) mortar shall cling to the coarse aggregate,
b) aggregate s h a ll not segregate in concrete when it is transported to the
place of depo s it ,
c) concrete, when dropped directl y from the di sc harge chute of the mixer,
s hall flatten out at the center of the pile , but the edges of the pile shall
s tand and not fl ow,
d) concrete and mortar shall s how no free water when removed from the
mixer,
e) concrete s hall slide a nd not fl ow into place when transported in metal
chutes at an angle of 30 degrees with the ho rizontal , and
f) surface of the fini shed concrete shall be free from a surface film or
laitance .
2) Wh en field conditi o ns a re such that additional moisture is needed for the
final concrete s urface finishing operation , th e required water shall be
applied to the surface by hand sprayer only and be held to a minimum
amount.
3) The concrete s hall be workable, cohesive, pos sess satisfactory finishing
qualiti es and be o f the stiffest con s istency that can be placed and vibrated
into a homogeneou s ma ss.
4) Excessive bleedin g s hall be avoided .
C ITY OF FORT WORTH INonh Holl y WTP Pump Sta tio n D isc harge Pipe Replac ement]
[Cap it a l Project No . 163 1] STANDARD CONS TR UCT ION SPEC IFICAT ION DOCUMENTS
Re vise d 104 /01/20 11]
I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
b.
3 2 13 13 -7
CONCRETE PA YI NG
Pa ge 7 o f 20
5) If the strength or consistency required for the class of concrete being
produced is not secured with the minimum cement s pecified o r without
exceeding the maximum water/cement ratio , the CONTRACTOR may use ,
or the CITY may require, an approved cement dispersing agent (water
reducer); or the CONTRACTOR shall furnish additi o nal ag gregates, or
aggregates with different characteristics, or the CONTRACTOR may use
additional cement in order to produce the required results .
6) The additional cement may be permitted as a temporary measure, until
aggregates are changed and designs checked with the different aggreg ates
or cement dispersing agent.
7) The CONTRACTOR is solely responsible for the quality of the concrete
produced .
8) The CITY reserves the right to independently verify the quality of the
concrete through inspection of the batch plant, testing of the various
materials used in the concrete and by casting and testing concrete cylinders
or beams on the concrete actually incorporated in th e pavement.
Standard Class .
I) Unless otherwise shown on the plans or detailed specifications, the standard
class for concrete paving for streets and alleys is shown in the following
table .
C ITY OF FO RT W ORTH [North Holl y WT P Pum p Stati o n D isc harge Pi pe Re pl ace me nt ]
[C apita l Proj ect N o . 163 1] ST AN D A RD CONSTR UC T ION S P EC IFI CATION DOC UME NTS
Rev ised [04 /0 1/20 11]
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
Standard Classes of Pavement Concrete
C la ss of Minimum 28 Day Min. Maximum
Concrete 1 Cementitious, Compressive, Water/
L b .IC Y Strength2 Cementitious,
psi Ratio
p 517 3600 0.49
H 564 4500 0.45
I . All exposed horizontal conc rete shall have en train ed -air.
2. Minimum Co mpr ess ive Stren gt h Requ ired.
2 ) Machine-Laid concrete: Class P
3) Hand-Laid concrete: Class H.
c. High Early Strength Concrete (HES).
32 13 13 -8
CONCRETE PAVING
Page 8 of20
Course
Aggregate
Maximum
Size
inch
1-1 /2
1-1 /2
I) Wh e n s hown on the plans or allowed, provide Class HES concre te for very
early opening of pavements area or leaveouts to traffic .
2) Desi g n class HES to meet the requirements of class specified for concrete
pav e m e nt and a minimum compressive strength of 2 ,600 ps i in 24 hours,
unless other early strength and time requirements are shown on the plans
allowed.
3) No st re ngth overde s ign is require d.
Standard Classes of Pavement Concrete
C la ss of Minimum 28 D ay Min. Maximum Course
Concre t e 1 Cementitious Compressive Water/ Aggregate
Lb .I CY Strength2 Cementitious Maximum
psi Ratio Size,
inch
HES 564 4500 0 .45 I -I /2
d . S lump .
I) Slump re quire ments for pavement and rel ated concrete shall be as s pecified
in the following table .
C oncrete p avement SI ump R equirements
Concrete Use Recommended Maximum
Design Acceptable
a nd Placement Placem e nt
Slump, Slump,
inch inch
Slip-Form/Fo rm-Riding Paving 1-1 /2 3
H a nd Formed Paving 4 5
Sidewalk , Curb and Gutter, Concrete 4 5
Valley Gutter and Other Miscellaneous
Co nc ret e
2) No concrete s hall be permitted with s lump in excess of the maximums
s h ow n .
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPE C IFICATION DOCUMENTS
Revised 104 /0 1/20 11)
[Nor1h Holly WTP Pump Stati on Discharge Pipe Replaceme nt]
!Capit al Project No . 1631 J
321313-9
CONCRETE PAVTNG
Page 9 of20
3) Any concrete mix failing to meet the above consistency requirements,
2 although meeting the slump requirements, shall be considered
3 unsatisfactory, and the mix shall be changed to correct such unsatisfactory
4 conditions.
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 INST ALLA Tl ON
10 A . Equipment
11 I. All equipment necessary for the construction of this item shall be on the project.
12 2. The equipment shall include spreading devices (augers), internal vibration,
13 tamping, and surface floating necessary to finish the freshly placed concrete in such
14 a manner as to provide a dense and homogeneous pavement.
15 3. Machine-Laid Concrete Pavement
16 a. Fixed-Form Paver. Fixed-form paving equipment sha ll be provided with forms
17 that are uniformly supported on a very firm subbase to prevent sagging under
18 the weight of machine.
19 b. Slip-Form Pave r.
20 I) Slip-form paving equipment shall be provided with traveling side forms of
21 s ufficient dimensions, shape and strength so as to support the concrete
22 laterally for a sufficient length of time during placement.
23 2) CITY may reject use of Slip-Form Paver if paver requires over-digging and
24 impacts trees, mailboxes or other improvements.
25 4. Hand-La id Concrete Pavement
26 a. Machines that do not incorporate these features , s uch as roller sc reeds or
27 vibrating screeds, sha ll be considered tools to be used in hand-laid concrete
28 construction, as slumps, spreading methods, vibration, and other procedure s are
29 more common to hand methods than to machine methods.
30 5. CITY may reject equipment and stop operation if equipment does not meet
31 requirements .
32 B. Concrete Mixing and Delivery
33 I . Transit Batching: s hall not be used -onsite mixing not permitted
34 2. Ready Mixed Concrete
35 a. The concrete shall be produced in an approved method conforming to the
36 requirements of this specification and ASTM C94/C94M.City s hall have access
37 ready mix to ge t samples o f materials .
38 b. CITY shall have access to ready mix plant to obtain material sa mples.
39 c. When ready-mix concrete is used, sample concrete per ASTM C94 Alternate
40 Procedure 2:
41 I) As the mixer is being emptied , individual sa mples shal l be taken after the
42 discharge of approximately 15 % and 85% of the load.
C ITY OF FORT WORTH
STAN DARD CONSTRUCTION SPEC IFICATION DOCUMENTS
Re v ise d 104 /01 /20 1 I ]
[Nonh Ho ll y WTP Pump Station Discharge Pipe Repl acement]
!Capi tal Project No . I 631]
I
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
C.
32 13 13 -I 0
CON CRETE PAVING
Page I O o f 20
2) The m e th o d of sampling s hall prov ide th a t the sample s are representative of
widely se parated p ort ion s , but not from th e very e nd s of the batch.
d. The mi xing o f each b atc h , after a ll m ateria ls are in the drum , shall continue until
it produce s a thoro ug hl y mixed concrete of uniform ma ss as determined by
estab li s h ed mixer performance ratings an d inspection, or appropriate uniformity
te sts as described in ASTM C94 .
e. The entire content s of the drum shall be di sc harged before any materials are
placed th e rein for the s ucceedin g batch .
f. Retemperin g o r remixing s hall not be permitted.
3 . Delivery .
a. Deliver concrete at an interval n ot exceeding 30 minutes or as determined by
C ITY to prevent cold joint.
4. Delivery Tickets.
a. For all operations, the manufacturer of the concrete s hall , before unloading,
furnish to the purchaser with each batch o f concrete at the site a delivery ticket
o n which is printed , stamped , or written , the fol low ing in format ion to determine
th at the concrete was proportioned in accordance with the approved mix design:
I) Name of concrete supp li er.
2) Serial number of ticket.
3) Date.
4) Truck number.
5) Name of purchaser.
6) Specific desi g nation of job (name and location).
7) Specific class, design identification a nd des ignati o n o f the concrete in
conformance with that employed in job s pec ificati o n s.
8) Amount of concrete in cubic yards.
9) Time loaded or o f fir st mixing of cement and aggregates.
I 0) Water added by receiver of concrete .
I I) Type and amoun t of admixtures.
Subgrade
I . When manipulation or treatment of s ubgrade is required on the plans, the work
s hall be performed in proper sequence with the pre p ara ti o n o f the subgrade for
pavement.
2. The roadbed s hall be excavated and shaped in conformity with the typical sections
and to the lin es a nd g rade s s hown o n th e plans or establi shed by the CITY.
3. Al l ho le s, rut s a nd depress ions s hall be fill e d and compacted with suitable material
and, if required , the subgrade shal l be th oroughly wetted and reshaped.
4. Irre gu larities of more th a n 1 /2 inch., as shown by s traighted ge or template, shall be
corrected.
5. The subgrade sha ll be unifonnly compacte d to at least 95 percent of the maximum
density as determined by ASTM D698 .
6. Moi sture content s ha ll be w ithin minus 2 percent to plus 4 pe rcent of optimum.
7. The prepared s ubgrade s hall be wetted down s uffi cient ly in advance of placing the
pave ment to ensure its being in a firm and moi s t condition.
8. Sufficient subgrade shall be prepared in advance to e n s ure sa tisfactory prosecution
of the work.
C ITY OF FORT WO RTH fNo rth Holl y WTP Pump Stati on Disc har ge Pipe Replacem ent)
!Capital Projec t No. 1631) ST AN DARD CONS TR UC TION SPEC IFICATION DOCU MEN TS
Revi sed 104 /0 1/20 11)
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
D .
321313-11
CONCRETE PAVING
Page I J of 20
9. The CONTRACTOR shall notify the CITY at least 24 hours in advance of its
intention to place concrete pavement.
I 0. After the specified moi s ture and density are achieved, the CONTRACTOR s hall
maintain the subgrade moisture and density in accordance with this Section.
11. In the event that rain or other conditions may have adversely affected the condition
of the sub grade or base, additional te sts may be required as directed by the CITY.
Placing and Removing Forms
1. Placing Forms
a. Forms for machine-laid concrete
I) The side forms shall be metal, of approved cross section and bracing, of a
height no Jess than the prescribed edge thickness of the concrete section,
and a minimum of IO feet in length for each individual form.
2) Forms shall be of ample strength and staked with adequate number of pins
capable of resisting the pressure of concrete placed against them and the
thrust and the vibration of the construction equipment operating upon them
without appreciable springing, settling or deflection .
3) The forms shall be free from warps, bends or kinks and shall show no
variation from the true plane for face or top.
4) Forms shall be jointed neatly and tightly and se t with exactnes s to the
established grade and alignment.
5) Forms shall be set to line and grade at least 200 feet , where practicable, in
advance of the paving operations.
6) ln no case shall the base width be less than 8 inches for a form 8 inches or
more in height.
7) Forms must be in firm contact with the subgrade throughout their length
and base width .
8) If the subgrade becomes unstable , fonns shall be re se t, using heavy stakes
o r other additional supports may be necessary to provide the required
stability.
b . Forms for hand-laid concrete
1) Forms shall extend the full depth of concrete a nd be a minimum of 1-1 /2
inches in thickness or equivalent when wooden forms are u se d , or be of a
gauge that shall provide equivalent rigidity and strength when m e tal forms
are used.
2) For curves with a radius of less than 250 feet , acceptable flexible metal or
wood fonns shall be used .
3) All forms showing a deviation o f I /8 inch in IO feet from a strai g ht line
shall be rejected.
2. Settling. When forms settle over I /8 inch under finishing operations, paving
operations shall be stopped the forms reset to line and grade and the pav e ment then
brou g ht to the required section and thickness.
3. Cleaning. Forms shall be thoroughly cleaned after each use .
4. Removal.
a. Forms shall remain in place until the concrete ha s taken its final set.
b. A void damage to the edge of the pavement when removing forms.
c. Repair damage resulting from form removal and honeyc o mbed areas with a
mortar mix within 24 hours after form removal unless otherwise approved .
C ITY OF FO RT WORTH [Nonh Holly WTP Pump Stati on Di scharge Pipe Replacement]
f Cap it al Project No. 163 I] STANDARD CONSTRU CTION SPEC IFICAT ION DOCU MEN TS
Revi sed 104/0 1/20 11]
32 13 13 -12
CONC RETE PAV ING
Page 12 of20
2
3
4
5
d . Clean joint face and repair honeycombed or damaged areas within 24 hours
after a bulkhead for a transverse construction joint has been removed unle ss
otherwise approved.
e. When forms are removed before 72 hours after concrete placement , promptly
apply membrane curing compound to the edge of the concrete pavement.
6 E . Placing Reinforcing Steel, Tie, and Dowel Bars
7 I. General.
8 a. When reinforcing steel tie bars , dowels , etc., are required they shall be placed
9 as shown on the plans.
IO b. All reinforcing steel shall be clean, free from rust in the form of lo ose or
11 objectionable scale, and of the type, size and dimensions shown o n the plan s.
12 c. Reinforcing bars shall be securely wired together at the alternate inte rsections
13 and all splices and shall be securely wire d at each intersection dowel and load-
14 transmission unit intersected.
15 d . All bars shall be installed in their required position as s hown o n the plans.
16 e. The storing of reinforcing or structural steel on completed roadway s labs
17 generally shall be avoided and, where permitted , such stora ge shall be limite d
18 to quantities and distribution that shall not induce excessive stresses .
19 2. Splices.
2 0 a. Provide standard reinforcement splices by lapping and tying ends.
2 1 b . Comply with ACI 318 for minimum lap of spliced bars where not specified o n
22 the documents
23 3. In stallation of Reinforcing Steel
24 a. All reinforcing bars and bar mats shall be installed in the slab at the required
25 depth below the finished surface and s upported by and sec urely attached to bar
26 chairs installed on prescribed longitudinal and tran sverse centers as s h own by
27 sectional and detailed drawings on the plans .
28 b. Chairs Assembly. The chair assembly s hall be similar and equal to that s hown
29 on the plans and shall be approved by the CITY prior to extensive fabrication
30 c. After the reinforcing steel is securely installed above the subgrade as s pecified
3 1 in pl a ns and as herein prescribed , no load ing s hall be impo sed upo n the bar
32 mats or individual bars before or durin g the placing or fini s hing of the concrete.
33 4. Installation of Dowel Bars
34 a. Lnstall through the predrilledjoint filler and rigidly support in true h o rizontal
35 and vertical positions by an assembly of bar chairs and dowel baskets.
36 b . Dowel Baskets.
37 I) The dowels shall be held in po s iti o n exactly parallel to s urface and
38 centerline of the slab, by a dowel basket that is left in the pavement.
39 2) The dowel basket shall hold each dowel in exactly the correct position so
40 firmly that the dowel 's position cannot be altered by concreting operations.
41 c. Dowel Caps.
· 42 I) Install cap to allow the bar to move not less than 1-1 /4 inch in either
43 direction.
44 5 . Tie Bar and Dowel Placement.
45 a. Place at mid-depth of the pavement slab, parallel to the surface .
46 b. Place as shown on the plans .
47 6 . E poxy fo r Tie a nd Dowel Bar In stallati o n
48 I) E poxy b a rs as s h own o n th e plans.
CITY OF FORT WO RTH
STANDARD CO NSTR UCTI O N SPE C IFI CATI ON DO CU MENTS
Revi sed [04 /0 1/2011]
[North Holly WTP Pump Stat ion Dischar ge Pipe Replacement]
[Capital Project No. 1631 J
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
F. Joints
32 13 13 -13
CONCRETE PAVING
Page 13 o f20
2) Use only drilling operations that do not damage the surrounding operations.
3) Blow out drilled holes with compressed air.
4) Completely fill the drilled hole with approved epoxy before inserting the tie
bar into the hole .
5) Install epoxy grout and bar at least 6 inches embedded into concrete .
I. Joints shall be placed where shown on the plans or where directed by the CITY.
2. The plane of all joints shall make a right angle with the surface of the pavement.
3. No joints s hall have an error in alignment of more than I /2 inch at any point.
4. Joint Dimensions.
a. The width of the joint shall be shown on the plans, creating the joint sealant
reservoir.
b. The depth of the joint shall be shown on the plans .
c. Dimension s of the sealant reservoir shall be in accordance with manufacturer's
recommendations.
d. After curing, the joint sealant shall be 1 /8 inch to l /4 inch below the pavement
surface at the center of the joint.
5 . Transverse Expansion Joints.
a. Expansion joints shall be installed perpendicularly to the surface and to the
centerline of the pavement at the locations shown on the plans, or as approved
by the CITY .
b. Joints shall be of the design width, and spacing shown on the plans, or as
approved by the CITY .
c. Dowel bars, shall be of the size and type shown on the plans, or as approved by
the CJTY , and shall be installed at the specified spacing.
d. Support dowel bars with dowel baskets .
e . Dowels shall restrict the free opening and closing of the expansion join and
shall not make planes of weaknesses in the pavement.
f. Greased Dowels for Expansion Joints.
I) Coat dowels with a thin film of grease or other approved de-bonding
material.
2) Provide dowel caps on the lubricated end of each dowel bar.
g. Proximity to Existing Structures. When the pavement is adjacent to or around
existing structures, expansions joints shall be constructed in accordance with
the details shown on the plans .
6 . Transverse Contraction Joints.
a. Contraction or dummy joints shall be installed at the locations and at the
intervals shown on the plans.
b. Joints shall be of the design width, and spacing shown on the plans, or as
approved by the CITY.
c. Dowel bars, shall be of the size and type shown on the plans, or as approved by
the CJTY , and shall be installed at the specified spacing.
d. Joints shall be sawed into the completed pavement surface as soon after initial
concrete set as possible so that some raveling of the concrete is observed in
order for the sawing process to prevent uncontrolled shrinkage cracking .
e. The joints shall be constructed by sawing to a I /4 inch width and to a depth of
1/3 inch ( l /4 inch permitted if limestone aggregate used) of the actual
pavement thickness, or deeper if so indicated on the plans.
C IT Y O F FO RT WOR T H rNorth Ho ll y WTP Pump Stati o n Di scharge Pip e Repl acement]
[Ca pita l Proj ec t No . 163 1 J ST AN DA RD C ON STR UC TI ON SPECIF IC ATION DOCUMENTS
Revi se d [04 /0 1/20 11]
I
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
32131 3 -14
CONCRE TE PAYI N G
Page 14 o f20
f . Complete s awing as soon as possible in hot weather conditions and within a
maximum of24 hours aft e r saw cutting begins under cool weather conditions.
g. lf sharp edge j o int s are be ing obtained , the sawing process shall be sped up to
the point where some raveling is observed.
h. Damage by blade acti o n to the s lab surface and to the concrete immediately
adjacent to the joint s hall be minimized.
1. Any portion of the curing membrane which has been disturbed by sawing
operations shall be restored by spraying the areas with additional curing
compound.
7. Transverse Construction Joints.
a. Construction joints formed at the close of each day 's work or when the placing
of concrete has been stopped for 30-minutes or longer shall be constructed by
use of metal or wooden bulkheads cut true to the section of the finished
pavement and cleaned.
b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material.
c. Longitudinal bars shall be held securely in place in a plane perpendicular to the
surface and at right angles to the centerline of the pavement.
d . Edges shall be rounded to 1/4 inch radius.
e . Any surplus concrete on the subgrade shall be removed upon the resumption of
the work .
8 . Longitudinal Construction Joints.
a . Longitudinal construction joints s hall be of the type shown on the plans .
9 . Joint Filler.
a. Joint filler shall be as s pecified in 2.2.I of the size and shape shown on the
plans .
b . Redwood Board joints shall be used for all pavement joints except for
expansion joints that are coincident with a butt joint against existing
pavements .
c . Boards with less than 25-percent of moisture at the time of installation shall be
thoroughly wetted o n the job.
d. Green lumber of much hi g her moisture content is desirable and acceptable.
e . The joint filler shall be appropriately drilled to admit the dowel bars when
required .
f. The bottom edge of the filler shall extend to or slightly below the bottom of the
slab. The top edge s hall be held approximately I /2 inch below the finished
surface of the pavement in order to allow the finishing operations to be
continuous.
g . The joint filler may be composed of more than one length of board in the
length of joint, but no board of a length less than 6 foot may be used unless
otherwise shown on the plans.
h . After the removal of the side forms , the ends of the joints at the edges of the
slab s hall be carefully opened for the entire depth of the slab.
43 I 0. Joint Sealing. Routine pavement joints shall be filled consi stent with paving details
44 and as specified in Section 32 13 73 . Materials shall generally be handled and
45 applied according to the manufacturer 's recommendations a s specified in Section
46 321373 .
47 G. Placing Concrete
C IT Y OF FO RT WORT H
STANDARD CO STRUCTION SPEC IFICATI O DOCUMENTS
Rev ise d [04 /0 11201 I ]
[No nh Holl y WTP Pump Stati on Di sc har ge Pipe Repla ce ment]
[Ca pital Project No . I 63 1]
2
3
4
5
6
7
8
9
10
32 I 3 I 3 -15
CONCRETE PA V ING
Pa ge 15 o f 20
I. Unless otherwise specified in the plans, the finished pavement s hall be c onstructed
monolithically and constructed by machined laid method unless impractical.
2. The concrete shall be rapidly deposited on the subgrade in s ucce ss ive b a tches and
shall be distributed to the required depth and for the entire width o f the pavem e nt
by shoveling or other approved methods.
3. Any concrete not placed as herein prescribed within the time limits in the following
table will be rejected. Time begins when the water is added to the mixer.
T emperature -1me R eqmrements
Concrete Temperature Max Time -minutes Max Time -minutes
(at point of placement) (no retarding agent) (with retarding agent)1
Non-Agitated Concrete
All temperatures 45 45
Agitated Concrete
Above 90°F Time may be reduced by 75
CITY
Above 75 °F thru 90°F 60 90
75 °F and Below 60 120
I Normal dosag e of retarde r.
11 4. Rakes shall not be used in handling concrete .
12 5. At the end of the day, or in case of unavoidable interruption or delay of more than
13 30 minutes or longer to prevent cold joints, a transverse con stmction joint s hall be
14 placed in accordance with 3.4 .F.7 of this Section.
15 6 . Honeycombing.
16 a. Special care shall be taken in placing and spading the concrete again st the
17 forms and at all joints and assemblies so as to prevent honeycombing.
18 b. Excessive voids and honeycombing in the edge of the pavement , revealed by
19 the removal of the side forms , may be cause for rejection of the section of slab
20 in which the defect occurs.
21 H. Finishing
22 I . Machine.
23
24
25
26
27
28
29
30
31
32
33
a . Tolerance Limits .
I) While the concrete is still workable, it shall be tested for irregularities with
a IO foot straightedge placed parallel to the centerline of the pavement so as
to bridge depressions and to touch all high spots .
2) Ordinates measured from the face of the straightedge to the surface of the
pavement shall at no place exceed I /16 inch-per-foot from the nearest point
of contact.
3) In no case shall the maximum ordinate to a IO foot strai g hted g e be greater
than 1/8 inch.
4) Any surface not within the tolerance limits shall be reworked and
refinished .
C ITY O F FO RT W OR TH
STANDARD CON STRUCTI ON S P EC IFICAT ION DOCUM ENTS
Re vi sed (0 4 /0 1/20 11)
[Nonh Holl y WT P Pump Stati o n D isc h arge Pipe Repl ac ement)
("Capi t al Project N o. 163 1)
I
2
3
4
5
6
7
8
9
IO
11
12
13
14
15
b. Edging .
32 13 13 -16
CONC RETE PAVING
Pa ge 16 of20
I) The edges of slabs and all joints requiring edging shall be carefully tooled
with an edger of the radius required by the plans at the time the concrete
begins to take its "set" and becomes non-workable .
2) All such work shall be left smooth and true to lines.
2. Hand.
a. Hand finishing permitted only in intersections and areas inaccessible to a
finishing machine.
b . When the hand method of striking off and consolidating is permitted , the
concrete , as soon as placed , shall be approximately leveled and then struck off
with screed bar to such elevation above grade that, when consolidated and
finished, the surface of the pavement shall be at the grade elevation shown on
the plans.
c. A slight excess of material shall be kept in front of the cutting edge at all times.
d. The straightedge and joint finishing shall be as prescribed herein.
16 I. Curing
17 I . The curing of concrete pavement shall be thorough and continuous throughout the
18 entire curing period .
19 2. Failure to provide proper curing as herein prescribed shall be considered as
20 sufficient cause for immediate suspension of the paving operations.
21 3. The curing method as herein specified does not preclude the use of any of the other
22 commonly used methods of curing, and the CITY may approve another method of
23 curing if so requested by the CONTRACTOR.
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
4. If any selected method of curing does not afford the desired results, the CITY shall
have the right to order that another method of curing be instituted.
5 . After removal of the side forms, the sides of the slab shall receive a like coating
before earth is banked against them.
6. The solution shall be applied, under pressure with a spray nozzle , in such a manner
as to cover the entire surfaces thoroughly and completely with a uniform film .
7 . The rate of application shall be such as to ensure complete coverage and shall not
exceed 20-square-yards-per-gallon of curing compound .
8. When thoroughly dry, it shall provide a continuous and flexible membrane, free
from cracks or pinholes, and shall not di sintegrate, check, peel or crack during the
curing period .
9. If for any reason the seal is broken during the curing period , it shall be immediately
repaired with additional sealing solution.
I 0. When tested in accordance with ASTM CI 56 Water Retention by Concrete Curing
Materials, the curing compound shall provide a film which shall have retained
within the test specimen a percentage of the moisture present in the specimen when
the curing compound was applied according to the following .
11 . CONTRACTOR shall maintain and properly repair damage to curing materials on
exposed surfaces of concrete pavement continuously for a least 72 hours .
43 J. Monolithic Curbs
44
45
I. Concrete for monolithic curb shall be the same as for the pavement and, if carried
back from the paving mixer, shall be placed within 20-minutes after being mixed .
C IT Y OF FORT WO RTH
STAN DARD CONSTRUCTI ON SPEC IFIC ATI ON DOCUMENTS
Revised [04 /0 1/20 11]
!No rth Holl y WTP Pump Stmion Di sc harge Pipe Replacement)
!Ca pit al Project No. 163 1)
32 13 13 · 17
CON CRET E PAV ING
Page 17 o f 2 0
2 . After the concrete has been struck off and sufficiently set, the exposed surfaces
2 s hall be thoroughly worked with a wooden flat.
3 3. The exposed edges shall be rounded by the use of an edging tool to the radius
4 indic ated on the plans .
5 4. All exposed s urfaces of curb shall be brushed to a s mooth and unifonn s urface .
6 K . Alley Paving
7 1. Alley paving s hall be constructed in accordance with the specifications for concrete
8 paving hereinbefore described, in accordance with the details shown on the plan s,
9 and with the following additional provisions:
10 a. Alley paving shall be constructed to the typical cross sections shown o n the
1 I plans.
I 2 b. Transverse expansion joints of the type shown on the plans shall be constructed
I 3 at the property line on each end of the alley with a maximum s pacing of 600
14 feet.
15 c. Transvers e contraction and dummy joints shall be placed at the spacing shown
16 on the plans.
I 7 d. Contraction and dummy joints shall be fanned in such a manner that the
18 required joints shall be produced to the satisfaction of the CITY.
19 e . All joints shall be constructed in accordance with this specification and filled
20 in accordance with the requirement of Section 32 13 73.
2 1 L. Pavement Leaveouts
22 I. Pavement leaveouts as necessary to maintain and provide for local traffic s hall be
23 provided at locati o n indicate d on the plans or as directed by the CITY .
24 2. The extent and location of each leaveout required and a suitable crossover
25 connection to provide for traffic movements shall be detennined in the field by the
26 CITY .
27 3.5 REPAIR
28 A. Repair of concrete pavement concrete s hall be consistent with paving detail s and a s
29 s pecified in Section 32 01 29 .
30 3.6 RE-INSTALLATION !NOT USED]
31 3.7 SITE QUALITY CONTROL
32 A . Concrete Placement
33
34
35
36
37
38
I. Place concrete u s ing a fully automated paving machine. Hand paving only
permitted in area s such as intersections where use of paving machine is n o t
practical
a . All concrete pavement not placed by hand shall be placed using a fully
automated pa ving machine as approved by the CITY.
b . Screed s will not be allowed except if approved by the CITY.
39 8 . Testing o f Materials.
40 I . Sampl e s of all material s for test shall be made at the expense of the CITY , unl ess
41 otherwise specified in the s pecial provisions or in the plans .
CITY OF FOR T WO RTH
STAN D ARD CONSTRUCT ION SPECIFICATION DOCUMENT S
Revi sed j04 /0 I /20 1 1]
jNorth Ho ll y WT P Pu mp Stati on D isc h a rge P ip e Rep lacement]
I Ca pit al Project No . 163 I]
I
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
C.
D .
32 13 13 -18
CON C RETE PAYING
Pag e 18 of20
2 . In the event the initial s ampling and testing does not comply with the specifications,
all subsequent te sting o f the material in order to determine if the material is
a cceptable s hall be at the C ONTRACTOR 'S expense at the same rate charged by
the commercial la bora to rie s .
3 . All testing s h a ll be in acc o rd ance with applicable ASTM Standards and concrete
testing technician mu st be AC I certified or e quivalent.
Pavement Thickness Test.
I. Upon completion of the work and before final acceptance and final payment shall
be made , pavement thicknes s test shall be made by the CITY.
2. The number of te sts and location shall be at the discretion of the CITY , unless
otherwise specified in the s pecial provisions or on the plans .
3. The cost for the initial pavement thickness test shall be the expense of the CITY.
4. In the event a deficiency in the thicknes s of pavement is revealed during normal
testing operations, subsequent tests necessary to isolate the deficiency shall be at
the CONTRACTOR 'S expense.
5. The cost for additional coring test shall be at the same rate charged by commercial
laboratories .
6 . Where the average thickness of pavement in the area found to be deficient in
thickness payment shall be made at an adjusted price as specified in the following
table.
Deficiency in Thickness Proportional Part
Determined by Cores Of Contract Price
Inche s Allowed
0.00 -0.25 70 percent
7 . Any area of pavement found deficient in thickness by more than 0.25 inch shall be
evaluated by the City.
8. If, in the judgment of the City the area of such deficiency should not be removed
and replaced, there shall be no payment for the area retained.
9 . If, in the judgment of the City, the area of such deficiency warrants removal , the
a_rea shall be removed and replaced, at the CONTRACTOR 'S entire expense, with
concrete of the thickness s hown on the plans .
10 . No additional payment over the contract unit price shall be made for any pavement
of a thickness exceeding that required by the plans.
Pavement Strength Test.
J . During the prog ress of the work the CITY shall provide trained technicians to cast
test c y linders for conforming to ASTM C3 l , to maintain a check on the
compressive strengths of the concrete being placed.
2 . After the cylinders have been cast , they shall remain on the job site and then
transported , moist cured , and tested by the CITY in accordance with ASTM C3 I
and ASTM C39 .
3 . ln each set, one of the cylinders shall be tested at 7 days , two cylinders shall be
te sted at 28 days, and one c y linder s hall be held or tested at 56 days, if necessary.
C ITY OF FORT WO RT H [No rth Holl y WT P Pump Stati on Di schar ge Pipe Repl ace ment]
)Capital Project No _ 163 1] ST AN DARD CONSTR UCTI ON SPEC IFICAT ION DOCU MEN TS
Revi sed [04/0 1/20 11)
2
3
4
5
6
7
8
9
10
11
12
13
14
15
4.
5.
6.
321313-19
CONCRETE PA YING
Page 19 o f20
If the 28 day test results indicate deficient strength, the CONTRACTOR may, at its
option and expense, core the pavement in question and have the cores te sted by an
approved laboratory, in accordance with ASTM C42 and AC] 318 protocol , except
the average of a ll cores mu st meet I 00% of the minimum specified strength , with
no individual core resulting in less than 90% of design strength, to override the
results of the cylinder tests .
Cylinders and/or cores must meet minimum specified strength. 1f cylinders do not
meet minimum specified strength, additional cores shall be taken to identify the
limits of deficient concrete pavement at the expense of the CONTRACTOR .
Cylinders and/or cores mu st meet minimum specified strength . Pavement not
meeting the minimum specified strength shall be subject to the money penalties or
removal and placement at the CONTRACTOR'S expense as show in the following
table.
Percent Deficient Percent of Contract Price A II owed
Greater Than 0% -Not More Than I 0 % 90-percent
Greater Than I 0% -Not More Than 15 % SO-percent
Greater Than 15% 0-percent or removed and replaced a t the entire cost
and expense of CONTRACTOR as directed by
CITY
16 7. The amount of penalty s hall be deducted from payment due to CONTRACTOR;
17 such as penalty deducted is to defray the cost of extra maintenance .
18 8. The strength requirements for structures and other concrete work are not a ltered by
19 the special provision.
20 9. No additional payment over the contract unit price shall be made for any pavement
2 1 of strength exceeding that required by the plans and/or specifications.
22 E. Cracked Concrete Acceptance Policy.
23 I. ]f cracks exist in concrete pavement upon completion of the project, the Project
24 Inspector shall make a determinati o n as to the need for action to address the
25 cracking as to its cause and recommended remedial work.
26 2 . If the recommended remedial work is routing a nd sealing of the cracks to protect
27 the subgrade, the Inspector shall make the determination as to whether to rout and
28 !'ieal the cracks at the time of final inspection and acceptance or at any tim e prior to
29 the end of the project maintenance period . The CONTRACTOR shall perform the
30 routing and sealing work as directed by the Project Inspector, at no cost to the
31 CITY , regardless of the cause of the cracking.
32 3. ]f remedial work beyond routing and sealing is determined to be nece ssary, the
33 lnspector and the CONTRACTOR will attempt to agree on the cause of the
34 cracking. If agreement is reached that the cracking is due to deficient mat e rials o r
35 workmanship, the CONTRACTOR shall perform the remedial work a t no cost to
36 the CITY . Remedial work in this case shall be limited to removing and replacing
37 the deficient work with new material and workmanship that meets the requirements
38 of the contract.
CITY OF FORT WORTH
STANDARD CONSTR UCTION SPECIF ICATI ON DOCUMENTS
Revised [04 /0 I /2011)
[Nonh Ho ll y WTP Pump Stati on Di sc harge Pipe Replacemen t]
I Capital Project No. 163 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 13 13 • 20
CONCRETE PAV ING
Pa ge 20 of 20
4. If remedial work beyond routing and sea lin g is determined to be necessary, and the
Inspector and the CONTRACTOR agree th at the cause of the cracking is not
deficient materials or workmanship, the CITY may request the CONTRACTOR to
provide an estimate of the cost of the necessary remedial work and /or additional
work to a ddre ss the c a u se o f the cracking, and the CONTRACTOR will p erform
that work at the agreed-upon price if the CJTY e le cts to do so.
5. If remedial work is ne ce ssa ry, and the In spector and th e CONTRACTOR cannot
agree on the cause of the cracking, the C ITY may hire an independent geotechnical
engineer to perform testing and analysis to determine the cause of the cracking.
The contractor will escrow 50% of the proposed costs of the geotechn ic a l contract
with the CITY. The CONTRACTOR a nd the C ITY shall use the se rvices of a
geotechnical firm acceptable to both parties.
6 . If the geotechnical engineer determine s that the primary cause of the cracking is the
CONTRACTOR'S deficient material o r workmanship, the remedial work will be
performed at the CONTRACTOR'S entire expense and the CONTRACTOR will
also reimburse the CiiY for the balance of the cost of the geotechnical
investigation over and above the amount th at has previously been escrowed .
Remedial work in this case s hall be limited to removin g and replacin g the deficient
work with new material and workmanship that me e t s the requirem e nt s of the
contract.
7. If the geotechnical engineer determines th at the prim ary cause of the cracking is no t
the CONTRACTOR'S deficient material or workmanship, the CITY will return the
escrowed funds to the CONTRACTOR . The Contractor, on reque s t, will provide
the CITY an estimate of the costs of th e necessary remedial work and/or additional
work and will perform the work at th e agreed-upon price as directed by the CITY.
26 3.8 SYSTEM STARTUP !NOT USED)
27 3.9 ADJUSTING (NOT USED)
28 3.10 CLEANING (NOT USED]
29 3.11 CLOSEOUT ACTIVITIES (NOT USEDJ
3 0 3.12 PROTECTION !NOT USED)
3 1 3.13 MAINTENANCE (NOT USED]
32 3.14 ATTACHMENTS !NOT USED)
33 END OF SECTION
34
Revi sio n Log
DAT E NAME SUMMA RY OF CHANGE
35
[20 IO JA N 06)
CITY OF FORT WOR TH
ST A N DARO CO NSTR UCTI ON SPEC IFI CATI ON DO CU ME NTS
Revi se d 104 /0 1/20 11]
[No rth Holl y WTP Pump St ati on Di scharge Pipe Repla ce me nt]
I Capit al Pr oject No . 1631 J
32 13 20 -I
CONCRETE SIDEWALKS , DR!VEWA YS AND BARRIE R FREE RAMPS
Pa ge I of 4
I SECTION 32 13 20
2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
3 PART I -GENERAL
4 1.1 SUMMARY
5 A. Section lncludes
6 I . Concrete s id ewal k s
7 2. Driveways
8 3 . Barrier free ramps
9 B . Standard De tail
IO I. Typical Street Construction Details
11 C. Deviati o n s fr o m City of Fort Worth Standards
12 1. None
I 3 D . Related Specification Sections include but are not necessarily limited to
I 4 I . Section 32 13 13 -Concrete Paving
15 2. Section 32 13 73 -Concrete Paving Joint Sealants
16 1.2 PRICE AND PAYMENT PROCEDURES (NOT USEDJ
17 1 .3 REFERENCES
I 8 A . Abbreviation s and Acronyms
I 9 I. T AS -T exas Access ibility Standards
20 2. TDLR -Texas D e partment of Licensing and Regulation
2 1 B . Refere nce Standards
22 I . American Society for Testing and Materials (ASTM)
23 a . 0545 , Test Methods for Preformed Expansion Joint Fillers for Concrete
24 Con structi o n (Non-extruding and Resilient Types)
25 b. D698 , Test Meth ods for Laboratory Compaction Characteristics o f Soil Using
26 Standard Effort (12 ,400 ft-lbf/ft3)
27 1.4 ADMINISTRATIVE REQUIREMENTS (NOT USED]
28 1.5 SUBMITTALS (NOT USED]
29 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS
30 A. Mix De s ign : submit for a pproval. Section 32 13 13 .
3 I B . Product Dat a: s ubmit product data and sample for pre-cast detectable warning for
32 barrier free ramp.
CITY OF FORT WORTH
STANDARD CONSTRUCT ION SPECIF ICAT ION DOCUMENTS
Revi sed [04 /0 1/20 11]
[North Holly WTP Pump Stati on Di schar ge Pipe Replacement]
[Capit al Projec t No . 16 3 1]
32 13 20 -2
CONCRETE SIDEWALKS , DRIVEWAYS AND BARRIER FREE RAMPS
Page 2 of 4
1.7 CLOSEOUT SUBMITT ALS
2 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED]
3 1.9 QUALITY ASSURANCE [NOT USED]
4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
5 1.11 FIELD CONDITIONS
6 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13.
7 1.12 WARRANTY [NOT USED]
8 PART2-PRODUCTS
9 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
10 2.2 EQUIPMENT AND MATERIALS
11 A . Forms: wood or metal straight, free from warp and of a depth equal to the thickness of
12 the finished work.
13 B . Concrete: see Section 32 13 13.
14 1. Unless otherwise shown on the plans or detailed specifications, the standard class
15 for concrete sidewalks, driveways and barrier free ramps is shown in the following
16 table.
17 Standard Classes of Pavement Concrete
Class of Minimum 28 Day Min. Maximum Course
Concrete 1 Cementitious, Compressive Water/ Aggregate
Lb .I CY Strength2 Cementitious Maximum
psi Ratio Size,
inch
A 470 3000 0 .58 1-1 /2
18
19 C. Reinforcement : see Section 32 13 13.
20 I. Sidewalk , driveway and barrier free ramp reinforcing steel shall be #3 deformed
21 qars at I 8 inches on-center-both-ways at the center plane of all slabs.
22 D. Joint Filler.
23 1. Wood Filler: see Section 32 13 13 .
24 2. Pre-Molded Asphalt Board Filler:
25 a. Use only in areas where not practical for wood boards.
26 b. Pre-molded asphalt board filler: ASTM D545.
27 c. Install the required size an d uniform thickness and as specified in plans.
28 d . Include two liners of0.016 asphalt impregnated kraft paper filled with a mastic
29 mixture of asphalt and vegetable fiber and /or min era l filler.
30 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the plans.
CITY OF FO RT WORTH
STANDARD CONSTRUCT ION SPEC IFICAT ION DOCUMENT S
Revised !04 /01 /201 1]
[No rth Holl y WTP Pump Stati on Discharge Pipe Rep laceme nt)
I Ca pital Project No . 163 1 l
32 1320 -3
CONCRETE SIDEWALKS, DRrYEWAYS AND BARRIER FREE RAMPS
Page 3 of 4
2.3 ACCESSORIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL (NOT USED]
3 PART 3 -EXECUTION
4 3.1 INSTALLERS (NOT USED]
5 3.2 EXAMINATION (NOT USED]
6 3.3 PREPARATION
7 A. Surface Preparation
8 I . Excavation: Excavation required for the construction of sidewalks, driveways and
9 barrier free ramps shall be to the lines and grades as shown on the pl a n s or as
10 established by the CITY.
11 2. Fine Grading
12 a. The CONTRACTOR shall do all necessary filling, leveling and fine grading
I 3 required to bring the subgrade to the exact grades specified and compacted to at
14 least 90 percent of maximum density as determined by ASTM D698.
15 b . Moisture content shall be within minus 2 to plus 4 of optimum.
I 6 c . Any over-excavation shall be repaired to the satisfaction of the CITY.
17 3.4 INSTALLATION
I 8 A. General
I 9 I . Concrete sidewalks shall have a minimum thickness of 4 inches .
20
21
22
2. Sidewalks constructed in driveway approach sections shall have a minimum
thickness equal to that of driveway approach or as called for by plans and
specifications within the limits of the driveway approach.
23 3. Driveways s hall have a minimum thickness of 6 inches. Standard cross-slopes for
24 walks s hall be 2 percent max in accordance with current T AS/TDLR guidelines.
25 The construction o f the driveway approach s hall include the variable hei g ht radius
26 curb in accordance with the plans and details .
27 4. All p edestrian facilities shall comply with provisions ofTAS including location ,
28 slope, width , s hapes, texture and coloring. Pedestrian facilities installed by the
29 CONTRACTOR a nd not meeting TAS must be removed and replaced to meet TAS
30 (no separa te pay).
3 I B. Forms : Forms shall be securely staked to line and grade and maintained in a true
32 positi o n during the depositing of concrete.
33 C. Reinforcement : see Section 32 13 13.
34 D . Concrete Placement: see Section 32 13 13.
35 E. Fini s hing
36 I . Concrete si dewalks , driveways and ba rrier free ramps shall be fini s hed to a true ,
37 even s urface. They shall be troweled and then bru s hed transversely to obtain a
38 s m ooth uniform brush fini s h . Joint and s id es s hall be edged with s uitabl e tool s.
39 F. Joints
40
41
I. Expansion joints for sidewalks, driveways and barrier free ramps s hall be formed
usin g redwood .
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS
Revised [04 /01 /20 11]
l}Jorth Ho lly WTP Pump St ati on Di scharge Pipe Rep lace ment]
!C apit a l Project No. 163 1 J
32 13 20 -4
CONC RET E S ID EWALKS , DRIV EW AYS AN D BARR IER FR EE RAMPS
Pag e 4 of 4
2 . Ex p a n sio n joints sh a ll be p la c e d at 4 0 foot int erva ls fo r 4 foot w id e s id ewalk a nd 50
2 foo t in terva ls fo r 5 foot w ide and g reate r sid ewalk .
3 3. Ex p a n s io n j o ints sh a ll al so be pl a ced a t all int e r sec ti o n s, s id ewa lk s w ith c o ncre te
4 d ri veways, curbs, formati o n s , oth e r s id ewa lk s a nd other a dj a c e nt o ld c o ncrete work .
5 S imil ar m at e rial sha ll be pl a ced around a ll o b stru c ti o ns protruding into o r thro u gh
6 sidewa lk s o r dri veways .
7 4 . All exp a n sion joint s s h a ll be 1/2 in c h in t hic kn ess .
8 5. Edges of a ll c o nstructi o n and exp a ns io n j oi nt s a nd oute r e d ges o f a ll s id ewa lk s s h a ll
9 be fin is h e d t o a pprox im a tely a 1/2 in c h ra d ius w ith a suitabl e fini s hin g too l.
IO 6 . S id ewa lk s s hall be marked at interva ls e qu a l to the width o f th e walk w ith a
I I m a rkin g t oo l.
12 7 . Wh e n s id e walk is again st the curb, ex p a n s io n joints sh a ll m a tch th ose in th e c urb .
13 G . Barri e r Free R a mp
14 I . Furni sh a nd in stall brick red col o r pre-cast d e tect a bl e w a rnin g D o me-Tile,
15 m a nu fa ctured by StrongGo Indu stri es or a pprov ed e qu a l by th e CITY .
I 6 2 . D et ectable w a rning surface sha ll b e a minimum of 2 4-inch in d e pth in th e direction
I 7 of p e destri a n travel , and e x t e nd to a minimum o f 4 8-inc h al o n g th e c urb ra mp o r
18 la ndin g w here the ped estri a n acc ess route e nte r s the street.
19 3. L ocate d e te cta ble w arning s urfac e so th a t t he e d ge n ea rest th e curb line is a
20 minimum o f 6-inch a nd max imum of 8-in c h fr o m th e ex te n s io n o f th e fac e o f th e
2 1 c urb .
22 4. D e te cta bl e warning Dome -Til e s urface m ay be curved al o n g th e c o mer ra diu s .
23 5 . In s t a ll d e te cta bl e w arning s urface accord in g to m anu fac ture r 's in stru c ti o n s.
24 3 .5 IREPAIR]/!RESTORATION] !NOT USED]
25 3.6 RE-INSTALLATION !NOT USED]
26 3.7 FIELD QUALITY CONTROL !NOT USED]
27 3.8 SYSTEM STARTUP !NOT USED]
2 8 3.9 ADJUSTING !NOT USED]
29 3.10 CLEANING !NOT USED]
3 0 3.11 CLOSEOUT ACTIVITIES !NOT USED)
3 1 3.12 PROTECTION !NOT USED]
32 3.13 MAINTENANCE !NOT USED]
33 3.14 ATTACHMENTS !NOT USED]END OF SECTION
34
Rev is io n Log
DA TE NA ME
[20 I O JAN 06 ]
C ITY OF FORT WO RTH
STAN DAR D CONS TR UC TI ON SPEC IF ICA TI ON DOCU ME NTS
Revi sed [04/0 1/2 01 1]
SUM MAR Y O F C HAN GE
-
[No nh Holl y WTP Pu mp Slatio n Disc harge Pipe Rep lace menl ]
[Capi tal Projec t No. 163 1]
32 13 73 -I
C ONC RETE P A VIN G JOINT S EAL ANTS
Pag e I o f 4
I SECTION 32 13 73
2 CONCRETE PAVING JOINT SEA LANTS
3 P ARTI-GEN E RAL
4 1.1 SUMM ARY
5 A. Secti o n Includ es
6 I . S p ec ifi cati o n fo r si li cone j oi nt sealin g for con c r e te p ave m e nt a nd c ur bs .
7 B . St a nd a rd De ta il
8 I . Typi ca l Street Construc ti o n D et a il s
9 C . D ev ia ti o ns fro m C ity of Fort W o rth Sta nd a rd s
I O I . Non e
I I D . R e la te d Spec ifi cati o n Se cti o n s include but a re not n ecessaril y limite d to
I 2 I. Secti o n 32 13 13 -Con c r et e P avi n g.
13 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
14 1.3 RE FEREN CES
I 5 A. Refere nce St a nd a rd s
I 6 I . ASTM Int e rn a ti o na l (A S T M ):
I 7 a. D 5 893 , S t a n da rd S p ec ifi cati o n fo r C o ld A ppl ie d , Si n g le Com p o ne nt,
I 8 C he mi ca ll y C urin g S ili cone J o int S eala nt fo r P o rtl a nd Cem e nt Con c r et e
19 P avement s
20 1.4 ADMIN I STRATIVE REQUIREMENTS [NOT USED)
2 1 1.5 A CTION SU BMITT AL S [NOT USED]
22 1.6 A CTION SU BMITT ALS/INFORMA TIONAL SUBMITT AL S
23 A . T e st an d Eva luati o n Re p o rt s
24 I . P ri o r to in st a ll a ti o n , furni s h certifi cati o n by a n ind e p e nde nt t est ing la boratory th a t
25 th e s ili con e j o int se al a nt m eet s th e re quire m e nt s of th is Secti o n .
26 2. S ubm it ve rifi a bl e doc ume nta ti o n th a t the m a nu factu r er o f th e s ili cone j o int sea la nt
27 s h a ll have a minimum two-year d e m o n strat e d , d ocum e nt e d s uccessfu l fi e ld
28 perform a nc e w ith conc re te p ave ment s ilicon e j o int sea la nt syste m s.
29 1.7 CLO SE OUT SUBMITTALS (NOT USED]
30 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED]
3 I 1.9 QUALITY ASSURANCE [NOT USED]
32 1.10 DELIVERY, STORAGE, AND HANDLING INOT USED)
33 1.11 FIELD CONDITIONS
34 A. Do n ot a ppl y j o int sea la nt w he n th e a ir a nd p a v e m e nt te mp erature is les s th a n 3 5°F
C ITY O F FORT WORTH
STAN DAR D CONSTRUCTION S PEC IFI CAT ION DOCUMENTS
Rev ise d 104 /0 1/20 11 ]
[Nonh Ho ll y WTP Pump Stat io n Di sc harg e Pip e Rep lace me nt]
!Capita l Project No . 163 1 J
321373-2
CONCRETE PAVING JOINT SEALANTS
Page 2 o f 4
B. Concrete s urface mu st be clean , dry and frost free.
2 C. Do no t place sea lan t in an ex p a n sio n-type joint if surface temperature is below 35°F or
3 a bove 90 °F .
4 1.12 WARRANTY !NOT USED]
5 PART2-PRODUCTS
6 2.1 OWNER FURNISHED PRODUCTS !NOT USED]
7 2.2 MATERIALS & EQUIPMENT
8 A. Mate rials
9 I . J o int Sealant: ASTM 05893.
10 2 . J o int Filler, Backer Rod and Breaker Tape
11 a. The joint filler sop s hall be of a closed cell expanded polyethylene foam backer
12 rod and polyethylene bond breaker tape of sufficient size to provide a tight seal .
13 b. The back rod and breaker tape shall be installed in the saw-cut joint to prevent
14 the j o int sealant from flowing to the bottom of the joint.
15 c . The backer rod and breaker tape s hall be compatible with the silicone joint
16 sea lant and no bond o r reaction shall occur between them .
17 2.3 ACCESSORIES !NOT USED]
18 2.4 SOURCE QUALITY CONTROL [NOT USED]
19 PART 3 -EXECUTION
20 3.1 INSTALLERS !NOT USED]
21 3.2 EXAMINATION !NOT USED]
22 3.3 PREPARATION [NOT USED]
23 3.4 INSTALLATION
24 A. General .
25 I. The silicone sealant shall be cold applied.
26 2. Allow concrete to cure for a minimum of 7 days to ensure that the it ha s sufficient
27 strength pri or to sea ling j o ints .
28 3. Pe rform joint reservoir sa w cutting, cleaning, bond breaker installation , and joi11t
29 sea lant placement in a continuous sequence of operations.
' 30 4. See plans for the various joint details with their respective dimensions.
31 B. Equipment
32 I. The CONTRACTOR shall provide all necessary equipment and keep equipment in
33 a satisfactory working c o ndition .
34 2. Equipment s hall be in s pected by the OWNER prior to the beginning of the work.
35 3. Th e minimum require ments for construction equipment shall be as follows:
C IT Y OF FORT WORTH
STANDARD CONSTRUCTION SPEC JFIC A T ION DOCUMENTS
Re vi se d [04 /0 1120 11]
[N o rth Hol ly WTP Pump Stati o n Di sch arge P ipe Rep laceme nt]
[Capit a l Projec t No . 1631)
321373-3
C O NCRETE PA YfNG J O INT SEALANTS
Pag e 3 o f 4
I a . Concrete Saw. The sawing equipment sh a ll be adequate in size and power to
2 complete the joint sawing to the required dimensions.
3 b. Air Compressors. The delivered compressed air shall have a pressure in excess
4 of 90 psi and shall be suitable for the removal of all free water a nd oil from the
5 compressed air.
6 c . Extrusion Pump. The output shall be capable of supplying a s ufficient volume
7 of sealant to the joint.
8 d. Injection Tool. This mechanical device shall apply the sealant uniformly into
9 the joint.
IO e . Sandblaster. The design shall be for commercial use with air compressors as
I I s pecified in this Section .
I 2 f. Backer Rod Roller and Too ling Instrument. These devices shall be clean and
13 free of contamination . They shall be compatible with the joint depth and width
14 requirements.
15 C. Sawing Joint s: se e Section 32 I 3 I 3.
16 D. Cleaningjoints
17 I . Dry s aw in o ne direction with reverse cutting blade then sand blast.
18 2. Use compressed air to remove the resulting dust from the joint.
19 3. Sandblast joints after complete drying.
20 a. Attach nozzle to a mechanical aiming device so that the sand blast will be
21 directed at an angle of 45 degrees and at a distance of I to 2 inches from the
22 face of the joint.
23 b. Sandblast both joint faces sandblasted in separate, one directional passes .
24 c. When sandblasting is complete, blow-out using compressed air.
25 d . The blow tube shall fit into the joints .
26 4 . Check the bl o wn joint for residual dust or other contamination .
27 a. If an y dust or contamination is found, repeat sandblasting and blowing until the
28 joint is cleaned.
29 b. Do n o t u se so lvents to remove s tains and contam in ation .
30 5. Place the bond breaker and sealant in the joint immediately upon cleanin g .
3 I 6 . Bond Brea ker Rod and Tape: in stall in the cleaned joint prior to the application of
32 the joint se a la nt.
33 7. bo not leave open, cleaned joints unsealed overnight.
34 E . Joint Sea lant
35 I . Apply the j o int sealant upon placement of the bond breaker rod and tape, using the
36 mech a nic a l injection tool.
3 7 2. Do not seal joints unless they are clean and dry.
38 3. Remove a nd discard excess sealant left on the pavement surface.
39 a. Do no t excess use to seal the joints.
40 4 . The pav e ment surface shall pre sent a clean final condition as determined by CITY .
41 5. Do not allow traffic on the fre s h sealant until it becomes tack-free .
42 F. Approval of Joints
43 I. The CITY may request a repre s entative of the s ealant manufacturer to be present at
44 the job s ite at the beginning of the final cleaning and sealing of joints.
C IT Y OF FORT WORTH
STAN DARD CON STR UCT ION S PEC JF IC AT IO N DOCU M EN TS
Revi sed [04 /0 1/20 11]
[N orth Holl y WTP Pump Stati on Disch ar ge Pipe Re placement)
!Capit al Project N o. 163 1)
32 13 73 -4
CONCRETE PA VING JOINT SEA LA NTS
Page 4 o f 4
2
3
4
a. The repre sentative shall demonstrate to the CONTRACTOR a nd the CITY the
acceptable m e thod fo r sea lant in sta ll ati on.
b. T he r e presentative sha ll approve the clean , dry joints before the sea ling
o perati on commences.
5 3.5 [REPAIR]/[RESTORA TION] [NOT USED]
6 3.6 RE-INSTALLATION (N OT USED]
7 3.7 FIELD QUALITY CONTROL [NOT USED]
8 3.8 SYSTEM STARTUP (NOT USED]
9 3.9 ADJUSTING (NOT USED]
10 3.10 CLEANING (NOT USED]
11 3.11 CLOSEOUT ACTIVITIES (NOT USED]
12 3.12 PROTECTION (NOT USED]
13 3.13 MAINTENANCE (NOT USED]
14 3.14 ATTACHMENTS (NOT USED]
15 END OF SECTION
16
Revi sio n Lo g
DATE NAME SUMMARY OF CHANGE
17
[20 10 JAN 06)
C ITY OF FORT WORTH
STAN DARD CONSTRUCT ION SPECIF ICATI ON DOCUMENTS
Revi sed [04 /01 /20 11}
[No rth Ho lly WTP Pump Station Disc harg e Pipe Replacem ent]
I Ca pit al Projec t No . 163 1 J
32 16 13 - l
CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS
SECTION 32 16 13 I
2 CONCRETE CU RB AND GUTTERS AND VALLEY GUTTERS
3
4 PARTl-GENERAL
5 l.1 SUMMARY
6 A . Section Includes
7 I . Concrete Curbs and Gutters
8 2. Concrete V a lle y Gutters
9 B. Standard Deta il
IO I . Typical Street Construction Details
11 C. Deviations from City of Fort Worth Standards
12 I. None
13 D . Rel ated Specification Sections include but are not nec essa rily limited to
14 I . Section 32 13 13 -Concrete Paving
15 2. Section 32 13 73 -Concrete Paving Joint Sealants
16 l.2 PRICE AND PAYMENT PROCEDURES !NOT USED]
17 l.3 REFERENCES !NOT USED]
18 1.4 ADMINISTRATIVE REQUIREMENTS !NOT USED]
19 l.5 ACTION SUBMITTALS !NOT USED]
20 l.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS !NOT USED]
2 1 1.7 CLOSEOUT SUBMITTALS !NOT USED]
22 l.8 MAINTENANCE MATERIAL SUBMITTLAS !NOT USED]
23 l.9 QUALITY ASSURANCE !NOT USED]
24 1.10 DELIVERY, STORAGE, AND HANDLING !NOT USED]
25 1.11 FIELD CONDITIONS
26 A. Weather Conditions : see Section 32 13 13 .
Page l o f 4
C IT Y O F FORT WORTH
STANDARD CONSTRUCTION SPEC IFICAT ION DOCUMENTS
Revised 104 /0 1/201 l ]
!'Nort h Holly WTP Pump Stati o n Discharge Pipe Rep lacemen t]
[Capital Project No. 1631]
32 16 13 -2
CONCRETE CURB AND GUTTERS AN D VALLEY GUTTERS
Page 2 of 4
1.12 WARRANTY [NOT USED]
2 PART2-PRODUCTS
3 2.1 OWNER FURNISHED PRODUCTS [NOT USED]
4 2.2 EQUIPMENT AND MATERIALS
5 A. Forms: seeSection321313.
6 B . Concrete: see Section 32 13 13 .
7 C. Reinforcement: see Section 32 13 13.
8 D . Joint Filler.
9 I. Wood Filler: see Section 32 13 13.
2. Pre-Molded Asphalt Board Filler:
a. Use only in areas where not practical for wood boards.
b . Pre-molded asphalt board filler: ASTM D545 .
c. Install the required size and uniform thickness and as specified in plans .
10
11
12
13
14
15
d. lnclude two liners of 0 .016 asphalt impregnated kraft paper filled with a mastic
mixture of asphalt and vegetable fiber and/or mineral filler.
16 E . Expansion Joint Sealant: see Section 32 13 73.
17 2.3 ACCESSORIES !NOT USED}
18 2.4 SOURCE QUALITY CONTROL [NOT USED}
19 PART 3-EXECUTION
20 3.1 INSTALLERS INOT USED]
21 3.2 EXAMINATION [NOT USED]
22 3.3 PREPARATION INOT USED]
23 3.4 INSTALLATION
24 A. Fom1s
25 1. Extend forms the full depth of concrete .
26 2. Wood forms: minimum of 1-1 /2 inches in thickness .
27 3 . Metal Forms: a gauge that shall provide equivalent rigidity and strength.
28 4. Use acceptable wood or metal forms for curves with a radius of les s than 250 feet.
· 29 5. All forms s howing a deviation of 1/8 inch in 10 feet from a straight line s hall be
30 rejected .
31 B . R e inforcin g Steel.
32 I. Pl a ce all necessary reinforcement for CITY approval prior to d e pos iting concrete.
33 2. All steel must be free from paint and o il a nd all loose scale, rust , di1t and other
34 foreign s ub stances .
C ITY OF FORT WORTH
STANDARD CONSTRUCT ION SPEC IFICATION DOCUMENTS
Revi sed 104 /01 /20 I I]
[Nort h Holl y WTP Pump Stati on Discharge Pipe Rep la ceme nt]
l Capi tal Project No . 163 1]
32 16 13 -3
CO NCRETE CU RB AND G UTTERS A N D VALL E Y G UTTE RS
Pa ge 3 o f 4
3. R e m ove fo re ig n s u bsta n ces fr om s te e l before p laci n g .
2 4. Wire a ll bars a t th ei r int e r secti o n s a nd at a ll la p s or s pl ices .
3 5 . L a p a ll b a r s p l ices a minimum o f 2 0 di a m et e rs o f th e bar o r 12 inches , w hi c h ever is
4 g reate r.
5 C. Con c ret e Pl acement
6
7
8
9
JO
II
12
13
14
15
16
17
18
19
20
2 1
22
2 3
24
25
26
27
28
29
3 0
3 1
32
33
34
3 5
36
37
3 8
39
40
41
42
43
44
4 5
46
I . D e p os it con c re te to mai nt a in a h o ri zont a l s urface.
2 . W o rk con c re te int o a ll s paces a nd around a ny re in fo rcem e nt t o fo rm a d e n s e m ass
fr ee from vo id s .
3 . W o rk coar se aggregate away fr o m co nt act w ith th e fo rm s
4 . H a nd-L a id Con c re te -C urb a nd g utte r.
a. S h a p e a n d com p ac t s ub grad e to th e lin es, grad es a nd c ro ss secti o n s h own o n th e
pl ans.
b. Li g htl y sprinkl e s ub grad e m a te ri a l imm ed ia t e ly before c o ncre te pl a c e m e nt.
c. D e posi t con c ret e into fo rm s .
d . S trik e off w it h a te mpl at e 1/4 t o 3/8 in c h Jess th a n the dime n s io n s o f th e
fini s h e d curb unl ess o th e r.v ise a pproved .
5. M ach in e -La id Con c re te -C urb a nd G utte r.
a. H a nd-tam p a nd s prinkl e s ub g rad e m a te ri a l b efore concre te pl a c e m e nt.
b . Pro v id e c lea n su rfaces fo r c o n c re te pl ace m e nt .
c . Pl ace th e con c rete w ith a pproved se lf -p ro pe ll e d e qu ipment .
I ) T h e fo rm in g tu be o f the e x tru s io n mach ine o r the form o fth e s lipfo rm
m ac hin e mu s t e a s ily be adju s ta ble verti ca ll y durin g the forward m o ti o n o f
th e mac h ine to p rovi d e variab le h e ig hts n ecessary to con fo rm to th e
e s ta bli sh e d gra d e lin e .
d . A tt ach a poi n te r o r gau ge to th e m a ch in e so th a t a continu a l c o mpa ri son ca n b e
m a d e be twee n th e ex trud ed o r s lipfo rm work a nd th e g rad e g uid e lin e.
e. Bru s h fin is h su rfaces imme di a te ly a ft er extru s ion o r s lip fo rmin g.
6 . H a nd -La id Con c re te -Concre te V a ll ey G utt e r : see Secti o n 3 2 13 13 .
7 . Ex p a n s io n j o int s
a. Pl ace ex pa n s io n jo int s in th e c urb a nd g utt e r a t 200-foo t inte rv a ls a nd a t
int e r sec ti o n re turn s a nd o ther ri g id s tru c t ures .
b . Pl ace too le d joint s at I 5-foot int e r.1 a ls o r m a tc hin g a butting s id ewa lk joints a nd
p ave m e nt jo ints to a d e pth o f I 1/2 inch es.
c . Pl a c e ex pa n s io n jo int s at a ll int e r se cti o n s w ith conc rete driveways, curbs ,
buildin gs a nd o th e r c urb a nd g utt e rs .
d . M a k e ex pa n s io n jo int s n o less th a n 1/2 in c h in thi c kn ess , exte ndin g th e full
d e pth o f th e co ncre te.
e. M a k e e xpa n s io n j o int s pe rp e ndi c ul a r a nd at ri g ht a n g les to the fa ce of th e c urb .
f. Neatl y tr im a ny ex pa n s io n m a t e ri a l e x te n d in g a b ove th e fini s h e d t o th e s urfa c e
of th e fini s h e d work .
g. Make ex pa n s ion joint s in th e c urb and g utt e r co in c id e with th e c o ncre te
ex p a n s io n j o int s.
h. Lo n g itudin a l d owe ls ac ro ss th e e x pan s io n joints in th e c urb a nd g utt e r A re
re quire d .
1. ln s tall 3 No. 4 ro und , s m ooth bars, 2 4 in c h es in le n g th , fo r d owe ls a t each
ex p a n s io n join t.
C IT Y O F FO RT WO RTH
STANDARD CO NS TR UCT ION SPECIFl CATl ON DOCUMENTS
Re vi se d !04 /01/20 11]
[N orth Holl y WTP Pump Stati on Di sc harge Pipe Re pl ac em ent]
!Capi ta l Proj ect No . 163 1)
32 16 13 -4
CONCRETE CURB AND GUTTE RS AND VALLE Y GUTTERS
Page 4 of 4
l
2
3
J. Coat 1/2 o f the d owe l w ith a b o nd breaker a nd t e rmin ate w ith a dow el cap that
prov id es a m inimu m of I inch fre e ex pa n s io n .
k . Suppo r dowe ls by a n app rov ed m e th od.
4 D . C urin g : see Se c ti o n 3 2 I 3 13.
5 3.5 (REPAIR)/(RESTORA TIONJ [NOT USED}
6 3.6 RE-INSTALLATION (NOT USED}
7 3.7 FIELD QUALITY CONTROL (NOT USED]
8 3.8 SYSTEM STARTUP [NOT USED]
9 3.9 ADJUSTING [NOT USED)
10 3.10 CLEANING [NOT USED]
11 3.11 CLOSEOUT ACTIVITIES [NOT USED]
12 3.12 PROTECTION [NOT USED)
13 3.13 MAINTENANCE [NOT USED]
14 3.14 ATTACHMENTS [NOT USED)
15 END OF SECTION
16
Revi s io n L og
DA TE NAM E SUMM ARY OF CHAN GE
17
[20 10 JAN 06]
CITY OF FO RT WORTH
STAN DARD CONSTRUCTI ON SPEC IFICATION DOCUMENTS
Revi sed 104 /01/201 1]
[No rt h Holl y WTP Pump Statio n Di sc harge Pi pe Rep laceme nt]
[Cap it al Projec t No . 163 1]
32 3 1 13 -I
C HAIN LINK FENCES AND GATES
Page I of 6
SECTION 32 3113
2 CHAIN LINK FENCES AND GA TES
3 PARTI-GENERAL
4 I.I SUMMARY
S A . S ection Includes
6 1. Galvanized coated chain link (non-security) fencing and accessor ies in accord a nce
7 with th e CITY's Zoning Ordinance .
8 B . Deviations from City of Fort W o rth Standards
9 1. None
IO 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
11 1.3 REFERENCES
12 A. Reference Standards
13 I. Reference st and a rds cited in thi s s pec ifica ti on refer to the current reference standard
14 published at the time o f th e latest revis io n d ate logged a t th e en d of thi s
I 5 s pecification , unless a date is spec ifi ca ll y cited.
16 2. American Soci ety for Testing and Materials (ASTM):
17 a . A 36, Standard Specification for Carbon Struc tural Steel
18 b. A 121 , Standard Specification for Metallic-Coated Carbon S teel Barbed Wire
19 c. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatin gs on Iro n
20 a nd Steel P rodu c t s
2 1 d . A 392, Standard Specification for Zinc-Coated Stee l Cha in -Li nk Fence Fabric
22 e. A 500, Standard S pecificati o n for Cold-Forrned Welded and Seam less Carbon
23 Steel Structural Tubin g in R o und s and Shapes
24 f. F 626, Standard Specification for Fence Fittings
25 g . F I 043 , Standard Specification for Strength and Protective Coat in gs o n St ee l
26 Indu strial Chain Link Fence Framework
27 h. F I 083 , Standard Specification for Pipe , Stee l, H ot-Dippe d Z in c-Coa ted
28 (Galvanized) Welded , for Fence Structures
29 3. F 1183 , Specification for Aluminum Alloy C hai n Link Fence Fabric
30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED)
31 1.5 ACTION SUBMITT ALS
32 A . Shop drawings: Layout of fences a nd gates with dimensions, detail s, and fini sh es of
33 compo ne nts , a ccessor ies a nd post fo undati o n s ifre qu est ed by th e CITY.
34 B . Produ c t data: M a nu fac ture r 's cata log cuts indicatin g material compli a nce a nd spec ifi e d
35 options .
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revi sed [04 /0 I /20 I I J
[N orth Holly WTP Pump Station Di scharge Pipe Replacement]
[Capital Project No . I 631 J
323113-2
CHAIN LI N K FENCE S AND GATES
Pag e 2 of 6
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS !NOT USED]
2 1.7 CLOSEOUT SUBMITTALS (NOT USED]
3 1.8 MAINTENANCE MATERIAL SUBMITTLAS !NOT USED]
4 1.9 QUALITY ASSURANCE [NOT USED)
5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
6 Lll FIELD (SITE) CONDITIONS [NOT USED]
7 1.12 WARRANTY (NOT USED)
8 PART2-PRODUCTS
9 2.1 OWNER-FURNISHED (NOT USED)
10 2.2 MANUFACTURED UNITS/MATERIALS
11 A. Manufacturer
12 1. Minimum of five years experience manufacturing galvanized coated chain link
13 fencing.
14 2 . Approved Manufacturer or equal:
15 a. Allied Fence, Inc .
16 b . American Fence Corp.
17 c. Anchor Fence, Inc.
18 d . Master Halco, Inc .
19 B. Materials
20 1. General
21 a . Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire shall
22 be of steel.
23 b. Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands and
24 other parts shall be of steel, malleable iron , ductile iron or equal
25 c. Post tops, rail end , ties and clips may be of aluminum .
26 d. Use only new material, or salvaged/existing material if approved by CITY or
27 noted on plans.
28 2 . Steel Fabric
29 a . Fabric
30 I) No. 9 gauge
31 2) 2-inch mesh
32 a) Commercial: both top and bottom selvages twisted and barged
33 Residential : match existing or both top and bottom selvages knuckled
34 b) Furnish one-piece fabric widths .
35 b . Fabric Finish: Galvanized, ASTM A 392 , Class I, with not Jess than 1.2 oz.
· 36 zinc per square foot of surface.
37 3. Aluminum Fabric
38 a . Fabric
39 I) ASTM F 1183
40 2) No . 9 gauge
41 3) 2-inch mesh , with both top and bottom selvages twisted and barged .
42 4) Furnish one-piece fabric widths.
C ITY OF FORT WORTH
STANDARD CONSTRUCTI ON SPEC IFI CA TI ON DOCU MEN TS
Revi sed J04 /0 l /20 1 l )
[No rth Ho ll y WTP Pump Stati on Disc harge Pipe Repla ce ment)
JCa pit al Pr oject No. 163 1]
I
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
3 6
37
38
39
40
4 l
42
43
44
45
46
4 7
48
49
32 3 1 13 - 3
CHAIN LINK FEN CES AND GA TES
Page 3 o f 6
4. Steel Framing
a. Steel pipe -Type I:
1) ASTM F 1083
2) standard weight schedule 40
3) minimum yield strength: 30,000 psi
4) sizes as indicated
5) Hot-dipped galvanized with minimum average 1.8 ozlft2 of coated surface
area.
b. Steel pipe -Type II :
J) ASTM F 1043 , Group IC
2) Minimum yield strength : 50,000 psi
3) Sizes as indicated on plans
4) Protective coating per ASTM F 1043
a) External coating Type B
(I) zinc with organic overcoat
(2) 0.9 ozJft2 minimum zinc coating with chromate conversion coating
and verifiable polymer film .
b) Internal coating Type B
(I) minimum 0 .9 ozJft 2 zinc or Type D , zinc pigmented, 81 %
nominal coating, minimum 3 mils
c. Fonned steel ("C") sections:
I) Roll fonned steel shapes complying with ASTM F 1043, Group II
2) Minimum yield strength: 45 ,000 psi (310 MPa)
3) Sizes as indicated on plans
4) External coating per ASTM F I 043 , Type A
a) minimum average 2.0 ozJft 2 of zinc per ASTM A 123 ==
d . Steel square sections
I) ASTM A 500 , Grade B
2) Minimum yield strength: 40 ,000 psi
3) Sizes as indicated on plans
4) Hot-dipped galvanized with minimum 1.8 ozJft2 of coated surface area .
5. Accessories
a. Chain link fence accessories
I) ASTM F 626
2) Provide items required to complete fence system.
3) Galvanize each ferrous metal item and fini s h to match framing .
b. Post caps
I) Formed steel or cast malleable iron weather tight closure cap for tubular
posts .
2) Provide one cap for each post.
3) Cap to have provision for barbed wire when necessary .
4) "C " shaped line post without top rail or barbed wire supporting anns do not
require post caps.
5) Where top rail is used , provide tops to permit passage of top rail.
c. Top rail and rail ends
I) I 5/8 inch diameter galvanized round pipe for horizontal railing.
2) Pre ss ed steel per ASTM F626
3) for connection of rail and brace to terminal posts.
d. Top rail s leeve s
C IT Y O F FO RT WORT H
ST AN D A RD CON STR UCT l ON SPEC I FICA T ION DOCUMENT S
Re \'ised [04 /0 1/20 11 ]
[North Ho ll y WTP Pump Stati o n Di sc harge Pipe Re pl ac ement]
[Cap ita l Project No. 1631 J
323!13-4
C HA IN U N K FEN CES A N D GA TES
Page 4 of 6
2
1) 7-inch expansion sleeve with a minimum 0 .13 7 inch wire diameter and 1.80
inch length spring, allowing for expansion and contraction of top rail.
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
e . Wire ti e s
I) 9 gauge galvanized steel wire for attachment of fabric to line posts.
2) D o uble wrap 13 gauge for rails and braces.
3) H og ring ties of 12-1 /2 gauge for attachment
f. Brace a nd tens ion (stretcher bar) bands
I) Pressed steel
2) Minimum 300 degree profile curvature for secure fence post attachment.
3) At s quare post provide tension bar clips.
g. Tension (stretcher) bars :
I) One piece lengths equal to 2 inches less than full height of fabric
2) Minimum cross-section of 3/16 inch x 3 /4 inch .
3) Provide tension (stretcher) bars where chain link fabric meets terminal
posts .
h . Tension wire
I) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire
2) tensile strength: 75 ,000 psi
1. Truss rods & tightener
I) Steel rods with minimum diameter of 5/16 inch
2) Capable of withstanding a tension of minimum 2,000 lbs.
J. Nuts and bolts are galvanized
6. Setting Materials
a . Concrete :
I) Minimum 28 day compressive strength of 3 ,000 psi
2) Bagg ed Concrete allowed.
b . Drive Anchors
I) Galvanized angles
2 ) ASTM A 36 steel
3) I inch x I inch x 30 inch galvanized shoe cl a mps to secure angles to posts .
31 2.3 ACCESSORJES (NOT USED]
32 2.4 SOURCE QUALJTY CONTROL [NOT USED)
33 PART 3 -EXECUTION
34 3.1 INSTALLERS (NOT USED]
35 3.2 EXAMINATION
36 A. Verification of Conditions
37 1. Verify areas to receive fencing are completed to final grades and elevations.
38 2. Ensure property lines and legal boundaries of work are clearly established
39 3.3 PREPARATION [NOT USED]
40 3.4 INSTALLATION
41 A. Chain Link Fence Framing
42 I . Locate terminal pos t at each fence termination and change in horizontal or vertical
43 direction o f 3 0 deg rees or more.
C ITY OF FORT WO RTH
STAN D AR D CONSTRUCTI ON SPEC I FICATION DOCU M EN T S
Re vi sed (04 /0 1/20 11)
!No rth Ho ll y WTP Pump Stati on Di sc har ge Pip e Repla cernent]
[Capital Project No. 16 3 1)
I
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
32 3 1 13 -5
C HA IN U NK FENCES AND GATES
Pa ge 5 o f 6
2. Space line posts uniformly at 10 feet on center.
3 . Set all posts in concrete
a. Drill holes in firm , undisturbed or compacted soil.
b. Drill hole diameter 4 times greater than o ut side dim ension of post.
c . Set post bottom 24 inches below s urface when in firm , undi sturbed so il.
d. Excavate deeper as required for adequate support in soft and loose so ils , and for
posts with heavy lateral loads.
e. Place concrete around posts in a continuous pour. Trowel fini sh aro und post.
Slope to direct water away from po sts .
4. Check each post for vertical and top alignment, and maintain in po si tion during
placement a nd finishing o perations.
5. Bracing
a. In sta ll horizontal pipe brace at mid-height for fences 6 feet a nd taller, o n each
s ide of terminal posts .
b . Firmly attach with fittings.
c. In stall diagonal truss rods at these points .
d. Adjust truss rod, ensuring posts remain plumb .
6. Tension wire
a . Provide tension wire at bottom of fabric and at top, if to p rail is not spec ified .
b . In stall tension wire before stretching fabric and attach to each post with ties .
c . Secure tension wire to fabric with 12-1 /2 gauge hog rings 24 inch es o n center.
7. Top rail
a . Install lengths, 21 feet.
b . Connect joints with sleeves for rigid connecti o ns for expansion/contra cti o n.
8 . Center Rails for fabric height 12 feet and tall e r.
a. In stall mid rails between po s ts with fittings a nd acce ssorie s.
9 . Bottom Rail s: Install bottom rails benveen post s with fittings and accessori es.
28 B . Chain Link Fabric In s tall a tion
29 1. Fabric
30 a. Install fabric on security s ide and attach so that fabric re m ains in te nsion a fter
3 1 pulling force is released.
32 b. Leave approximately 2 inches benvee n fini s h grade a nd bo tt o m selvage .
33 c . Attach fabric with wire ties to line po s ts at 15 inches o n center and to rail s ,
34 braces, and tension wire at 24 inches on center.
35 2. Tension (stretcher) bars
36 a. Pull fabric taut .
37 b . Thread tension bar through fabric and attach to term in a l posts with bands o r
38 clips spaced maximum of 15 inches on center.
39 C. Accessories
40 I . Tie wires: Bend ends of wire to minimize ha zard to persons and clothing .
41 2. Fasteners: Install nuts on side of fence opposite fabric side for adde d security .
42 3. Slats : In stall slats in accordance with manufacturer 's instructions.
C IT Y OF FORT WORTH
STAN DAR D CON STRU CTION SPECIFICATION DO CU MENTS
Revi se d [04 /0 I/20 11)
!North Ho ll y WTP Pump St at io n Discharge Pipe Replacement]
[Cap it a l Project No. 163 1)
3.5 (REPAIR)/(RESTORA TION] (NOT USED)
2 3 .6 RE-INSTALLATION (NOT USED)
3 3.7 FIELD QUALITY CONTROL (NOT USED]
4 3.8 SYSTEM STARTUP (NOT USED]
5 3.9 ADJUSTING (NOT USED)
6 3.10 CLEANING (NOT USED}
7 3.11 CLOSEOUT ACTIVITIES (NOT USED]
8 3.12 PROTECTION (NOT USED)
9 3.13 MAINTENANCE (NOT USED)
10 3.14 ATTACHMENTS [NOT USED]
11 END OF SECTION
12
Revi si on Log
32 3 1 13 -6
CHA IN LINK FENCES AND GATES
Page 6 of 6
-
DATE NAME SUMMARY OF CHANGE
13
[2010 JAN 06]
C ITY OF FORT WORTH
STANDARD CONSTRUCT ION SPEC IFICAT IO N DOCUMENTS
Rev ise d j04 /0 1/20 11]
[No rth Holl y WTP Pump Statio n Disc har ge Pipe Repla ce men t)
I Ca pital Projec t No . 163 1)
329 11 9-1
TOPSOIL PLACEMENT AND FIN ISHING OF PARKW AYS
Page I of 3
I SECTION 32 91 19
2 TOPSOIL PLAC E MENT AND FINISHING OF PARKWAYS
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A . Section Includ es
6 1. Furnish and place topsoi l to the depth s and o n the a reas shown on the plans .
7 B . D eviation s from City o f Fort Worth Standards
8 1. N o ne
9 C. R e lat e d Specification Sections include but are n ot necessarily limited to
10 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
11 1.3 REFERENCES [NOT USED]
12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
13 1.5 ACTION SUBMITTALS
14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
15 1.7 CLOSEOUT SUBMITTALS [NOT USED)
16 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED]
17 1.9 QUALITY ASSURANCE [NOT USED]
18 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED]
19 1.11 FIELD (SITE] CONDITIONS [NOT USED]
20 1.12 WARRANTY [NOT USED)
2 1 PART2-PRODUCTS
22 2.1 OWNER-FURNISHED loR) OWNER-SUPPLIEDPRODUCTS [NOT USED)
23 2.2 MATERIALS
24 A . Topsoil
25 I . Use eas il y cultivated , fertile t o psoil that:
26 a. is free from o bj ec ti o n a bl e material in c luding s ubsoil , weeds, clay Jumps , non-
27 soil material s, roots, s tumps or stones larger than 1.5 inches
28 b. ha s a hi g h r es is tance to e ros ion , and
29 c . is able to support plant growth .
30 2. Secure to p so il from a pproved sources.
3 1 3 . Topsoil is s ubject to test in g by the CITY.
32 4. pH : 5.5 to 8 .5.
33 5. Liquid Limit: 50 o r less.
34 6. Plasticity Ind ex: 2 0 o r le ss.
35 7 . Gradation: m ax imu m of IO percent passi ng No . 200 sieve.
CITY OF FORT WORTH
ST AND ARD CONSTRUCT ION SP ECIF IC AT IO N DOC UME NTS
Revi se d [04/0 I /20 I I)
[No rth Holly WTP Pump Stati on Discharge Pipe Rep lacemen t]
[Capit al Proj ec t No . I 63 1]
329 1 19 -2
TOPSOIL PLACEMENT AND FINIS HI NG OF PARKWAYS
Page 2 o f 3
I B . Water: Clean and fr ee of industrial wastes and other s ub stanc es ha rmful to the growth
2 of vegetation .
3 2.3 ACCESSORIES [NOT USED]
4 2.4 SOURCE QUALITY CONTROL [NOT USED]
5 PART 3 -EXECUTION
6 3.1 INST ALLERS [NOT USED]
7 3.2 EXAMINATION [NOT USED]
8 3.3 PREPARATION (NOT USED]
9 3.4 INSTALLATION
10 A. Finishing of Parkways .
I I 1. Smoothly shape parkways, shoulders, slopes, and ditches .
12 2. Cut parkways to finish grade prior to the placing of any improvements in or
13 adjacent to the roadway.
14 3. In the event that unsuitable material for parkways is encountered , extend the depth
15 of excavation in the parkways six inches and backfill with top so il.
16 4. Make standard parkway grade perpendicular to and draining to the curb line .
17 a. Minimum: 1/4 inch per foot.
18 b . Maximum: 4 : I.
19 c . CITY may approve variations from these requirem e nts in special cases .
20 5 . Whenever the adjacent property is lower than the de s ig n curb grade and runoff
21 drains away from the street, the parkway grade mu s t be set level with the top of the
22 curb.
23 6. The design grade from the parkway extends to the bac k o f the walk line .
24 7. From that point (behind the walk), the grade m ay slope up o r d own at maximum
25 sl ope of 4 : 1.
26 B. Placing of Topsoil
27 I . Spread the topso il to a uniform loose cover at the thi c kne ss s pecified.
28 2 . Place and shape the topsoil as directed .
29 3. Hand rake finish a minimum of 5 feet from all flatwork
30 4. Tamp the to psoil with a light roller or other suitable equipment.
C ITY OF FORT WORTH
STANDARD CONSTRUCT ION SPEC IFICAT ION DOCUMENTS
Revised [04 /0 I /20 I I J
[No rth Holly WTP Pump Station Disc har ge Pipe Replacemen t)
[Capital Pr ojec t No . 1631 )
329 1 19-3
TOPSOIL PLA CEME NT AND FINISHIN G OF PARKWAYS
Page 3 o f 3
3.5 IREPAIR]/[RESTORA TION] !NOT USED]
2 3.6 RE-INSTALLATION !NOT USED]
3 3.7 FIELD QUALITY CONTROL [NOT USED]
4 3.8 SYSTEM STARTUP [NOT USED]
5 3.9 ADJUSTING !NOT USED]
6 3.10 CLEANING [NOT USED]
7 3.11 CLOSEOUT ACTIVITIES !NOT USED]
8 3 .12 PROTECTION !NOT USED]
9 3.13 MAINTENANCE [NOT USED]
IO 3.14 ATTACHMENTS [NOT USED]
I I END OF SECTION
12
Revision Log
DAT E NAM E SUMMARY OF CHANGE
13
[20 I O JAN 06 )
CITY OF FORT WORTH
STA NDARD CONSTR UCTION SP EC IFI CAT ION DOCU MENTS
Revi sed [04 /0 1/20 11]
[N o nh Ho ll y WTP Pump Stati o n Di sc harg e Pipe Re pl acem en t]
[Cap it al Proj ect No. 163 1]
32 92 13 -I
HY DRO MULC HTNG , SEED IN G AN D SODDTNG
Page I o f 7
SECTION 32 92 13
2 HYDROMULCHING , SEEDING AND SODDING
3 PARTI-GENERAL
4 1.1 SUMMARY
5 A. Section Includes
6 I. Furnishing and installing gras s sod and permanent seeding as s hown on plans, or as
7 directed .
8 B . Deviations from City of Fort Worth Standards
9 I . None
10 1.2 PRICE AND PAYMENT PROCEDURES INOT USED]
11 1.3 REFERENCES !NOT USED]
12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
13 1.5 ACTION SUBMITT ALS [NOT USED]
14 1.6 INFORMATIONAL SUBMITTALS
15 A . Seed
16 I. Vendors' certification that seeds meet Texas State seed law including:
17 a . Testing and labeling for pure live seed (PLS).
18 b. Name and type of seed .
19 2 . All seed s hall be tested in a laboratory with certified re s ults presented to the CITY
20 in writing, prior to planting.
21 3. All seed to be of the previous season's crop and the date o n the container s hall be
22 within twelve months of the seeding date .
23 1.7 CLOSEOUT SUBMITTALS INOT USED!
24 1.8 MAINTENANCE MATERIAL SUBMITTLAS INOT USED]
25 1.9 QUALITY ASSURANCE !NOT USED)
26 1.10 DELIVERY, STORAGE, AND HANDLING
27 A. Block Sod
28 1. Protect from exposure to wind , sun and freezing .
29 2 . Keep stacked sod moi st.
30 B . Seed
31 I . If using native grass or wildflower seed , seed mu s t have been harvested within one
32 hundred (100) miles of the c o n s tructi o n s ite.
33 2. Each s pecies of seed shall be s upplied in a se parate, labeled container for
34 acceptance by the CITY.
35 C. Fertilizer
36 I . Provide fertilizer labeled with the analysi s .
37 2. Conform to Texas fertilizer law .
CITY OF FOR T WORTH
STAN DARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Rev ised [04 /0 1/20 1 1]
[North Ho ll y WT P Pu m p Stati on Di sch arge Pipe Repl ac ement]
[Capi ta l Project No. 163 1)
3292 13-2
HYDROM ULCHING , SEE DING AN D SODDING
Page 2 of 7
1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART 2 -PRODUCTS INOT USED]
4 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
5 2.2 MATERIALS AND EQUIPMENT
6 A. Materials
7 I. Block Sod
8 a. Sod Varieties
9 I) "Stenotaphrum secundatum" (St. Augustine grass),
IO 2) "Cynodon dactylon" (Common Bermudagrass),
11 3) "Buchloe dactyloides" (Buffalograss),
12 4) an approved hybrid of Common Bermudagrass,
13 5) or an approved Zoysiagrass.
14 b . Sod mus t contain stol o ns , leaf blades, rhizomes and roots .
15 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable
16 foreign materials and weed s and grasses deleterious to it s growth or which
I 7 might affect its subsistence o r hardiness when transplanted .
18 d. Minimum sod thickness: 3/4 inch
19 e . Maximum grass height : 2 inches
20 f. Acceptable growing bed s:
21 I) St. Augustine grass so d : clay or clay loam topsoil.
22 2) Bermuda gras ses a nd zoysia grasses: sand or sandy loam soils.
23 g. Dime n s io ns .
24 I) M achi ne cut to uniform so il thickness.
25 2) Sod s hall be of equal width and of a size that permits the sod to be lifted ,
26 ha ndled and rolled without breaking .
27 h . Brok e n or to rn sod o r sod with uneven ends shall be rejected.
28 2. Seed
29 a. General
30 I) Plant a ll seed at rates based on pure live seed (PLS)
3 1 a) Pure Live Seed (PLS) determined using the formula:
32 (I) Percent Pure Live Seed= Percent Purity x [(Percent Germination+
33 P ercent Firm o r Hard Seed) + I 00]
34 2) Availability of Seed
35 a) Substitution o f individual seed types due to lack of availability may be
36 permitted b y the C ITY at the time of planting.
37 b) Notify the CITY prior to bidding of difficulties locating certain species .
38 3) We e d seed
. 39 a) not exceed ten percent by weight of the total of pure live seed (PLS)
40 and other mate ri a l in the mixture.
41 b) Seed not al lowed :
42 (I) J ohn songrass
43 (2) nut grass seed
44 4) Harvest seed within I-yea r prior to planting
45 b . Non-native Grass Seed
46 I) Plant between April 15 a nd September I 0
C ITY OF FORT WORTH
STANDARD CONS TR UCT ION S PEC IF ICAT ION DOCUMENTS
Revi sed 104/0 1/20 11 ]
[No rth Holly WTP Pump Stati on Disc harge Pipe Rep lace ment]
!Ca pital Pr oject No . 1631 J
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
Lbs . Common Name
329213 -3
HYDROMULCHTNG, SEEDTNG AND SODDTNG
Page 3 o f 7
Botanical Name
PLS /Acre
Purity
(percent)
Germination
(perc ent)
25
75
Bermuda (un hull ed)
Bermuda (hul led)
cynodon dactylon
cynodon dactylon
85
95
90
90
2) Pl a nt between September IO a nd April l 5
Lb s. Common Name Botanical Name
PLS /Acre
Purity
(percent)
Germination
(pe rc ent)
220
75
Rye Grass
Bemrnda (unhulled)
lolium multiflorum
cynodon dactylon
85
95
90
90
c. N ati ve Grass Seed
I) Plant between February I and October I.
Lbs. PLS / Acre
1.6
5.5
3.7
17 .0
1.8
0.5
6 .0
8 .0
1.2
1.8
10 .0
Common Name
Green Sprangletop
Sideoats Grama*
Little Blue ste m*
Buffalograss
Indian Gra ss*
Sand Lovegrass*
Big Blu este m
Eastern Grama
Blue Grama
Switch grass
Prairie Wildrye*
Botanical Na me
Leptochloa dubia
Bouteloua cu rtip endula
Schizachy rium scoparium
Buchloe dactyloides
Sorghas trum nutans
Eragrostis trich odes
Andropogon gerardii
Trip scacum dactyl oides
Bouteloua grac ilis
Pan icum virga tum
E lymus canadensis
d . Wildfl ower Seed
I) Plant between the following:
a) March 5 a nd May 31
b) September I a nd December I
Lb s. PLS /Acre Co mmon Name Botanical Na m e
3.0 Bush Sunflower Sinsia ca lva
5 .0 Butterfly Wee d Asclepias tub erosa
2 .0 Clasping Coneflower* Rudbeckia amplexicau lis
3.0 Golden -Wave Co reopsis basalis
13.4 Illinois Bundleflower Des manthus illin oensis
13.6 Partrid ge Pea Cass iafascicu lat a
2.0 Prairie Verbena Ve rb ena bipinnatifida
8 .0 Texas Yellow Star Lindheim eri texana
8.0 Winecup Ca llirh oe in vo lcrata
2.0 Black-eyed Susan Rudbeckia hirt a
I 8.0 Cut leaf Daisy Eng elm an nia pinnatifida
2.0 Obedient Plant Physos t eg ia int erm edia
3 .0 Pitcher Sage Salv ia azurea
2 .0 Plain s Coreopsis Coreopsis tin ctor ia
8 .0 Scarlet Sage Sa lvia coccinea
*not to be pl ant ed within ten feet of a road or parking lot or w ithin three fee t of a
walkway
CfTY OF FORT WORTH
STANDARD CONSTRUCTl ON SPEClFICATl ON DOC U MENTS
Revi sed [04 /01 /20 11)
[North Ho lly WTP Pump Stati on Di sc harge Pipe Rep lacemen t)
[Cap ital Project No . 163 1 J .
32921 3 -4
HYDROMULC HIN G, SEE DIN G AN D SO DDING
l
2
e. Temporary Erosion Control Seed
I) Consist of the sowing of cool season plant seeds .
3 . Mulch
a. For use with conventional mechanical or hydraulic planting of seed .
Page 4 o f 7
3
4
5
6
7
8
9
b . Wood cellulose fiber produced from virgin wood or recycled paper-by-products
(waste products from paper mills or recycled newspaper).
c . No growth or germination inhibiting factors.
d . No more than ten percent moisture, air dry weight basis.
10
e . Additives: binder in powder form.
f. Form a strong moisture retaining mat.
4 . Fertilizer
a. acceptable condition for distribution
b . applied uniformly over the planted area.
c . Analysis
I) 16-20-0
2) 16-8-8
d. Fertilizer rate:
1) Not required for wildflower seeding.
11
12
13
14
15
16
17
18
19
20
2) Newly established seeding areas - I 00 pounds of nitrogen per acre.
3) Established seeding areas -150 pounds of nitrogen per acre .
21
22
5 . Water: clean and free of industrial wastes or other substances harmful to the
germination of the seed or to the growth of the vegetation .
6. Soil Retention Blanket 23
24
25
26
a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624 ,
Arlington , Texas 76001, 1-800-777-SOIL or approved equal.
27 2.3 ACCESSORIES !NOT USED]
28 2.4 SOURCE QUALITY CONTROL !NOT USED]
29 PART 3 -EXECUTION (NOT USED)
30 3.1 INST ALLERS !NOT USED]
31 3.2 EXAMINATION !NOT USED]
32 3.3 PREPARATION
33 A. Surface Preparation: clear surface of all material including:
34 I. Stumps, stones, and other objects larger than one inch.
35 2 . Roots, brush, wire, stakes, etc.
36 3 . Any objects that may interfere with seeding or maintenance.
· 37 B . Tilling
38 l. Compacted areas: till one inch deep.
39 2. Areas sloped greater than 3: I: run a tractor parallel to slope to provide less
40 seed/water run-off.
41 3 . Areas near trees: Do not till deeper than one half inch inside "drip line" of trees .
C ITY OF FOR T WORTH
ST ANDARD CONSTR UCT ION SPEC IFICATION DOCUMENT S
Rev ise d j 04 /0 I /20 1 I]
[No rth Holl y WTP Pump Stati oh Di schar ge Pipe Replacernenl]
[Ca pit al Proj ect No . 163 1)
2
3
4
5
6
7
8
9
JO
11
12
13
14
15
16
17
18
19
20
21
22
?" _.)
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
3.4
3292 13-5
HYDROM ULCH!N G , SEED ING AND SODDING
Page 5 o f 7
INSTALLATION
A. Block Sodding
l . General:
a. Place sod between curb and walk and on terraces that is the same type grass as
adjacent grass or existing lawn .
b. Plant between the average last freeze date in the spring and 6 weeks prior to the
average first freeze in the fall.
2. Installation
a. Plant so d specified after the area has been completed to the lines and grades
shown on the plans with 6 inches of topsoil.
b . Use care to retain native soil on the roots of the sod during the process of
excavating, hauling and planting.
c . Keep so d material moist from the time it is dug until planted.
d . Place sod so that the entire area designated for sodding is covered.
e. Fill voids left in the solid sodding with additional sod a nd tamp .
f. Roll and tamp sod so that sod is in complete contact with topso il at a uniforrn
slope.
g . Peg sod with wooden pegs ( or wire staple) driven through the sod block to the
firrn earth in areas that may slide due to the height or slope of the surface or
nature of the soi I.
3 . Watering and Finishing
a. Furnish water as an ancillary cost to CONTRACTOR by means of t e mporary
metering I irrigation , water truck or by any other method necessary to achieve
an acceptable stand of turf as defined in 3 .13 .B.
b. Thoroughly water sod immediately after planted.
c . Water until established.
d. Generally, an amount of water that is equal to the average amount of rainfall
plus one half inch per week should be applied until accepted. If applicable,
plant large areas by irrigation zones to ensure areas are watered as soon as they
are planted.
B . Seeding
I. General
a. Seed only those areas indicated on the plans and areas disturbed by
construction.
b. Mark each area to be seeded in the field prior to seeding for CITY approval.
2. Broadcast Seeding
a . Broadcast seed in two directions at right angles to each other.
b. Harrow or rake lightly to cover seed.
c. Never cover seed with more soil than twice its diameter.
d . For wildflower plantings :
l) scalp existing grasses to one inch .
2) remove g rass clippings, so seed can make contact with the soi l.
3. Mechanically Seeding (Drilling):
a. Uniformly di stribute seed over the areas shown on the plans or as directed.
b. All varieties of seed and fertilizer may be di stributed at the same time provid ed
that each component is uniforrnly applied at the specified rate.
c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type
drill.
CITY OF FORT WORTH [Nonh Ho ll y WTP Pump Stati o n Di sc harge Pipe Replacement]
[Cap it al Project No . 163 1] STANDARD CONSTRUCTION SPECIFlCA TION DOCUMENTS
Revised [04 /01 /20 11]
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
32921 3 -6
HYDROMU LC HING , SEED ING AN D SOD DING
Page 6 of 7
d. Drill o n the contour of slopes
e . After planting roll with a roller inte gra l to the seed drill, o r a corrugated roller
o f the "Cultipacker" type.
f. Roll slope areas on the contour.
4. Hydromulching
a . Mixing: Seed, mulch , fertilizer and water may be mixed provided th a t:
I) Mixture is uniformly s uspended to form a horn ogenous slurry.
2) Mixture forms a blotter-like ground cover impre g na t e d unifonnly with
grass seed.
3) Mixture is a pplied within thirty (30) minute s a ft e r pl a ced in the equipment.
b. Placing
I) Uniformly distribute in the quantity s pecified over the areas shown on the
plans or as directed.
5. Fertilizing: uniformly apply fertilizer over seeded area.
6 . Watering
a . Furnish water by means of temporary metering I irrigation , water truck or by
any other method necessary to achieve an acceptable stand of turf a s defined in
3.13.B .
b. Water soil to a minimum depth of 4 inches within fo1ty eight hours of seeding.
c . Water as direct by the CITY at least twice d a ily for 14 days after seeding in
such a manner as to prevent washing of the slopes or disl o d ge ment of the seed.
d. Water until final acceptance.
e . Generally, an amount of water that is equal to the average amount of rainfall
plus one half inch per week should be applied until accepted.
25 3.5 [REPAIR]/[RESTORA TION] [NOT USED]
26 3.6 RE-INSTALLATION [NOT USED]
27 3.7 FIELD QUALITY CONTROL [NOT USED]
28 3.8 SYSTEM STARTUP [NOT USED]
29 3.9 ADJUSTING [NOT USED]
30 3.10 CLEANING [NOT USED]
31 3.11 CLOSEOUT ACTIVITIES
32 3.12 PROTECTION [NOT USED]
33 3.13 MAINTENANCE
34 A . Block Sodding
35 I . Water and mow sod until completion and final ac c e ptance of the Project or as
36 directed by the CITY .
. 37 2 . Sod shall not be considered finally accepted until the sod ha s st a rted to peg down
38 (roots growing into the soil) and is free from dead blocks of sod.
39 B . Seeding
40 1. Water and mow sod until completion and final acceptance of th e Project or as
41 directed by the CITY.
42 2. Maintain the seeded area until each of the following is achieved:
43 a. Ve getati o n is evenly di stributed .
C ITY OF FORT WORTH
STANDARD CONSTRUCTI ON SPECIFICATION DOC UMENTS
Revise d [04 /0 1/20 11]
[No nh Holly WTP Pum p Station Disc harge Pipe Repl ac ement]
[Capita l Pr oject No . 163 1]
I b. Veget at io n is free fro m bare a reas.
2 3 . T urf wi ll be accepted o n ce fu ll y estab lish ed.
32 92 13 -7
HYDROMU LCHrNG , SEEDrNG AN D SODDrNG
Pag e 7 of 7
3 a. Seeded area mu st h ave 100 p e rce nt g rowth t o a he ig h t of t h ree inc he s with o n e
4 mow cyc le pe rfo rm e d by th e CONTRA C TOR pri o r to con s id era t io n o f
5 acce pt ance by t he CITY .
6 C. R ej ecti o n
7 I . CITY may reject b lock sod o r seed ed area on the basi s o f weed popu lat io ns .
8 3.14 ATTACHMENTS IN OTUSED]
9 END OF SECT IO N
10
Rev ision Lo g
DATE NAME SUMMARY OF C HANG E
1 1
(20 10 JAN 06]
C ITY OF FORT WO RTH
ST AND ARD CONSTRUCTION SPECIF ICAT ION DOCUMEN TS
Revi se d [04 /0 1/201 I)
[N ort h Holl y WTP Pump Stati on Disc harge Pi pe Re pl ac ement]
[Ca pi tal Pr oj ect No . 16 3 1]
330410-1
JOfN T BON DING AND E LECTR ICA L ISOLATI O N
Page I o f 8
SECTION 33 04 10
2 JOINT BONDING AND ELECTRJCAL ISOLATION
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 I . Joint bonding requirements for electrical continuity of:
7 a. Concrete cylinder pipe
8 b. Mortar coated steel pipe
9 c. Dielectrically coated steel pipe
IO d . Ductile iron pipe, as required on Drawings
11 2 . Electrical isolation devices for installation at:
12 a . Connections to existing piping
13 b. Laterals
14 c . Cased crossings
15 d. Tunnels
16 e. Selected below grade to above ground piping transitions
17 B. Deviations from this City of Fort Worth Standard Specification
18 I.
19 2.
20 1.2 PRICE AND PAYMENT PROCEDURES (NOT USED]
21 1.3 REFERENCES
22 A . Reference Standards
23 I . Reference standards cited in this Specification refer to the current reference
24 standard published at the time of the latest revision date logged at the end of this
2 5 Specification , unless a date is specifically cited.
26 2. ASTM lntemational (ASTM).
27 3. American Water Works Association (A WWA):
28 a . C207 , Steel Pipe Flanges for Waterworks Service -Sizes 4 IN through 144 IN.
29 4. NACE lntemational (NACE).
3 0 1.4 ADMINISTRATIVE REQUIREMENTS !NOT USED)
3 I 1.5 SUBMITT ALS
32 A. Submittals shall be in accordance with Section O 1300.
33 8. All submittals shall be approved by the Engineer or the City prior to delivery and/or
34 fabrication for specials .
35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
36 A. Product Data
37 I . Manufacturer's catalog cut sheets shall be submitted for each item .
C IT Y OF FO RT WO RT H
ST AN DARD CONST RUCTION SPEC IFI CATION DOCUMENTS
Rev ised !04 /0 1/20 11]
!North Holl y WT P Pu m p Stat io n Disc harge Pipe Repl acem ent]
[Capi tal Proje ct No. I 63 1]
33 04 10 -2
JOI T BOND ING AND ELECT RICAL IS OLATION
Pa ge 2 of 8
I a. Jnclud e the manufacture r's name and s hall provide s ufficient information to
2 s how that the mat e rial s me et the requirements of the Contract Documents for:
3 1) Flange Iso lation
4 2) Bonding C lips for Concrete Cylinder Pipe
5 3) Carboline Den sy l tape
6 2. Whe re m o re than o ne it e m or catalog number appears on a cata log cut s h eet , clearly
7 id entify the item proposed .
8 B. Test and Evaluation Repo rts
9 1. R ecord results for the Post-In s tallation Thermite Weld In spection and s ubmit to the
10 City fo r approva l prior to bac kfilling.
11 2. Record re s ults for bonded joint testing a nd submit to City for approval prior to
12 backfilling .
13 3. Record results for the continuity test for casing to carrier pipe and submit to the
14 C ity for approva l prior to backfilling.
15 1.7 CLOSEOUT SUBMITTALS
16 A . Tes t re s ults for e lectrica l continuity, flange isolation , and casing to carrier pipe isolation
17 shall be s ubmitted to the City.
18 B . Results o f al l testing are to be submitted to City for inclusion in the O&M manual.
19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
20 1.9 QUALITY ASSURANCE INOT USED]
21 1.10 DELIVERY , STORAGE, AND HANDLING [NOT USED]
22 1.11 FIELD [SITE] CONDITIONS INOT USED]
23 1.12 WARRANTY !NOT USED]
24 PART 2 -PRODUCTS
25 2.1 OWNER-FURNISHED PRODUCTS INOT USED]
26 2.2 MA TERlALS
27 A . Joint B o nding and E lec trical Is o lation Materials to be incorporated into the project
28 include , but are not limited to, the fo ll owing:
29 I . E lectr ica l continuity bonds
30 2. Flan ge iso lati o n assemblies
31 3 . Casing spacers
· 32 4 . Casing end seals
33 B . E lectrical Con tinuity Bonds
34 I . App li cations for E lectrical Con tinuity Bonding include the following:
35 a. Bo nding across bolted j oi nt assemblies
36 b. Bonding across gasketed joint assemblies
37 C. Flan ge Iso lation
C ITY OF FORT WORT H
STANDARD CONSTRUCTION SPEC IFI CATION DOCUMENTS
Rev ise d [04 /0 l /20 11]
[North Holl y WTP Pum p Stati on Discharge Pipe Rep lace men t]
[Cap it al Projec t No . 16 3 I]
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
3 3 041 0 -3
JOINT BONDING AN D ELECTRI C AL IS O LA T ION
Page 3 o f 8
I. Required applications of di e le ctric flange isolati o n a ssemblies include, but are n o t
limited to , selected locations w he re ne w piping is mechanically connected to
existing piping.
2. For steel pipe, provide el ec tric a l isol ati o n through installation of the following
m aterials:
a. Isolati o n Ga sket :
1) For pip ing 30-inch di a m e te r and gre ater, provide Pyrox G-10 with nitrile
seal , T ype "E " LineB a cker gasket a s manufactured by Pipeline Seal and
Insul a tor, Inc ., o r a pproved equal.
2) For pipin g be t\veen 12-inch and 24-inch diameter, provide Phenolic PSI
with nitrile se al , T y p e "E" LineBacker ga sket as manufactured by Pipeline
Seal and Insulator, Inc ., or approved equal.
3) Alternately, provide a plain-faced phenolic gasket, as manufactured by
Pipeline Seal and Jn sulator, Jn c ., or approved equal.
a) Place ph e nolic ga sket bet\Veen two full-faced gaskets .
b) Provide cl o th-inserted rubber gasket material, 1/8 inch thick in
accordance with A WWA C207 .
c) Use factory cut ga skets of proper dimensions.
b . Sleeves and Washers:
1) For piping 30-inch diameter a nd greater, provide full length mylar sleeves
with Py rox G-10 w a s hers, double washer sets as manufactured by Pipeline
Seal and In s ulator, Inc ., o r approved equal.
2) For pipin g bet\veen 12-inch and 24-inch diameter, provide full length mylar
sleeves with Phenolic wa shers, double washer sets as manufactured by
Pipeline Sea l and Insulat o r , Inc ., or approved equal.
3 . For ductile iron pipe , prov ide e lectrical is ol a tion through installation of the
following materials:
a. Isolation Gasket:
1) For piping 30-inch di a meter and greater, provide Pyrox G-10 with nitrile
seal , Type "E " LineBacker gasket as manufactured by Pipeline Seal and
Insulator, Inc ., or approved equa l.
2) For piping bet\veen 12-inch and 24-inch diameter, provide Phenolic PSI
with nitrile seal , Type "E" LineBacker gasket as manufactured by Pipeline
Seal and Insulator, Inc ., or approved equal.
3) Alternately, provide a plain-faced phenolic gasket, as manufactured by
Pipeline Seal and Insulato r, Inc., or approved equal.
a) Place ph e nolic gasket bet\veen t\¥0 full-faced gaskets.
b) Provide cloth-in s erted rubber gasket material, 1/8 inch thick in
accordance with A WWA C207 .
c) U se factory cut ga s kets of proper dimensions.
b. Sleeves and Washers:
1) For pipin g 30-inch diam e ter and g reater, provide full length mylar sleeves
with Pyrox G-1 wa shers , double washer sets as manufactured by Pipeline
Seal and Insulator, Inc., or approved equal.
2) For piping bet\Veen 12-inch and 24-inch diameter, provide full length mylar
sleeves with Phenolic washers, double washer sets as manufactured by
Pipeline Seal and Insulator, Inc., or approved equal.
C ITY OF FORT WORT H
STANDARD C O NSTR UCT IO N S PE C IFI CATION DOCUMENT S
Revi se d [04 /01 /2 011]
[North Ho ll y WTP Pump Station D isc harge Pipe Re pl ac em ent]
(Capi ta l Project No . 163 I]
3304 10-4
JOINT BONDING AND ELECTRICAL IS OLATION
2
3
4. Coatings fo r buried flanges s hall be Densyl Tape system manufactured by
Carbo lin e, consisting of Densyl Mastic , Densyl Paste, and Densyl Tape, or
a pproved equa l.
4 2.3 ACCESSORJES INOT USED)
5 2.4 SOURCE QUALITY CONTROL !NOT USED)
6 PART 3 -EXECUTION
7 3.1 INSTALLERS INOT USED]
8 3.2 EXAMINATION INOT USED)
9 3.3 PREPARATION
IO A. Preparation of Concrete Pipe for Bonding
I I I . General
12 a. Fabrication
Page 4 of 8
l 3 I) Use concrete pipe for this project that has been fabricated in such a manner
14 as to establish electrical continuity between metallic components of pipe
15 and joints.
l 6 b . Acceptable Methods
17 1) Establish electrical continuity as indicated in the Contract Documents.
18 2. Criteria for E lectric Continuity
19 a. TensileWire
20 I) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms
2 1 between any wire and s teel joint ring at end of pipe farthest from that wire.
22 2) Manufacturer is to report values obtained and method of measurement.
23 b. Internal Pipe Joint Components
24 I) Pipe manufacturer is to obtain resistance of le ss than 0.03 ohms between
25 any component and steel pipe cylinder.
26 3. Tensile Wire Continuity
27 a. Establish continuity between tensile wire coils and steel cylinder on embedded
28 cylinder type pre-stressed pipe by tightly wrapping tensile wire over
29 longitudinal mild steel straps during pipe manufacture.
30 b . Use and install 2 continuous straps 180 degrees apart longitudinally along the
3 1 pipe .
32 I) These straps must maintain electrical continuity between metallic
33 components .
34 c. Use steel s traps made of mild steel and free of grease, mill sca le , or other high
35 resi stance deposits.
36 d . Make longitudinal straps electrically continuous with pipe cylinder by steel
37 fasteners of suitable dimensions placed between steel cylinder and lon gi tudinal
38 straps . Connect fasteners so as to remain intact during pipe fabrication process.
39 4. Steel Cylinder Continuity
40 a. Establish continuity of all joint components and steel cylinder. These
41 components include anchor soc ket brackets, anchor socket , spigot ring , and bell
42 rin g.
CITY OF FORT WORTH
STANDARD CONS TRUCTION SPECIFICATION DOCUMENTS
Rev ise d 104 /0 1/20 11)
[North Holly WTP Pump Station Discharge Pipe Rep lacement)
[ Ca pital Pr oject No . 16 3 I]
33 04 IO -5
JOINT BONDING AND ELECTRICAL ISOLATION
Page 5 o f8
l b. If mechanical contact does not provide a resistance of Jess than 0.03 ohms
2 between components, tack weld component to provide electrical continuity.
3 B. Preparation of Steel Pipe for Bonding
4 I . Bonding wires are not required for welded steel pipe.
5 2. Mechanical jointed stee l pipe requires the installation of bond wires across the joint
6 as shown on the Drawings.
7 C. Preparation of Ductile lron Pipe for Bonding
8 1. In sta ll in s ulated bond wires as shown on the Drawings.
9 D . Electrical Bond Wires
10 I . Electrical bond wires are to be a minimum No . 4 A WG , 7 stranded, copper cable
11 with THHN insulation.
12 2 . Remove I inch ofTHHN insulation from each end of the bond wire .
13 3. Thennite weld the bond wires to the pipeline.
14 4. Provide the minimum number of bond wires as shown on Drawings for steel or
15 ductile iron pipe .
16 E. E lectrical Bond Clip
17 I . Weld 3 ASTM 366 steel bonding clips, each approximately 0.13 inches thick , 2.5
18 inches long , and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot
19 of adjacent pre-stressed concrete cylinder pipe or steel pipe with rubber gasketed
joints. 20
2 1
22
2. Manufacture clips to maintain continuity regardless of small deflections of finished
joints.
23 3.4 INSTALLATION
24 A. Inst a llation of Electr ica l Continuity Bonds by Thermite Weldin g
25 I . Inspection
26 a . Use continuous bond wires with no cuts or tears in the insulation covering the
27 conductor.
28 2. General
29 a . Attach bond wires at required locations by thermite welding process .
30 3. The,mite Welding Methods
31 a. Perform thermite welding of bond wires to piping in the following manner:
32 I) Clean and dry pipe to which wires are to be attached.
33 2) Use grinding wheel to remove all coating, mill scale, oxide, grease , an d dirt
34 from an area approximately 3 inches square. Grind surface to bright metal.
35 3) Remove approximately I inch of insulation from each end of wire to be
36 thermite welded to pipe, exposing clean, oxide-free copper for welding .
37 4) Select proper size thennite weld mold as recommended by manufacturer.
38 Place wire or strap between graphite mold and the prepared metal surface .
39 5) Plac e metal disk in bottom of mold .
40 6) Pour thermite weld charge into the mold. Squeeze bottom of cartridge to
4 1 s pread ignition powder over charge .
42 7) Close mold cover and ignite starting powder with flint gun.
43 8) After exothermic reaction , remove thennite weld mold and gently strike
44 weld with a hammer to remove weld slag.
C IT Y OF FO RT WORTH
STANDARD CONSTRUCT ION SPEC IFI CA TI ON DOC UM ENTS
Revised [04/0 1/20 11]
[North I-l o ll y WTP Pump S tati o n Di sc har ge Pipe Repl acem e nt]
[Ca pit a l Projec t No . 163 1]
330410-6
JOrN T BONDING AN D ELE CTRI CAL !SO LA TI ON
Pag e 6 of 8
1 9) Pull on wire or strap to a s sure a secure connection .
2 I 0) If weld is not secure or the bond breaks, repeat procedure with new wire.
3 11) If the weld is secure, c o at all bare m etal and weld metal with Stopaq CZ
4 tape .
5 4. Post-Installati o n Therrnite Weld Jnspection
6 a . Contractor is respon s ible for all te sting.
7 b. All testing is to be performed by or under the supervision of certified NACE
8 personnel.
9 c . Visually examine each thermite weld connection for strength and suitable
IO coating prior to backfilling.
11 d . Measure resistance through selected bonded joints with a digital low resistance
12 ohmmeter (DLRO).
13 I) Resistance of 0 .001 ohms or Jess is acceptable.
14 2) Jf the above procedure indicates a poor quality bond connection , reinstall
15 the bond .
16 3) Record results and submit to the City for approval prior to backfilling.
17 5 . Backfilling of Bonded Joints
18 a . Perform backfilling of bonded piping in m a nner that prevents damage to the
19 bonds and all connections to the metallic structures .
20 b. Use appropriate backfill material to completely cover the electrical bond.
21 c . Provide protection so that future c o nstruction activities in the area will not
22 destroy the bonded connections.
23 d . If construction activity damages a bo nded connection , install new bond wire .
24 B . Installation of Pipeline Flange Isolation Devices
25 I. Placement
26 a. In stall isolation joints at the locations shown on the Drawings.
27 2 . Assembly
28 a. Place gasket, sleeves, and wa shers as rec o mmended by the manufacturer.
29 b . Follow manufacturer's recommendations for even tightening to proper torque.
30 3 . Testing
3 1 a. Immediately after an electrical isolati o n fittin g has been in stalled , contact the
32 City to perform te sting for electrical isol a ti o n e ffectiv e ness .
33 4. Painting
34 a. Do not use metal base paints on electrical is olation de v ices.
35 5. Encap sulation
36 a. Encapsulate below-grade isolation joints with the Carbo line Densyl tape
3 7 system , or approved equal , after the isolation joint has been tested for
3 8 effectiveness .
39 3.5 REPAIR/ RESTORATION [NOT USED]
40 3.6 RE-INSTALLATION [NOT USED]
41 3.7 FIELD QUALITY CONTROL
42 A. Testing of Joint Continuity Bonds and Isolation Joints
43 I. After the completion of the continuity bondin g of individual joints but before the
44 pipe is backfilled , e ach bonded joint shall be te sted for electrical continuity .
C IT Y OF FOR T WOR TH
STAN DARD CON STRUCT ION SPECIFICATION DOCUMENTS
Rev ise d [04 /0 1/20 11]
[No r1h Holl y WT P Pump Stati on Di sc harge Pi pe Re pl ac eme nt]
[Ca pit al Projec t No . 163 1 J
33 04 10 -7
JOINT BOND IN G AND ELECTRI CA L IS OLAT ION
Pa ge 7 of 8
l 2 . A DC current shall be impressed on the pipe on I s id e o f the joint under test using a
2 portable 12-volt battery and a driven ground rod . Th e ba ttery shall be connected
3 such that the pos itive terminal is connected to the ground rod and the negative
4 terminal is connected to the pipe section under test. The magnitude of te st current is
5 not importa nt a s long as it causes a change in pipe-to-so il potential o n the section of
6 pipe that is in the test current circuit.
7 3. The pipe-to-soil potential shall be meas ured o n e a ch s ide of the isolation joint u s ing
8 a high impedance voltmeter and portable copper/c opper sulfate reference electro de
9 with the test current "on" and "off .
I O 4 . A joint is c o nsidered electrically continuous if the "o n" and "off potentials are the
I I same on either side of the joint under te st.
12 5. This same procedure shall be used to test individual isolation joints except that the
13 joint is considered effective if the pipe-to-soil potential is not the same when
14 measured on each side of the joint when the test curre nt is "on ".
15 6 . Record results and submit in accordance with this Specification.
16 B. Casing to Carrier Pipe Isolation Tests
17 1. Immediately after the pipe has been installed in the cas ing, but prior to connecting
18 the line, make pipe available for testing and contact the City to perform an electrical
19 continuity test to determine that the casing is electrically i solated from the pipeline.
2 0 2 . The continuity test shall be fully documented and approved by the City prior to
2 1 backfilling.
22 3. Record results and submit in accordance with this Specification .
24
2 5
4 . If the electrical isolation between carrier pipe and cas ing is not effectiv e , the cau se
s hall be immediately investigated, and the s ituati o n re medied.
5. Under no circumstances shall a shorted casing be backfilled .
26 3.8 SYSTEM STARTUP (NOT USED]
27 3.9 ADJUSTING (NOT USED]
2 8 3.10 CLEANING (NOT USED]
2 9 3.11 CLOSEOUT ACTIVITIES (NOT USED]
30 3.12 PROTECTION (NOT USED)
31 3.13 MAINTENANCE (NOT USED)
32 3.14 ATTACHMENTS (NOT USED}
33 END OF SECTION
34
Revision Log
DATE NAME SUMMARY OF C HANGE
2010 AUGUST
09
C ITY OF FO RT WORTH
STAN DAR D CON STR UCT ION SPEC IFI CAT ION DO CU ME NTS
Revi sed [04/0 1/20 11 J
l"No nh Ho ll y WT P Pump Stati on Discharge Pipe Replaceme nt ]
[Ca pital Projec t No . 163 I ]
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPEClFI CATION DOC UME NTS
Revi sed [04 /01 /20 11]
330410 -8
JOINT BONDING AND ELECTRICAL !S OLA TlON
Page 8 o f 8
[No nh Ho ll y WTP P ump Stati on D isch arge Pipe Replacement]
[Cap it al Project No. 163 1 J
33 04 11 - I
CORROSION CONTROL TEST ST A TIONS
Page I of 7
SECTION 33 04 J J
2 CORROSION CONTROL TEST STATIONS
3 PART 1 -GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 I. Test station materials and installation requirements, as shown on the Drawings, at:
7 a. Foreign pipeline crossings
8 b. Cased crossings
9 c. Below-grade pipeline electrical isolation joints
IO 2. Required applications of corrosion control test stations include locations where
11 future testing is anticipated for the following reasons :
12 a. Testing to deterrnine the effectiveness of the installed Cathodic Protection
13 systems and to allow for startup adjustments
14 b . Testing to determine interference effects from and on adjacent or crossing
15 foreign underground structures
16 c. Testing to deterrnine sources and magnitude of stray DC currents and required
17 mitigative measures
18 d. Periodic monitoring to detennine status of existing Cathodic Protection
19 systems, stray current, and foreign line influence
20 B . Deviations from this City of Fort Worth Standard Specification
21 I.
22 2.
23 C. Related Specification Sections include but are not necessarily limited to:
24 1. Section 33 04 12 -Magnesium Anode Cathodic Protection
25 1.2 PRICE AND PAYMENT PROCEDURES !NOT USED]
26 1.3 REFERENCES
27 A. Reference Standards
28 I . Reference standards cited in this Specification refer to the current reference
29 standard pub] ished at the time of the latest rev ision date logged at the end of this
30 Specification, unless a date is specifically cited.
31 2. NACE International (NACE).
32 1.4 ADMINISTRATIVE REQUIREMENTS !NOT USED]
33 1.5 SUBMITTALS
34 A. Submittals shall be in accordance with Section O 1300.
35 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or
36 fabrication for specials.
CITY OF FORT WORTH
STANDARD CONSTRUCTI ON SPEC IFICAT ION DO CUMENTS
Revised [04 /01 /20 1 I]
[North Holly WTP Pump Stati o n Discharge Pipe Replacement]
[Capit al Proj ect No. 16 3 1]
33 04 11 - 2
CORROSION CONTR OL TES T ST A TI ONS
Pag e 2 of 7
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
2 A . Product Data
3 1. Submit product data for all components of the Corrosion Control Test Stations.
4 Data submitted shall include:
5 a. Test Station
6 b . Wiring
7 c . Splicing materials
8 d. Thennite weld materials
9 e . Weld coatings
10 1.7 CLOSEOUT SUBMITTALS
11 A . Structure-to-soil potential data shall be submitted to the City.
12 1.8 MAINTENANCE MATERIAL SUBMITTALS jNOT USED]
13 1.9 QUALITY ASSURANCE
14 A. Certifications
15 I. Provide manufacturer's certifications that all components of the corrosion control
16 system meet the requirements of the Contract Documents.
17 a. The certification shall reference the applicable Section of the Specifications and
I 8 the applicable standard details.
19 B. Inspect ion
20 I. The City may, at its own cost , inspect the Cathodic Protection materials prior to, or
21 during, installation .
22 C. Drawings
23 I . The drawings for the corrosion control test stations are diagrammatic and shall not
24 be scaled for exact locations, unless scales are explicitly stated on the specific
25 drawing. Field conditions, conflicts with other utilities or mechanical and structural
26 features shall determine exact locations. Contractor shall note other existing
27 utilities in the area and during excavation, shall not damage these utilities. Any
28 damaged utilities shall be repaired to the satisfaction of the City at the Contractor's
29 expense .
30 1.10 DELIVERY, STORAGE, AND HANDLING
3 I A. Delivery
32 I. Coordinate the delivery of test station materials.
33 B. Storage and Handling Requirements
34 I . Secure and maintain a location to store the material in accordance with Section
. 35 01600.
36 C. Packaging Wa ste Management
3 7 I. Dispose of waste materials properly and remove from job site after installation is
38 complete .
CIT Y OF FORT WORT H
STANDARD CONSTRUCTION SPEC IFI CA TI ON DOCUMENTS
Rev ise d 104 /0 J/201 1)
[No rth Holl y WTP Pump Stati on Di sc harge Pip e Replacement)
I Ca pita l Proj ec t No. 163 1)
1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART 2 -PRODUCTS
33 04 11 -3
CORROS ION CONTROL TEST ST A TI ONS
Page 3 o f 7
4 2.1 OWNER-FURNISHED !OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
5 2.2 MATERIALS
6 A. Flush Mount Test Stations
7 I . Test stations shall consist of test wires, a terminal head and a traffic box as s hown
8 on the Drawings.
9 2. The terminal head shall be a 7 terminal "Big Fink" as manufactured by Cott
IO Manufacturing Company or approved equal.
11 3. The test station s hall be in sta lled in a 24-inch x 24-inch x 6-inch concrete pad.
12 4. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast
13 iron cover marked "CP Test" as manufactured by Brooks Products, Inc or approved
14 equal.
15 5. Install a marker sign adjacent to all flush-mounted test stations.
16 B . Above-Grade Test Stations
17 I . At test station locations where flush mounted structures cannot be installed , or
18 where stated o n Drawin gs, an above-grade test station shall be used , and placed
19 s uch that possible damage from vandalism, traffic, etc. is minimized .
20 2. The test station shall be a 7 terminal "Big Fink" as manufactured by Cott
21 Manufacturing or approved equal.
22 3. The "B ig Fink" test station shall be mounted on a 5 foot length of 3-inch diameter
23 UV-resistant plastic conduit in populated locations, and mounted on a 5 foot len gt h
24 of 3-inch di ameter concrete filled galvanized steel conduit in low population
25 location s.
26 4. The test station s hall be in stalled adjacent to a permanent structure, if available, for
27 physica l protection.
28 a. If exposed to traffic, provide a frangeable base for test station.
29 5. The interior of the test station conduit shall be filled with Portland cement concrete
30 after the installation of the te st and bond wires.
31 6 . The test station conduit shall be installed with a 24-inch x 24-inch x 6-inch concrete
32 pad .
33 C. Permanent Reference Electrodes
34 I . The permanent reference e lectrode sha ll be a copper sulfate Permacell Plus double
35 membrane ceramic cell in a geomembrane package as manufactured by Corrpro
36 Companies, Inc . or approved eq ual.
37 2. Equip with No. 14 A WG stranded copper wire with blue HMWPE in su la ti on of
38 suitab le length to attach to the terminal board of the test station .
39 D . Test Station Lead Wires
C ITY OF FOR T WORTH
STANDAR D CONSTRUCTION SPECIFI CATION DOCU MENTS
Revi sed [04 /0 1/20 11]
!No rth Ho ll y WTP Pump Stati o n Di scharge Pipe Re place ment)
l Capita l Projec t No. 163 I J
33 04 11 · 4
CORROSION CONTROL TEST STATIONS
Pa ge 4 of 7
1. Test station lead wires of all sizes shall have TW, THW, or THHN insulation as
2 shown on the Drawings.
3 2. insulation type shall be color coded based upon connection to underground
4 structures:
5 a. Water piping: white
6 b . Foreign structures: red
7 c. Steel casings: yellow
8 d. Permanent reference cells: blue
9 e. Anode header cable: black (HMWPE)
IO 3 . Test station lead wires shall be terminated on the test station terminal board
11 utilizing crimped on solderless ring terminals.
12 4. All terminal boards shall be wired by the installer as shown on the Drawings.
13 E. Thermite Weld Equipment
14 I . Charges and Molds
15 a. Weld charges and mold size shall be specified by the manufacturer for the
16 specific surface configuration.
17 b . Use only the correct charges for the specific application.
18 c. Welding charges and molds shall be Erico, Cadweld or Continental Industries
I 9 Thermoweld.
20 2. Weld Coating
21 a. Coat weld with Stopaq CZ tape or approved equal.
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 APPLICATION I INSTALLATION
29 I . Install test stations at each of the locations scheduled on the Drawings. As a
30 minimum, test stations are required at each of the following locations :
31 a. At all major underground metallic pipeline crossings
32 b. At all cased crossings and tunnels (both ends)
33 c. At all underground isolation flanges
34 d . At all magnesium anode ground bed locations
35 B. General
36 I. Jnstall test stations at locations indicated on Drawings.
37 a. If a flush mounted test station is not feasible in a particular location , then an
38 above-grade test station may be used , subject to approval by the City or its
39 designated representative .
40 2. Use continuous test station le a d wires without cuts o r tears in the insulation.
41 3 . Locate te st stations as indicated o n Drawings , as close to the pipe as possible .
CITY OF FORT WORTH
STANDARD CONSTRUCT ION SPEC IFI CATION DOCUMENTS
Revised I 04 /0 I/2 0 11)
[Nonh Holl y WTP Pump Sta ti on Disc harge Pipe Repl ace mcn1)
[Capital Project No . 163 1 J
3 3 04 11 • 5
CORR OS ION CONTR O L T ES T ST A TI ONS
Pa ge 5 o f 7
a. If the pipe is installed under a road, place the test station at the curb for easy
2 access .
3 4 . Attach test lead wires to the pipe by thennite welding .
4 5. Attach test wires to the pipe prior to backfilling.
5 6 . Use color coded test wires as indicated on the Contract Documents .
6 7 . Wire test station tenninal board configurations as shown on the Drawings .
7 8. At foreign pipeline crossing test stations
8 a. Notify the owners of the pipeline must be and obtain permission before the test
9 leads are connected to their pipeline.
IO b. The foreign pipeline owner should have a representative present.
I I c . Contractor shall not install lead wires or bond wires on foreign pipelines.
12 d. If foreign pipeline owner refuses test leads connected to their pipeline, then
13 document owner's refusal and install potential test station on water main .
14 e . Document owner contact name, phone number, email address, and date of
15 contact.
16 f. Submit documentation to the City or its designated representative.
17 C. Flush-Mount Test Stations
18 I . Install as shown on the Drawings.
19 2 . Sufficient slack shall be coiled beneath the test station to allow for s oil settlement
20 and to prevent damage to the leads during backfilling.
21 a . Additional slack shall be left to allow for withdrawal of the terminal board a
22 minimum of 18 inches above the top of the precast concrete traffic box for test
23 purposes .
24 3 . In stall with permanent copper sulfate reference electrodes where indicated on the
25 Drawings.
26 a. Install permanent reference electrode approximately 6 inches from the pipe .
27 b . Compact native soil by hand around the electrode .
28 c. The balance of the backfill shall be select granular backfill material.
29 d . Saturate the backfilled pennanent reference electrode with 5 gallons of water.
30
31
32
33
4. Set test stations installed outside areas of pennanent paving materials in a Portland
cement concrete pad .
a. The concrete pad shall be a minimum of 24 inches square and no le s s than 6
inches thick.
34 D . Above-Grade Test Stations
35 l. Install above-grade test stations where a flush mounted test station cannot be
36 located.
37 2. U se and location of above-grade test stations shall be approved by the City or its
3 8 designated representative .
39 3 . Locate test station adjacent to a permanent structure (e .g . a power pole), if
40 available, for physical protection.
41 4 . Coil sufficient slack beneath the test station to allow for so il settlement and to
42 prevent damage to the leads during backfilling.
43
44
5 . Pour a 24-inch x 24-inch x 6-inch concrete pad at grade around the te s t station
conduit.
C IT Y O F FO RT WORTH
ST AN D ARD CONSTRUCTIO N S PECIFI CAT ION DOCUMENT S
Rev ise d 104 /0 1/20 1 1]
[N o rth H oll y W TP Pump Stati on D isch arge Pipe Re pl ace ment)
!Capi tal Proj ect No . 163 1)
33 04 11 -6
CO RR OSI ON CONTRO L TE ST ST A T IONS
Page 6 of 7
6 . Fill the interior of the 3-inch abov e-g r a de test station steel galvanized conduit with
2 Portland cement concrete after installation of the test stations wires .
3 E. Test Lead Wire Attachment
4 I. Attach test leads to the pipe by thermite welding directly to the pipe on steel and
5 DIP pipelines .
6 a. See Drawin g s.
7 2. The pipe to which the wires are to be attached s hall be clean and dry.
8 3. When connecting directly to the pipe, use a grinding wheel to remove all coating,
9 mill scale, oxide, grease, and dirt from an area approximately 3 inches square .
10 4. Grind the surface to bright metal.
11 5. The wires to be therrnite welded to the pipe shall have approximately I inch of
12 insulation removed from each end , exposing clean, oxide-free copper for welding.
13 6. Using the proper size thermite weld mold as recommended by the manufacturer,
14 place the wire benveen the graphite mold and the prepared metal surface.
I 5 a . Use a copper sleeve crimped over the wire for all No . IO A WG or smaller
16 wires.
17 7 . Place the metal disk in the bottom of the mold.
18 8 . Pour the thermite weld charg e into the mold .
I 9 9 . Squeeze the bottom of the cartridge to spread ignition powder over the charge .
20 I 0. Close the mold cover and ignite the starting powder with a flint gun .
2 I 11. After the exothem1ic reaction , remove the thermite weld mold and gently strike the
22 weld with a hammer to remove the weld s lag.
23 12. Pull on the wire to assure a secure connection .
24 13 . If the weld is not secure or the wire breaks, repeat the procedure.
25 14. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape.
26 F . Post Installation Backfilling of Test Station -Lead Wires
27 I. Protect test station wires to prevent dama g e to the wire insulation and conductor
28 integrity during b a ckfillin g .
29 2. After completion of the backfilling of the test wires to the pipe, verify the
30 connection by measuring and recording a pipe-to-soil potential.
31 3. Replace any test wire found to have a high resistance connection.
32 3.5 REPAIR/ RESTORATION !NOT USED]
33 3.6 RE-INSTALLATION !NOT USED]
34 3.7 FIELD QUALITY CONTROL
35 A. All test stations shall be vi sually inspected during the final walk through.
36 B. Materials or installation work not conforming to the requirement of this Specification
37 shall be replaced or repaired to the City 's satisfaction .
38 C. Damaged or missing test station components shall be replaced by equal components.
39 3.8 SYSTEM STARTUP
40 A. Commi s sioning
C IT Y OF FORT WOR TH
STAN D ARD CONSTR UCT ION SP EC I FI C ATION DOC UMENTS
Revi se d !04 /0 1/20 11)
[North Ho ll y WT P Pump Stati on Di sc harge Pip e Repl ace men t]
!Cap it a l Projec t No . 163 1 J
33 04 11 -7
CORROSION CONTROL TEST STATIONS
Page 7 o f 7
I I . N a ti ve state structure-to-soi l potentials s hall be ac quired a long the water main and
2 su bmitte d to th e C ity .
3 B. M e thod
4 I. Measure n ativ e state structure-t o -soi l po te ntials along the wat e r lin e u s ing a
5 po rtabl e reference electrod e a t the fo ll owi ng locations:
6 a. Each test stat ion
7 b . Above grade pipeline a ppurtenances
8 c . Test stati ons on foreign pipelines crossing o r parallel to the water main.
9 2. Verify that a ll electrical iso lat io n devices are operatin g properly including flan ge
l O isolators a nd casing spacers.
11 C. Contractor is responsible for a ll testin g .
12 D . All te stin g is to be done by o r und e r th e s upervis ion of certified NACE personnel.
13 E. Reco rd results and s ubmit in accordan ce with thi s Specification.
14 3.9 ADJUSTING INOT USED)
15 3.10 CLEANING INOT USED]
16 3.11 CLOSEOUT ACTIVITIES !NOT USED]
17 3.12 PROTECTION !NOT USED]
18 3.13 MAINTENANCE
19 A . R efer to Section 33 04 12 .
20 3.14 ATTACHMENTS INOT USED]
2 1 END OF SECTION
22
Rev isio n Log
DATE NAME SUMMARY OF CHANGE
23
20 10 JUNE 25
C ITY OF FORT WORTH
STANDARD CONSTRUCTI ON SPECIFICATION DOCU MENTS
Rev ised [04 /0 1/20 11]
[N o rth Ho ll y WTP Pump St ati o n Di sc h arge Pipe Replacement]
[Capital Projec t No. 163 1 J
33 04 12 -I
MAGNES IUM AN ODE CA TH OD IC PROTECTI ON
Pag e I o f 9
l SECTION 33 04 12
2 MAGNESfUM ANODE CATHODIC PROTECTION
3 PARTI-GENERAL
4 1.1 SUMMARY
5 A. Section Includes :
6 I. Requirements for Cathodic Protection Systems on concrete cylinder pipes, carbon
7 steel pipes and ductile iron pipes using Magnesium Anodes
8 2 . The Cathodic Protection System s hall include but not be limited to the following:
9 a . Materials and installation
10 b. Post-installation survey
11 c . Final Repo rt to include recommendations
12 B . Deviations fr o m this City of Fort W o rth Standa rd Specification
13 I.
14 2 .
I 5 C. Related Specification Sections include but are not necessarily limited to :
I 6 I. Section 33 05 2 6 -Utility Markers/Locators
17 1.2 PRICE AND PAYMENT PROCEDURES !NOT USED]
18 1.3 REFERENCES
19 A. Abbreviation s and A c ronyms
20 I . A WG: Am e rican Wire Gauge
21 2. CSE: Copper/Copper Sulfate Reference Electrode
22 3 . HMWPE : Hi g h Molecular Weight Pol y ethylene
23 B. Definitions
24 I. Anode : The electrode of an electrochemical cell at which oxidation occurs .
25 2. Cable/Wire: One conductor or multiple conductors insulated from one another.
26 3 . Cathode: The electrode of an electrochemical cell at which reduction is the
27 principal re a ction .
28 4. Cathodic Polarization : The change of electrode potential in the negative direction
29 caused by direct current (DC) flow across the electrode/electrolyte interface.
30 5 . C athodic Protection: A technique used to reduce the corrosion of a metal surface by
3 I making th a t s urface the cathode of an electrochemical cell.
32 6 . Corrosion: Deg radation of a material , usually a metal, that result s from a reaction
33 with its environment.
34 7. Corros ion Control Engineer: NACE certified , licensed engineer in the state of
35 Texas, employed by a Corrosion Engineering Firm.
36 8 . Corrosi o n Engineering Firm: Engineering firm in charge of the c o rrosion protection
37 design on behalf of the Contractor.
38 9 . Criterion : St a ndard for assessment of the effectiveness of a Cathodic Protection
39 S ystem .
C IT Y O F FORT WOR TH
ST AN DARD CONSTRUCT ION SPECIF ICAT ION DOCUM EN TS
Revise d [04 /0 1/20 11)
[No r1h Ho ll y WT P Pump Station Di scharge Pip e Re pla ce ment)
[Capi tal Project No . 163 1)
330412-2
MA G NES IUM ANOD E CATHODIC PROT ECTION
Page 2 of9
I 0 . Current: Flow of electric charge.
2 I I . El e ctrode: A conductor used to establish contact with an electrolyte and through
3 which current is tran s ferred to or from an electrolyte .
4 12. Electrolyte: A chemical substance c o ntaining ions that migrate in an electric field
5 (i.e ., so il or water).
6 13. F o reign Structure: Any metallic structure that is not intended as a part of a system
7 under Cathodic Protection.
8 14 . Galvanic Anode: A metal that provides sacrificial protection to another metal that is
9 less active (more noble) when electrically coupled in an electrolyte.
IO 15 . Jnterf erence: Any electrical disturbance on a metallic structure as a result of stray
I I current.
12 16 . Pipe-to-Electrolyte Potential: The potential difference between the pipe and the
I 3 electrolyte that is measured with reference to an electrode in contact with the
14 electrolyte .
15 17 . Polarized Potential: The potential across the structure/electrolyte interface that is
I 6 the sum of the free corrosion potential and the cathodic polarization .
17 18 . Reference Electrode: An electrode whose open-circuit potential is constant under
18 similar conditions of measurement and is used to measure the relative potentials of
19 other electrodes.
20 19. Stray Current: Current flow through paths other than the intended circuit.
21 20. Voltage: Electromotive force or difference in electrode potential expressed in volts.
22 C. Reference Standards
23 I . NACE International (NACE).
24 1.4 ADMJNJSTRATJVE REQUIREMENTS [NOT USED]
25 1.5 SUBMJTT ALS
26 A. Submittals shall be in accordance with Section O 1300.
2 7 B . All submittals shall be approved by the Engineer or the City prior to delivery.
28 1.6 ACTJON SUBMJTT ALS/JNFORMATIONAL SUBMITTALS
29 A. Product Data
30 I. Submit product data for all components of the Cathodic Protection System. Data
31 s ubmitted shall include:
32
33
34
35
36
37
a. Anodes
b . Anode Test Stations
c . Wirin g
d. Splicing Materials
e. Thermite Weld Materials
f. Weld Coatings
38 1.7 CLOSEOUT SUBMITTALS
39 A . The results of all testing procedures shall be submitted to the Engineer or the City for
40 review and approval. Testing information required includes:
4 I I. Anode ground bed current outputs
C ITY OF FOR T WORTH
STAN DARD CONST RUCT ION SPEC IFICA TI ON DOCUME TS
Re vi sed [04/0 l /20 11)
[No rth Holl y WTP Pump Stati on Di sc harge Pipe Repla ce ment)
[Capit al Projec t No . 163 1)
330412-3
MAGN ES IUM ANODE CATHOD IC PROTECTION
Page 3 of9
2. Pipe-to-so il potentials
2 3. R esu lt s of interference testing
3 4. Re s ults of electrical isolation joint tests
4 5. Operating and maintenance in st ructions
5 8 . Results of all testing are to be submitted to Owner for inclusion in the O&M manual.
6 C. Provide written documentation from the C01Tosion Control Engineer of any deficiencies
7 discovered during the post in stallation inspection.
8
9 1.8 MAINTENANCE MATERIAL SUBMITTALS jNOT USED]
10 1.9 QUALITY ASSURANCE
11 A. Qualifications
12 I. Cathodic Protection installer shall show adequate documented experience in the
13 type o f Cathodic Protection work required for the project.
14 8. Certifications
15 I . The Contractor shall, upon request by City, furnish manufacturer's certified test
16 reports that indicate that anodes meet Specifications and that all tests have been
17 performed in accordance with the applicable standards.
18 1.10 DELIVERY, STORAGE, AND HANDLING
19 A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor.
20 8. Storage and Handling Requirements
2 I I . Secure and maintain a location to store the material in accordance with Section
22 01600.
23 C. Packaging Waste Management
24 l. Dispose of anode and thermite weld material packaging properly and remove from
25 the job site after installation is complete .
26 1.11 FIELD !SITE) CONDITIONS !NOT USED]
27 1.12 WARRANTY !NOT USED)
28 PART 2 -PRODUCTS
29 2 .1 OWNER-FURNISHED !OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
30 2.2 MATERIALS
31 A. Sacrificial Anodes -Magnesium
32 I . Magnesium Anodes
33 a. Use high potential prepackaged Magnesium Anodes.
34 b. The metallurgical composition of the Magnesium Anodes shall conform to the
35 following:
36
C ITY OF FORT WORTH
STAND ARD CONSTRUCT ION SPECIF ICA TION DOCUMENTS
Revise d f04 /0 I /20 I I]
fNonh Holly WTP Pump Stat ion Discharge Pipe Replacement]
l Ca pit al Project No . 163 I]
I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
33 C4 12 -4
MAGNES IUM ANODE CA THODJC PROTECT ION
Page 4 of9
Element Content(%)
Al 0 .01
Mn 0 .50 to 1.3 0
Cu 0.02 Maximum
Ni 0.001 Maximum
Fe 0.03 Maximum
Other 0.05 Each or 0.3 Maximum (Total)
Magnesium Remainder
2. Magnesium Anode Current Capacity
a . Magnesium Anodes require a current capacity of no les s than 500 amp-hours
per pound of magnes ium .
3. Anode Backfill Material
a . Use chemical backfill material around all galvanic anodes.
b. B ac kfill provides a reduced contact resistance to earth , provides a uniform
environment surrounding the anode, retains moisture around the anode, and
prevents passivation of the anode .
c. All galvanic a nodes shall come prepackaged in a backfill materia l conforming
to the following compos ition :
I) Ground hydrated gypsum: 75 percent
2) P owdered bentonite : 20 percent
3) Anhydrous sodium sulfate : 5 percent
4) Have a grai n s ize b ackfill such that 100 percent is capable of pas s ing
through a 20-mesh screen and 50 percent is retained by a 100-mes h screen.
d . Compl e te ly surround the anode w ith the backfill mixture within a c o tton bag.
e. For cast ma g ne s ium ingots , the required weight of backfill shall be as fol lows:
Anode Weight Backfill Weight Total Weight
(Pounds) (Pounds) (Pounds)
17 44 61
2 0 5 0 7 0
32 58 90
4 0 65 105
48 48 96
60 70 130
4. Anode Lead Wires
a. F or the lead wire for the Magnes ium Anodes, use a I 0-foot length of No. 12
A WG so lid copper wire equipped with TW ofTHW insul ation .
. 23 5 . Lead Wire Con necti o n to Magnesium Anode
24 a. Cast Magnes ium Anodes with a 20 ga uge ga lvanized steel core .
25 b . Extend one e nd of the core beyond the anode for the lead wire connection .
26 c . Silver-solder the lead wire to the core and fully insulate the connecti o n.
27 B . Splicing Ta pe
CITY OF FORT WORTH
STANDARD CONSTRUCT ION SPEC IFI CA TI ON DOCUMENTS
Revised 104 /0 1/20 1 I]
[Nort h Holl y WT P Pump Sta ti on Disc har ge Pipe Replacement]
!Ca pital Projec t No . 163 1]
33 04 12 -5
MAGNESIUM ANODE CATHODIC PROTECTION
Page 5 of9
I . Tape use d for covering a node lead wire to anode header cable connections shall be
2 2 layers of Scotch 130C rubber s plicing tape , then 2 la yers of Scotch 88 vinyl
3 e lectrical t ape as manufactured by 3M Scotch , or approved equal.
4 2. Taped sp lices shall be covered with a coating of 3M Scotchkote electrical coating,
5 o r approved equa l.
6 C. Crimping Lugs
7 I. Crimping lug s use d to connect the anode lead wire to anode header cable shall be
8 copper compression crimpit Catalog No. YC I OC IO as ma nufactured by Bumdy, or
9 approved equal.
IO D. Anode He ader Cable
11 I . Anode header cables routed betwee n the anode groundbed and the test stations s hall
12 be # IO A WG stranded copper conductors with type HMWPE insulation (black).
13 E. Anode Test Stations
14 I. Test stations shall consist of te st wires, a terminal head and a traffic box as shown
15 on the Drawings.
16 2. The terminal box shall be a 7 terminal NM-7 with cast iron lockable lid as
17 manufacture d by CP Test Services, or approved equal.
18 3. The Precast Concrete traffic box shall be a I 0 .2 5-inch diameter 3-RT with a cast
I 9 iron cover marked "CP Test" as manufactured by Brooks Products, Inc , or approved
20 equal.
2 1
22
4. If the area is not paved , the te st station shall be installed in a 24-inch x 24-inch x 6-
in c h square concrete pad.
23 5. In sta ll a marker sign adjacent to all flush-mounted test stations.
24 F . Shunt
25 I . Monitoring shunt shall be a 0.0 I ohm Type RS shunt as manufactured by
26 Ho lloway , or approved equal.
27 2 . There shall a t lea st I shunt in each Magnesium Anode test stati o n.
28 G. Test Lea d Wire
29 I . Test station le ad wires shall be# 12 A WG stranded copper cable with type TW ,
30 THW or THHN in su lation , black in color.
31 H . Permanent Reference Electrode
32 I. The permanent reference electrode shall be a copper sulfate Permacell Plus double
33 membrane ceramic cell in a geomembrane package, as manufactured by Corrpro
34 Companies, Inc ., or approved equal.
35 2. The pennanent reference electrode shall be equipped with No. 14 A WG stranded
36 copper wire with blue HMWPE insulation of suitable length to attach to the
37 terminal board of the test station .
38 I. Marker Sign
39 l . Provide marker s ign in accordance with Section 33 05 26.
C ITY OF FORT WORTH
STAN DARD CON STR UCTIO N SP EC IFI C ATI ON DO CUMENTS
Revi se d 104 /01 /20 1 I J
[North Ho lly WTP Pump Stati o n Di scharge Pipe Replacement]
[Ca pital Proj ect No . I 63 1 J
330412-6
MAG NES IUM ANO DE CATHODI C PROT EC TI ON
Page 6 of9
2.3 ACCESSORIES (NOT USED]
2 2.4 SOURCE QUALITY CONTROL (NOT USED]
3 PART 3 -EXECUTION
4 3.1 INST ALLERS (NOT USED]
5 3.2 EXAMINATION (NOT USED]
6 3.3 PREPARATION !NOT USED]
7 3.4 INSTALLATION
8 A. lnstallation of Sacrificial Anodes
9 1. Placement
IO a. Each anode shall be installed vertically in a 12-inch diameter by IO foot deep
11 hole or by trench maintaining the same spacing as shown on the Drawings .
12 b . Centerline of the anode shall be at a minimum of 10 feet from the centerline of
13 the pipe.
14 c. Anodes shall be installed within the pipeline right-of-way.
15 2. Augured Hole
I 6 a. The anode hole diameter shall easily accommodate the anode .
I 7 3 . Backfilling
18 a. After the hole is augured, the packaged anode shall be lowered into the hole and
19 the soil shall be firmly tamped around the package so that it is in intimate
20 contact with the package.
2 I b. Pour a minimum of 5 gallons of water into the anode hole.
22 c . Backfill the remainder of the anode hole .
23 4. Anode Lead Wire
24 a. Lead wires from the anodes shall be run underground at a minimum depth of 24
25 inches .
26 b. Each anode lead wire shall be connected to an anode header cable as indicated
27 on the Drawings.
28 5. Handling
29 a. Anodes shall be handled in a manner that will avoid damaging anode materials
30 and wire connections.
31 B. Installation of Permanent Anode
32 I . Location
33 a . Install I permanent copper sulfate reference electrode at each anode ground
34 bed.
· 35 b. The permanent reference electrode shall be within 6 inches of the pipe at pipe
36 depth.
37 c . Prepare and install the permanent reference electrode in strict accordance with
38 the manufacturer 's recommendations .
39 2. Placement
40 a . Place the permanent reference electrode in the same ditch with the water line
41 and carefully covered with the same soil as the pipeline backfill.
C IT Y OF FO RT WO RTH
STANDARD CONSTRUCT ION SPEC IFICAT ION DOCUMENTS
Re vise d [04 /0 1/2 0 1 I]
[No nh Holl y WTP Pump S1a1i 6n Di schar ge Pipe Repl ac em ent]
[Ca pit al Proj ect No. 163 1 J
330412-7
MAGNES IUM ANODE CATHODIC PROTECTION
Page 7 o f9
3 . Lead Wire
2
3
4
a. Protect the permanent reference electrode lead wire during backfill operations
and route to the test station along with the water lin e test leads and anode
ground bed cables.
5 C. Installation of Wire and Cable
6 l . Depth
7 a. All underground wire and cable shall be installed at a minimum of 24 inches
8 below final grade with a minimum separation of 6 inches from other
9 underground structures.
JO 2 . Anode Header Cable
11
12
a. Each anode lead wire shall be connected to a #IO A WG/HMWPE header cable
which shall be routed into a flush-to-grade test station.
13 3 . Anode Lead Wire to Header Cable Connection
14 a. Each anode lead wire to header cable connection shall be made using a copper
15 compression connector.
16 b. Each connection shall be taped using rubber tape, vinyl tape and coated with
17 Scotchkote electrical coating as shown on the Drawings.
18 4. Anode-to-Pipeline Connection
19 a. Connect each group of anodes to the pipeline through a test station as shown on
20 the Drawings.
2 1 b. A 0 .0 l ohm shunt shall be used to connect the anode header cable to the
22 pipeline as shown on the Drawings.
23 5. A 3-inch wide, yellow, non-detectable warning tape labeled "Cathodic Protection
24 Cable Buried Below" s hall be buri e d at a depth of 18 inches below the surface a nd
25 along the length of all Cathodic Protection cable trenches.
2 6 D . Test Lead Wire Attachment
27 I . Test lead cables s hall be atta ched to the pipe by thermite welding.
28 2. The pipe to which the wires are to be attached s hall be clean and dry.
29 3. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease a nd
30 dirt from the pipe over an area approximately 3 inches square . The s urface shall be
3 I cleaned to bright metal.
32 4 . The wires to be thermite welded to the pipe s hall have approximately l inch of
33 insulation removed from each end, exposing clean , oxide-free copper for welding.
34 5. Charges and Molds
35 a. Weld charges and mold size s hall be as s pecified by the manufacturer for the
36 specific surface configuration .
37 b . Care shall be taken during in stallation to be sure correct charges are used .
38 c . Welding charges and molds shall be the product of a manufacturer regularl y
39 engaged in the production of such materia ls .
40 6. Using the proper size thermite weld mold as recommended by the manufacturer, the
41 wire shall be placed between the graphite mold and the prepared metal surface .
42 7. The metal disk shall be placed in the bottom of the m ol d .
43 8. The cap from the weld charge container shall be removed and the contents poured
44 into the mold.
45 9 . Squeeze the botto m of the weld charge container to s pread ig niti o n powder over the
46 charge .
C ITY O F FORT WORTH
ST AN DARD CON STRUCTION SP EC IFI C ATIO N DOCUMENTS
Revi sed [04 /0 1/20 1 I]
[Nonh Ho ll y WTP Pump Stati o n Di sc harge Pipe Replacement)
[ Capit a l Projec t No. 163 I]
33 04 12 -8
MAGNESIUM ANODE CATHODIC PROTECTION
Pa ge 8 of9
10. Close the mold cover and ignite the starting powder with a flint gun . The mold
2 s hould be held firmly in place until all of the charge has burned and the weld has
3 cooled slightly.
4 11 . Remove the thermite weld mold and ge ntl y strike the weld with a hammer to
5 remove the we ld s lag.
6 12 . Pull o n the wire to assure a secure connection.
7 13 . If the weld is not secure or the wire breaks, repeat the procedure.
8 14. If the weld is secure , coat all bare metal and weld metal with Stopaq CZ tape, or
9 approved equal.
IO E. Flush-to-Grade Anode Test Stations
11 I . Flush-to-grade anode test stations shall be installed as shown on the Drawings .
12 2. Test stations shall be installed in a 24-inch x 24-inch x 6 -inch square concrete pad .
13 3. Sufficient slack shall be coiled beneath the te st station to allow for soi l settlement
14 and to prevent damage to the leads during backfilling.
15 a. Additional slack shall be left to allow for withdrawa l of the terminal board a
16 minimum of 12 inches above the top of the concrete pad for test purposes .
17 F. Post installation Backfilling of Cables
18 I . General
19 a . During the backfilling operation, cables shall be protected to prevent damage to
20 the wire in s ulation and conductor integrity .
21 3.5 REPAIR
22 A. Cut wires shall be spliced by using a copper compression connector. The connection
23 shall be completely sealed against moisture penetration by the u se of rubber tape , vinyl
24 tape and Scotchkote e lectrical coating.
25 B . Damaged o r missin g test sta tion compo nents s hall be replaced by equal components.
26 3.6 RE-INSTALLATION INOT USED]
27 3.7 FIELD QUALITY CONTROL
28 A. Field Te sts and Inspections
29 I. All components of the Cathodic Protection System s hall be visually inspected by
30 the City prior to commissioning of the sys tem.
31 3.8 SYSTEM STARTUP
32 A . General
33 1. The Cathodic Protecti o n System shall be in s pected , energized and adjusted
34 (commiss ioned) as soon as p oss ible after the Cathodic Protection equipment has
35 been installed.
36 B. Equipment
37 I . All Cathodic Protecti o n te sting in struments s hall be in proper working order and
38 calibrated according to factory specifications.
39 C. Commissioning
C ITY OF FORT WO RTH
STANDARD CONSTR UC TION SPECIF IC ATION DOC U M ENTS
Revi sed [04 /0 1/20 1 I )
fNonh Holly WTP Pump Stat ion Di scharge Pipe Replaceinent]
!Capi tal Project No. 1631]
33 04 12 -9
MAGNESIUM ANODE CATHODIC PROTECT ION
Pa g e 9 o f9
I I . The commissioning of the Cathodic Protection System shall be performed by, or
2 under the direct supervision of, the Corrosion Engineering Finn qualified to verify
3 compliance with this Specification and with the referenced corrosion control
4 standards set forth by NACE International.
5 D . Method
6 I. Measure native state structure-to-soil potentials along the water line using the
7 permanent reference electrodes at each anode test station and a portable reference
8 electrode at all other test stations and at above grade pipeline appurtenances .
9 2 . Energize the C a thodic Protection System by connecting each Magnesium Anode
IO groundbed to the pipeline lead in the test station junction box by means of a 0.0 I
I I ohm shunt.
12 3. Record each anode ground bed current using the shunt.
13 4 . Allow sufficient time fo r the pipeline to polarize.
14 5. Adjust, if necessary, the Cathodic Protection current output in each anode test
15 station to satisfy the I 00-m V polarization shift criterion or the -850 millivolts-CSE
16 polarized potential criterion as established by NACE International standards.
17 6 . Record all final current outputs measured at each test station.
18 7 . Verify that all electrica l isolation devices are operating properly including flange
19 isolators and casing spacers.
20 8. Verify that interference does not exist with foreign structures.
21 9. Perform joint tests with owners of the foreign structures (if any) and mitigate any
22 interference detected .
23 I 0. If necessary, install resistance bonds to mitigate int e rference.
24 11. Interference testing coordinat ion with the owners of foreign structures is the
25 responsibility of the Cathodic Protection tester.
26 E. Verification and R es ponsibilities
27 I. Contractor shall correct, at hi s expense, any deficiencies in materials or installation
28 procedures di scovered during the pos t-in stallation inspection.
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] END OF SECTION
3 5
Revision Log
DATE NAME
[20 IO JAN 06)
C ITY OF FORT WORTH
STANDARD CONSTRUCTION S PE CIFICAT ION DOCUMENTS
Revise d [04 /01 /20 11]
SUMMARY OF CHANGE
[North Holly WTP Pump Stati o n Di sc harge Pipe Replacement]
[Capita l Project No. 163 1]
33 04 40 - l
CLEAN ING A N D ACCEPTANCE TESTTNG OF WATER MAfNS
Pa g e I o f 6
SECTION 33 04 40
2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. General
6 I . Before any newly constructed potable water mains will be pennitted to be placed
7 into service in the Fort Worth Water Department's Water Distribution System, it
8 s hall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the
9 bacteria count within the water main meets the standards established by the Fort
IO Worth Water Department and the requirements of Chapter 290 of the Texas
11 Administrative Code (TAC) established by the Texas Commission on
12 Environmenta l Quality (TCEQ).
13 B . Deviations from this City of Fort Worth Standard Specification
14 I . "Pigging" will not be a required cleaning method .
15 2.
16 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
17 1.3 REFERENCES
18 A. Reference Standards
19 1. Reference standards cited in this Specification refer to the current reference
20 standard published at the time of the latest revision date logged at the end of thi s
21 Specification , unless a date is specifica ll y cited .
22 2. American Wate r Works Association/American (A WWA):
23 a. C65 l , Disinfecting Water Mains .
24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
2 5 1.5 SUBMITT ALS
26 A . Subm ittal s
27 For 16-inch and larger water mains, provide th e fol lowin g:
2 8 I. C leaning Plan : Prior to the start of construction, submit a water main cleanin g plan
29 detailing the methods and schedu le , including:
30 a . A detailed description of cleaning procedures
31 b . Sweeping (o r Swabbing) procedures
32 c. Flushing procedures
33 d . Plans and hydraulic calculations to demonstrate adequate flu shing ve locities
34 e. Contro l of water
35 f. Disposal
36 2 . Di s infection Plan : prior to the start of construction submit a disinfection pl a n
37 including:
38 a . The method mixing and introducing chlorine
39 b . Flushin g
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF ICA TI ON DOCUMENTS
Revised [04 /0 1/2011]
[North Ho lly WTP Pump Stati o n Discharge Pipe Rep lacemen t)
[Capital Projec t No. 1631 J
33 04 40 -2
CLEAN IN G AND ACCEPTANCE TESTI NG OF WATER MAINS
Page 2 of 6
c . De-c hl o rin ati o n
2 d . Sampling
3 1.6 ACTION SUBMITTALS/INFORMA TIONAL SUBMITT ALS [NOT U SED]
4 1.7 CLO SEOUT SUBMITTALS [NOT USED]
5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
6 1.9 QUALITY ASSURANCE (NOT USED]
7 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED]
8 1.11 FIELD [SITE] CONDITIONS (NOT USED]
9 1.12 WARRANTY [NOT USED]
10 PART 2 -PRODUCTS
11 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIED PRODUCTS [NOT USED)
12 2.2 PRODUCT TYPES [NOT USED]
13 2.3 ACCESSORIES [NOT USED]
14 2.4 SOURCE QUALITY CONTROL [NOT USED)
15 PART 3-EXECUTION
16 3.1 INSTALLERS [NOT USED]
17 3.2 EXAMINATION [NOT USED]
18 3.3 PREPARATION [NOT USED]
19 3.4 ERECTION/INSTALLATION/APPLICATION (NOT USED]
20 3.5 REPAIR/RESTORATION [NOT USED]
2 1 3.6 RE-INSTALLATION [NOT USED)
22 3.7 FIELD Io n) SITE QUALITY CONTROL [NOT USED]
23 3.8 SYSTEM STARTUP [NOT USED]
24 3.9 ADJUSTING [NOT USED]
25 3.10 CLEANING
26 A. Gen era l
27 1. A ll wate r m a in s s hall b e cl eane d pri o r to b acte ri o log ic al tes tin g .
28 a . M a nu a ll y swee p 36-inc h a nd la rge r ma in s.
29 b . Flu s h in g is o nl y p e rm itt e d w h e n s pecia ll y d es ig n a te d in th e Draw in gs, o r i f
30 swee pin g is no t prac ti ca l a nd a pproved by t h e C ity.
C ITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPEC IFI CAT ION DOCUMENTS
Revised f04 /0 I/2011)
[North Holl y WTP Pump Stat ion Disc har ge Pip e Replacemen t)
[Capit al Project No. 163 1]
33 04 40 -3
CLEANING AND ACCE PTANC E TESTING OF WATER MA INS
Pa ge 3 of 6
I B. Sweeping (or Swabbing) Method
2 I. To reduce the volume of water required for flushing swa bbing of pipe interior may
3 be used.
4 2. As recommended by A WW A C65 l , swab interior pipe surfaces with I to 5%
5 hypochlorite solution in water.
6 C. Flushing Method
7 I. Prepare the main by installing blow-offs at appropriate location s, of sufficient sizes
8 and numbers, and with adequate flushing to achieve the removal of dirt and debris .
9 a. Minimum blow-off sizes for various main sizes are as follows :
IO I) 4-inch through 8-inch main -Vi -inch blow-off
11 2) I 0-inch through 12-inch main -]-inch blow-off
12 3) 16-inch and greater main -2-inch blow-off
13 b. Flushing shall be subject to the following limitations :
14 1) Limit the volume of water for flushing to 2 times the volume of the water
15 main.
16 2) Do not unlawfully discharge chlorinated water.
17 3) Do not damage private property.
18 4) Do not create a traffic hazard .
19 c. Once Flushing is complete:
20 l) Corporations stops used for flushing shall be plugge d .
21 D. Daily main cleaning
22 I. Wipe joints and then inspect for proper installation by the City inspector.
23 2. Sweep each joint and keep clean during construction .
24 3. lnstall a temporary plug on all exposed mains at the end of each working day or an
25 extended period of work stoppage .
26 E. Hydrostatic Testing:
27 I. All water main that is to be under pressure, shall be hydrostatically tested to meet
28 the following criteria :
29 a. Furnish and install corporations for proper testing of the main .
30 I) Furnish adequate and satisfactory equipment and supplies neces sary to
31 make such hydrostatic tests.
32 2) The section of line to be tested shall be gradually filled with water,
33 carefully expelling the air and the specified pressure applied .
34 b . The City will furnish water required for the testing at its nearest City line.
35 c. Expel air from the pipe before applying the required test pressure .
36 d . Test Pressure
37 I) Test pressures should meet the following criteria:
38 a) Not less than 1.25 (187 psi min) times the stated working pressure of
39 the pipeline measured at the highest elevation along the test section.
40 b) Not less that 1.5 (225 psi min) times the stated working pressure at the
41 lowest elevation of the test section.
42 e. Test Conditions
43 I) Must be at least 2 hour duration
44 2) Add water as necessary to sustain the required test press ure .
45 3) Test Fire hydrants to the fire hydrant valve.
46 a) Leave the isolation valve on the fire hydrant lead line o pen during the
47 hydrostatic testing.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised [04 /01 /20 1 I]
[Nonh Holly WTP Pump Station Discharge Pipe Replacement]
(Cap it a l Pr oject No . 163 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
33 04 40 -4
CLEANING AN D ACCEPTANCE TESTIN G OF WATER MAI NS
Page 4 o f 6
4) Close isolati o n valves fo r ai r release va lves.
5) Makeup water must come from a container of fixed 55 ga ll o n container th at
d oes n ot ha ve a water source.
f. Measure all water used in th e pressure test through a n approved m eter , or
measure the difference in volume within a 55 ga ll o n container.
I) D o n o t test against ex ist in g water distribution valves unle ss express ly
prov id ed for in the Drawin gs, or approved by the City.
2) If the City d e nies approva l to test against existing water di st ributi on system
valve, then make arran gement s t o plug and te st th e pipe at no a dditi o nal
cost .
2 . Allowable Leakage:
a. No pipe in s tallation sho uld be accepted if the amount of makeup water is
greater than that determined using the following formula:
In inch-pound unit s,
Where :
L = -~S=D_-.J~p_
148 ,000
L = te s tin g a llowance (make up water), g allons pe r hour
S = le n gth of pipe tested , ft .
D = n o mina l di a m et e r of pip e, in .
P = average test pressure durin g the h ydrostatic test , p s i
b . For any pipeline that fails to pass h y dro static test :
I) Identify the cause
2) Repair the leak
3) Res tore the trench and surface
4) R e te s t
c . All costs associated wi th repa irin g th e pipeline to pass th e h ydrostati c te st is the
sole respo n s ibility of th e Co ntractor an d included in the price per lin ear foot o f
pipe .
d . If the City determines that an ex is tin g system valve is re s p o nsibl e fo r the
h y drostatic test to fail , th e Contractor s hall make pro v is ions to test th e pipe line
without the u se of the syste m valve .
e. There shall be no a dditi ona l payment to the Contractor if th e existin g valve is
unable to sustain the hy dros t a tic tes t and s hall be included in th e price per line a r
foot of pipe .
F. Disinfection
I. General
a. Di s infection of the main s hall be acco mpli s hed by the "continuous feed "
method or the "slug" m e th o d as d e termined by the Contractor.
b . The free chlorine amounts s how n are minimum s. The Contracto r may re quire
hi g her rates .
I) Calcium hypoc hlorite gra nule s s h a ll be u sed as the source of chlorine.
c . Continuous Feed Method
I) Apply water a t a cons ta nt ra t e in the n ew ly la id m a in .
a) Use the existin g distribution system o r o th er ap proved so urc e of
s upply .
2) At a p o int n o t more th a n IO feet d own s tream fro m th e be g innin g of the new
m a in , water e nterin g th e new main s h a ll recei ve a dose of c hl o rine .
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPE C IF ICA TI ON DOC UMENTS
Revi sed J04 /0 l/20 I I)
[Nort h Holl y WTP Pu mp Sta ti on Di sc harge Pipe Replacement]
I Cap ital Project No. I 63 I J
I
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 .
33 04 4 0 -5
C LEANING AN D ACCE PT ANCE TESTING OF W AT ER M AINS
Page 5 o f 6
a) Free chlorine concentration : 50 mg.IL minimum, o r a s required by
TCEQ, whichever is greater.
b) Ch lorine applications shal l not cease until the entire conduit is filled
w ith heavily chlorinated water.
3) Retain chlorinated w ater in the main for at least 24 hours .
a) Operate valves and hydrants in the section treated in order to di s infect
the appurtenances.
b) Prevent the flow of chlorinated water into mains in active s ervice.
c) Residual at the end of the 24 -h our period: IO mg /L free chlorine,
minimum , for the treated water in all portions of the main .
4) Flush th e heavily chlor inated 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.IL , the water s hall remain in the
new main until the chlorine residual is less the 4 mg.IL.
b) The Contractor may choose t o evacuate the water into water trucks , or
other approved storage facility, and treat the water with Sodium
Bisulfate, o r another de-chlorination chemica l, o r method appropriate
for potable water and approved by the City until the ch lorin e residual is
reduced to 4 mg.IL or less.
c) After the specified chlorine residual is obtained , the water may then be
discharged into the drainage system or utilized by the Contract or.
d. Slug Method
I) Water from the ex isting distribution system or other approved source of
supply shall be made to flow a t a constant rate in the newly laid main.
2) At a point not more than IO feet downstream from the beginning of the new
main , water entering the new main shal l receive a dose of chlorine .
a) Free chlorine concentrati on: I 00 mg.IL minimum , or as required by
TCEQ, whichever is greate r.
b) The chlorine shall be app lied continuous ly and fo r a s ufficient time to
develop a solid co lumn or "s lu g " of chlorin ated water that sh a ll expose
a ll interior surfaces to the "s lu g " for at least 3 hours .
3) Operate the fittings and va lves as the chlorinated water flows past to
disinfect th e appurtenances.
4) Prevent the flow of ch lorinated water into mains in active service .
5) Flush the heavily chlorinated water from the main a nd dispose of in a
manner and at a location accepted by the City .
6) Upon completion , test the ch lo rine residual remaining in the main.
a) Chlorine leve ls of 4 mg/I or less should be maintained.
Contractor R eq uirements
a . Furnish all equ ipm ent, material and lab or to satisfactorily prepare the main fo r
the disinfection method approved by the City w ith adequate provisions for
sampling.
b. Make a ll necessary taps into the main to accomp li sh ch lorination of a new lin e ,
unless o th erwise specified in the Contract Documents.
c . After sati sfactory comp le ti on of the disinfection operation , a s determined by
the City, remove surplus pipe at the chlorination and samp lin g points , plug the
remaining pipe, backfill , and complete a ll appurtenan t work necessary to secure
the main.
C ITY O F FORT WO RTH [N o nh Ho ll y WT P Pump Stati o n Di scharge Pipe Rep lace ment]
[Ca pi ta l Proj ec t No. 163 1] STANDARD CON STR UCTI O N S P EC IFIC ATI ON DOCU M EN T S
Revi sed [04 /0 1/20 11 ]
33 04 40 -6
CLEAN ING AN D ACCEPTANCE TESTING OF WATER MAINS
Page 6 o f 6
G. Bacteriological Testing (Water Sampling)
2 I . General
3 a . Notify the City when the main is suitable for samp lin g. The City s hall then
4 take water samples from a s uitable tap fo r analysis by the City's labo ratory ,
5 unless otherwise spec ified in the Contract Documents .
6 I) No h ose o r fire hydrant s hall be u sed in the collection of sam ples .
7 2. Water Sampling
8 a. Complete microbiological sampling pri o r to connecting the new main into the
9 existing distributi on system in accordance with A WW A C65 I.
IO b. Collect samples for bacteriological analysis in sterile bottles treated with
11 sodium thiosu lfate .
12 c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart,
13 from the new main .
14 d . Collect at least I set of sa mples from every 1,000 linear feet of the new main
15 ( or at the next available sampling point beyond 1,000 linear feet as designated
16 b y the City), plus I set from the end of the line and at least I set from each
17 branch .
18 e. If trench water has entered the new main during construction or, if in the
19 opinion of the City, excessive quantities of dirt o r debri s have entered the new
2 0 main , obtain bacteriological samples at intervals of approximately 200 linear
21 feet.
22
23
f. Obtain samples from water that has stood in the new main for at leas t 16 hours
after formal flushing.
24 3. Repetiti o n of Sampling
25 a. Unsatisfactory tes t results require a repea t o f the disinfection process and re-
26 sampling as require d above until a sati sfact ory sample is o btained.
27 3.11 CLOSEOUT ACTIVITIES !NOT USED)
28 3.12 PROTECTION !NOT USED]
29 3.13 MAINTENANCE !NOT USED)
30 3.14 ATTACHMENTS !NOT USED]
31 END OF SECTION
Rev isio n Log
DATE NAME SUMMARY OF CHANGE
32
[20 10 J AN 06)
CITY OF FORT WORTH
STANDARD CONSTRUCT ION SPEC IFI CAT ION DOCUIVIENTS
Revi se d [04 /0 1/20 11)
[Nort h I·fo ll y WTP Pump Stati on Di sc harge Pipe Replacement)
I Capi tal Project No . 16 3 1 J
33 05 I O -I
UT ILITY TRE NC H EXCAVATION , EMB EDM EN T , AND BAC KFILL
Pa ge I of 17
I SECTION 33 05 10
2 U TILJTY T R ENCH E X CA VATION , E MB E DMEN T AND B ACK F ILL
3 PARTI-GENERAL
4 I.I SUMMARY
5 A . S ection Includ es:
6 I . Exc ava ti o n , E m bed m e nt a nd B ac kfill fo r :
7 a . Pressure A ppli cati o n s
8 I) W a ter Di s tr ibuti o n o r T ran s mi ss io n M a in
9 2) W ast ewate r Fo r ce M a in
10 3) R ec la im e d W a te r M a in
11 b . Gravity Appl ica ti o n s
12 l) W astewat e r Gravity M a in s
13 2 ) S t o rm Sewer Pipe a nd Culverts
14 3) S to rm Sewer Prec ast Bo x and Cul ve rt s
15 2 . Includin g:
16 a . Ex c avati o n o f a ll m a te ri a l e nco untered , includin g roc k a nd un s uita bl e m ate ri a ls
17 b . Di s posa l o f exc ess un s uitabl e m a te ri a l
18 c. Site s pe c ifi c tre n c h sa fety
19 d . Pumpin g a nd dewat e rin g
20 e . E mbe dment
2 1 f. B ac k fi ll
22 g. Compacti o n
23 B . Devi a ti o n s fr o m thi s C ity of Fort W o rth Sta nd a rd S pec ifi cati o n
24 l.
25 2 .
26 C. R e la te d S peci fi ca ti o n Secti o n s include, but a re n o t necessaril y limit e d t o:
27 I . Di v is io n 0 -Biddin g R e quire me nts , Cont rac t Form s, a nd Co nditi o n s o f th e
28 Contrac t
29 2. Divi s io n l -Gen e ral R e quire ment s
30 3 . Secti o n 3 1 l O 00 -Site C learin g
3 1 4 . Secti o n 3 I 2 5 00 -Eros io n a nd S e dim e nt Contro l
32 5 . S e cti o n 33 0 5 2 6 -U tili ty M a rk e rs/L ocato rs
33 6 . S ec ti o n 34 7 1 13 -Traffi c C o ntrol
34 1.2 PRICE AND PAYMENT PROCEDURES INOT USED)
· 3 5 1.3 REFERENCES
36 A. Definiti o ns
37 I . G e n e ral -Definit ion u sed in thi s secti o n are in a cc o rd a n ce w ith T e rmin o logies
3 8 A STM F 4 l 2 a nd A STM D8 a nd Termino logy ASTM D6 53 , unl ess o th e rwis e
39 noted .
C ITY O F FOR T WO RT H
STANDARD CONS TR UC T ION SPEC IFI CA TI ON DOCU MEN TS
Rev ised [04/0 I /20 11 J
!'No nh Holl y WT P Pump Station Di scharge Pi pe Re pl ac emen t]
l Cap ital Projec t No . 163 I]
I
2
3
4
5
6
7
8
9
JO
I I
12
13
14
15
16
17
18
19
33 05 10 -2
UT ILITY TRE CH EXCAVAT ION , EMBEDMENT , AND BACKFILL
Page 2 of 17
2. Definitions for trench width , backfill , embedment , initial backfill, pipe zone,
haunching bedding, springline, pipe zone and foundation are defined as shown in
the following schematic :
_J
<(
z
LL
1--z w
2
0 w
OJ
2 w
FOUNDAT ION
_J
<( z c;::
OD CLEARANCE
EXCAVATED TR ENCH \\~DTH
3. Deleterious materials -Harmful materials s uch as clay lumps, silts, and organic
material.
4. Excavated Trench Depth -Distance from the surface to the bottom of the bedding
or the trench foundation.
5. Final Backfill Depth
a. Unpaved Areas -The depth of the final backfill measured from the top of the
initial backfill to the surface.
b. Paved Areas -The depth of the final backfill measured from the top of the
initial backfill to bottom of permanent or temporary pavement repair.
B . Reference Standard s
I . 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 s pecifically cited .
2. ASTM Standard s :
a . ASTM C33-08 Standard Specifications for Concrete A ggregates
CITY OF FORT WORTH
ST ANDAR.D CONSTRUCT IO N SPECIF ICAT ION DOCUME TS
Revi sed [04 /0 1/2 011)
[No rth Holl y WTP Pump Station Dischar ge Pipe Replacement)
[Ca pital Projec t No . 1631 )
I
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
330510-3
UTILITY TR ENC H EXCAV ATI ON, EMB EDM EN T, AN D BAC KFILL
b. ASTM C88-05 Soundness of Aggreg ate by U se o f Sodium Sulfate or
Magnesium Sulfate
Pag e 3 of 17
c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate
d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and
Bridge Construction.
e. ASTM C535-09 Standard Test Meth o d for Resi s tance to Degradation of Large-
Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine
f. ASTM D588 -Standard Test method for Moisture-Density Relations of Soil-
Cement Mixture
g . ASTM D698-07 Test Method for Laboratory Compaction Characteristics of
Soil Using Stand Effo11s (12 ,400 ft-lb/ft3 600 Kn -m/M3)).
h . ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in
Place by Sand Cone Method.
1. ASTM 2487 -10 Standard Classification of Soils for Engineering Purposes
(Unified Soil Classification System)
J. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers
and Other Gravity-Flow Applications
k. ASTM D2922 -Standard Test Methods for Density of Soils and Soil
Aggregate in Place by Nuclear Methods (Shallow Depth)
I. ASTM 3017 -Standard Test Method for Water Content of Soi l and Rock in
place by Nuclear Methods (Shallow Depth)
m. ASTM D4254 -Standard Test Method for Minimum Index Density and Unit
Weight of Soils and Calculations of Relative Density
3 . OSHA
a . Occupational Safety and Health Administration CFR 29, Part 1926-Safety
Regulations for Construction, Subpart P -Excavations
27 1.4 ADMINISTRATIVE REQUIREMENTS
28 A . Coordination
29 1. Utility Company Notification
30 a. N o tify area utility companies at least 48 hours in advance, excluding weekends
3 I and holidays, before starting excavation.
32 b. Request the location of buried lines and cables in the vicinity of the proposed
33 work .
34 B . Sequencing
35 1. Sequence work , for each section of the pipe installed , to complete the embedment
36 and backfill placement on the day the pipe foundation is complete.
37 2 . Sequence work s uch that proctors are complete in accordance with ASTM D698
38 prior to commencement of construction activities.
39 1.5 SUBMITT ALS
40 A. Submittal s shall be in accordance with Section 01300 .
4 I B. All submittals shall be approved by the Engineer or the City prior to construction.
42 1.6 ACTION SUBMJTTALS/INFORMATIONAL SUBMITTALS
43 A. Shop Drawings
C ITY OF FORT WOR T H
STAN DARD CON ST RUCTION SPECIF ICA T ION DOCUMEN T S
Revise d !04 /0 1/20 11]
[No nh Holl y WTP Pump Stati on Disc harge Pipe Repl ac eme nt]
[Capi tal Projec t No . 163 1)
I
2
3
4
5
6
7
8
9
3305 10 -4
UT ILITY T RENC H EXCAVATION , EMBEDM ENT, AN D B AC KFILL
Page 4 of 17
I . Prov ide d etailed drawin gs and explanation for ground water and surface water
c o ntro l, if re quired .
2 . Tre nch Sa fety Plan in accordance with Occupational Safety and Health
Admini strati o n CFR 29 , Part 1926-S a fety Regulations for Construction , Subpart P -
E xcav a ti o n s
3 . Stockpil e d excavation and/or backfill material
a. Provide a de s cription of the storage of the excavated material only if the
contract documents do not al low storage of materials in the right-of-way of
e asement
10 1.7 CLOSEOUT SUBMITTALS (NOT USED]
11 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED]
12 1.9 QUALITY ASSURANCE (NOT USED]
13 1.10 DELIVERY, STORAGE, AND HANDLING
14 A. Storage
15 I. Within Existing Rights-of-Way (ROW)
16 a . Spoil , imported embedment and backfill materials may be stored within
17 existing ROW, easements or temporary construction easements, unless
18 s pecifically disallowed in the Contract Documents .
19 b. Do not block drainage ways, inlets or driveways.
20 c. Provide erosion control in accordance with Section 31 25 00.
2 I
22
23
24
25
26
2 7
28
29
30
d . Store materials only in areas barricaded as provided in the traffic control plans .
e. In n o n-paved areas , do not store material on the root zone of any trees or in
land sc a ped areas .
2 . De s ignated Storage Areas
a . If the Drawings do not allow the storage of spoils, embedment or backfill
materials within the ROW, easement or temporary construction ease ment, 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 . Prov ide eros ion control in accordance with Section 31 25 00 .
31 d. Do not block drainage ways.
32 e. Only m a terials used for 1 working day will be allowed to be stored in the work
33 zone .
34 B . Delive ries and haul-off -Coordinate all deliveries and haul-off.
35 1.11 FIELD (SJTE) CONDJTJONS
36 A . Existin g C o nditions
3 7 I . An y data which has or may be provided on subsurface conditions is not intended as
38 a re pre senta tion or warranty of accuracy or continuity between soils is expres sly
39 understood that neither the City nor the Engineer will be responsible for
40 int e rpreta ti o ns o r c o nclusions drawn there from by the Contractor.
41 2 . Data is made av a ilable for the convenience of the Contractor.
CIT Y OF FORT WORT H
STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS
Rev ise d 104 /0 1/20 11]
[North Holl y WT P Pump Stati on Disc harge Pipe Rep lace ment]
!C a pital Projec t No. 163 1]
33 05 IO -5
UTILITY TRENC H EXCA VAT ION, EMBEDM EN T, AND BA C KFILL
Pag e 5 of 17
1.12 WARRANTY [NOT USED]
2 PART2-PRODUCTS
3 2.1 OWNER-FURNISHED !OR] OWNER-SUPPLIED PRODUCTS
4 2.2 MATERIALS
5 A. Materials
6 I. Utility Sand
7 a . Granular and free flowing
8 b. Generally meets or exceeds the limits on deleterious substances per Table I for
9 fine a ggregate according to ASTM C 33
IO c. Reasonably free o f organic material
11 d . Gradation :
Sieve Size Percent Retained
I inch 0
3 /8 inch 0-10
#40 20-60
#100 95
12 2 . Crushed Rock
13 a. Durable crushed rock or recycled concrete
14 b . Meet s the gradation of ASTM D448 size numbers 56, 57, or 67
15 c . May be umva shed
16 d . Free from significant silt clay or unsuitable materials
17 e . Percentage of wear not more than 40 percent per ASTM Cl 31 or C535
18 f. Not m o re than a 12 percent maximum loss when subjective to 5 cycles o f
19 s odium sulfate soundness per ASTM C88
20 3 . Fine Crushed Rock
2 1 a. Durable crushed rock
22 b . Meets the g radation of ASTM D448 size numbers 8 or 89
2 3 c . May be unwashed
24 d . Free from significant silt clay or unsuitable materials .
25 e . Have a percentage of wear not more than 40 percent per ASTM Cl 31 o r C535
2 6 f. Not more than a 12 percent maximum Joss when subjective to 5 cycles of
27 sodium sulfate soundness per ASTM C88
28 4 . Ballast Stone
29 a . Ston e ranging from 3-inches to 6-inches in greatest dimension .
30 b. May be unwashed
31 c. Free fr o m s ig nificant silt clay or unsuitable materials
32 d . Percentage of wear not more than 40 percent per ASTM Cl3 l or C535
. 33 e . Not more than a 12 percent maximum loss when subjective to 5 cycles of
34 sodium sulfate soundness per ASTM C88
35 5. Acceptable Backfill Material
36 a. In-situ or imported soils classified as CL, CH , SC , or GC in accordance with
37 ASTM D2487
38 b . Free fr o m deleterious materials, boulders over 6 inches in size and org anic s
39 c . Can be placed free from voids
C ITY OF FORT WORTH
STA ND ARD CONS TRUCT ION SPEC IFICA TI ON DOCUM EN TS
Rev ise d [04 /0 1/20 11]
[No nh Holl y WTP Pump Statio n Disc harge Pip e Re pl ac ement)
[Capi tal Projec t No . 1631 J
I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
33 05 IO -6
UT ILITY TRENCH EXCAVATI ON , EMBEDMENT , AND BACKFILL
Page 6 o f 17
d . Must have 20 percent passing the number 200 sieve
6. Bl e nded Backfill Material
a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487
b. Blended with In-situ or imported acceptable backfill material to meet the
requirements of an Acceptable Backfill Material
c. Free from deleterious materials , boulders over 6 inches in size and organics
d . Must have 20 percent passing the number 200 s ieve
7. Unacceptable Backfill Material
a . In-situ soils classified as ML, MH, PT, OL, or OH in accordance with ASTM
D2487
8. Select Fill
a. Classified as SC or CL in accordance with ASTM D2487
b. Liquid limit less than 35
c. Plasticity index between 8 and 20
9. Cement Stabilized Sand (CSS)
a . Sand or silty sand
b. Free of clay or plastic material
c . Minimum of 4 percent cement content of Type I/II port land cement
d. I 00 to 150 psi compressive strength at 2 days in accordance with ASTM
D1633 , Method A
e . 200 to 250 psi compressive strength at 23 days in accordance with ASTM
D1633 , Method A
f. Mix in a stationary pug mill , weigh-batch , or continuous mixin g plant
I 0 . Controlled Low Strength Material (CLSM)
a. ln accordance with Section 03 34 13
I I. Trench Geotextile Fabric
a. Soils other than ML or OH in accordance with ASTM 02487
I) Needle punch , non woven geotextile composed of polypropylene fibers
2) Fibers shall retain their relative position
3) Inert to biological degradation
4) Resist naturally occurring chemicals
5) UV Resistant
6) Mirafi 140N by Tencate, or approved equal
b . Soils Classified as ML or OH in accordance with ASTM D2487
1) High-tenacity monofilament polypropylene woven yam
2) Percent open area of 8 percent -IO percent
3) Fibers shall retain their relative position
4) Inert to biological degradation
5) Resist naturally occurring chemicals
6) UV Resistant
7) Mirafi FW402 , by Tencate or approved equal
CJTY OF FORT WOR TH
STANDARD CONSTRUCT ION SPEC I FICATION DOCUMENTS
Revised [04/0 1/20 11]
[North Holl y WTP Pump Stati on Discha rge Pipe Rep lace ment]
!Capi tal Project No . 163 1]
330510-7
UTILITY TRE NCH EXCA VATION , EMB EDM EN T, AND BAC KFILL
Pa ge 7 of 17
2.3 ACCESSORIES [NOT USED)
2 2.4 SOURCE QUALITY CONTROL [NOT USEDJ
3 PART 3 -EXECUTION
4 3.1 INST ALLERS (NOT USED)
5 3.2 EXAMINATION
6 A . Verification of Conditions
7 I. 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
IO facilities as excavation progresses.
11 3 . Notify all utility owners within the project limits 48 hours prior to beginning
12 excavation .
13 4. The information and data shown in the Drawings with respect to utilities is
14 approximate and based on record information or on physical appurtenances
15 observed within the project limits.
16 5 . Coordinate with the Owner(s) of underground facilities .
17 6. Immediately notify any utility owner of damages to underground facilities resulting
18 from construction activities.
19 7. Repair any damages resulting from the construction activities.
20 B. Notify the City immediately of any changed condition that impacts excavation and
21 installation of the proposed utility.
22 3.3 PREPARATION
23 A. Protection ofln-Place Conditions
24 I . Pavement
25 a . Conduct activities in such a way that does not damage existing pavement that is
26 designated to remain.
27 b. Repair or replace any pavement damaged due to the neg I igence of the
28 contractor outside the limits designated for pavement removal.
29 2. Trees
30 a . When operating outside of existing ROW , stake permanent and temporary
3 I construction easements.
32 b. Restrict all construction activities to the designated easements and ROW.
33 c . Flag and protect all trees designated to remain in accordance with drawings.
34 d. Conduct excavation, embedment and backfill in a manner such that there is no
35 damage to the tree canopy .
36 e. Prune or trim tree limbs as specifically allowed by the Drawings or a s
37 specifically allowed by the City .
38 I) Pruning or trimming may only be accomplished with equipments
39 specifically design for tree pruning or trimming.
40 3. Above ground Structures
41 a. Protect all above ground structures adjacent to the construction.
C ITY O F FO RT WOR TH
STAN DARD CON STRU CTI ON SPE CIFI CATI ON DOCUMENTS
Revis ed 104 /0 1/20 1 I]
P~o rth Holl y WTP Pump Stati on Disc harge Pipe Repl ace mentJ
[Cap it al Projec t No . 163 1]
2
3
4
5
6
7
8
9
IO
11
12
13
14
15
16
17
18
19
20
21
330510-8
UT I LITY T RENC H EXCA V A TI ON , EMBEDM ENT, AND BACKFILL
Pa ge 8 of 17
b . Remove above ground structures designated for removal in the Drawings.
4 . Traffic
a. Maintain existing traffic, except as modified by the traffic control plan, and in
accordance with Section 34 71 I 3.
b . Do not block access to driveways or alleys for extended periods of time unless:
1) Alternative access has been provided ,
2) Proper notification has been provided to the property owner or resident, or
3) Is specifically allowed in the traffic control plan
c. Use traffic rated plates to maintain access until access is restored.
5 . Traffic Signal -Poles, Mast Arms, Pull boxes, Detector loops
a . Notify the City's Traffic Services Division a minimum of 48 hours prior to any
excavation that could impact the operations of an existing traffic signal.
b. Protect all traffic signal poles , mast arms, pull boxes, traffic cabinet, conduit
and detector loops.
c . Immediately notify the City 's Traffic Services Division if any damage occurs to
any component of the traffic signal due to the contractors activities .
d . Repair any damage to the traffic signal poles , mast arms; pull boxes, traffic
cabinets, conduit and detector loops as a result of the construction activities.
6. Fences
a. Protect all fences designated to remain.
b. Leave fence in the equal or better condition as prior to construction.
22 3.4 INSTALLATION
23 A. Excavation
24 1. Excavate to a depth indicated on the Drawings.
25 2. Excavate to a width sufficient for laying the pipe in accordance with the Drawings
26 and bracing in accordance with the Excavation Safety Plan.
27 3. The bottom of the excavation shall be firm and free from standing water.
28 a. Notify the City immediately if the water and /or the in-situ soils do not provide
29 for a firm trench bottom.
30 b. The City will determine if any changes are required in the pipe foundation or
31 bedding.
32 4 . Unless otherwise permitted by the Drawings or by the City, the limits of the
33 excavation shall not advance beyond the pipe placement so that the trench may be
34 backfilled in the same day.
35 5. Over Excavation
36 a. Fill over excavated areas \,vith the specified bedding material as specified for
37 the specific pipe to be in s talled.
38 b. No additional payment will be made for over excavation or additional bedding
39 material.
· 40 6. Unacceptable Backfill Materials
41 a. In-situ soils classified as unacceptable backfill material shall be separated from
42 acceptable backfill materials.
43 b. lf the unacceptable backfill material is to be blended in accordance with this
44 Specification , then store material in a suitable location until the material is
45 blended .
46
47
c . Remove all unacceptable material from the project site that is not intended to be
blended or m o dified.
CIT Y OF FO RT WORTH
STANDARD CONSTR UCT ION SPECIF ICA TI ON DO CU MEN TS
Revi sed [04 /0 1/2 0 11)
[No rth Ho ll y WTP Pump· Stati on Di schar ge Pipe Re placement]
[ Ca pit al Project No. 163 I}
33 05 10 -9
UTILITY TRENCH EX CAVATION. EMB E DM ENT, AN D BAC KFILL
Page 9 o f 17
I B. Shoring, Sheeting and Bracing
2 I . Engage a Licensed Professional Engineer in the State of Texas to design a site
3 specific excavation safety system in accordance with Federal and State
4 requirements.
5 2. Excavation protection syste ms shall be designed according to the space limitations
6 as indicated in the Drawings.
7 3 . Furnish, put in place and maintain a trench safety system in accordance with the
8 Excavation Safety Plan and required by Federal, State or local safety requirements .
9 4. If soil or water conditions are encountered that are not address ed by the current
IO Excavation Safety Plan, engage a Licensed Professional Engineer in the State of
11 Texas to modify the Excavation Safety Plan and provide a revised submittal to the
12 City.
13 5. Do not allow soil, or water containing soil, to migrate through the excavation safety
14 system in sufficient quantities to adversely affect the suitability of the excavation
15 protection system.
16 6. Movable bracing, shoring plates or trench boxes used to support the sides of the
17 trench excavation shall not:
18 a . Disturb the embedment located in the pipe zone or lower
19 b . Alter the pipe 's line and grade after the excavation protection system is moved
20 c. Compromise the compaction of the embedment located below the spring line of
21 the pipe and in the haunching
22 C . Water Control
23 I. Surface Water
24 a . Furnish all materials and equipment and perform all incidental work required to
25 direct surface water away from the excavation.
26 2 . Ground Water
27 a. Furnish all materials and equipment to dewater ground water by a method
28 which preserves the undisturbed state of the subgrade soils .
29 b. Do not allow the pipe to be submerged within 24 hours after placement.
30 c. Do not allow water to flow over concrete until it has sufficiently cured .
31 d . Engage a Licensed Engineer in the State of Texas to prepare a Ground Water
32 Control Plan if any of the following conditions are encountered :
33 I) A Ground Water Control Plan is specifically required by the Contract
34 Documents .
35 2) If in the sole judgment of the City, ground water is so severe that an
36 Engineered Ground Water Control Plan is required to protect the trench or
37 the installation of the pipe which may include:
38 a) Ground water levels in the trench are unable to be maintained below
39 the top of the bedding.
40 b) A firm trench bottom cannot be maintained due to ground water.
41 c) Ground water entering the excavation undermines the stability of the
42
43
44
45
46
47
48
excavation .
d) Ground water entering the excavation is transporting unacceptable
quantities of s oils through the excavation safety system .
e . In the event that there is no bid item for a Ground Water Control and the City
requires an Engineered Ground Water Control Plan due to conditions
discovered at the site, the contractor will be edible to submit a change order.
f. Control of ground water s hall be con s idered subs idiary to the excavation when:
C ITY O F FOR T WO RTH
STAN D AR D CONSTR UC TI ON SPECIFICAT IO N DOC UMENTS
Rev ise d [04 /0 1/20 11 )
[North Ho ll y WTP Pum p Stati o n Discharge Pipe Re pl aceme nt)
[Capi tal Proj ec t No. 163 1 J
33 0 5 10-1 0
UTILITY TRE NC H EX CAVATION , EMBEDM ENT , AND BAC KFILL
Pa ge I O o f 17
l 1) N o Ground Water Con tro l Plan is spec ific a ll y identified and required in the
2 Contract Documents
3 g . Grou nd Water Control Plan installation , operation and maintenance
4 1) Furn ish al l materials and equipment necessary to implement , o perat e and
5 maintain the Grou nd Water Co ntrol Plan .
6 2) Once the excava ti on is complete, remove all ground water control
7 equipment not ca ll ed to be inc orp orate d into the work.
8 h. Water Di sposa l
9 I ) Di spose o f groun d water in accordance with City policy or Ordinance.
IO 2) Do not di sc harge gro und water on to or across pr ivate property without
11 w ritt en permi ss ion.
12 3) Permission from the City is required pri or to disposal into the Sanitary
13 Sewe r .
14 4) Di sposa l sha ll not vio late an y Federal , State , or loca l regulations .
15 D . E mbedm ent and Pipe Placement
16 I . Water Lines les s than , o r eq ual to , 12 inche s in diameter:
17 a. The e ntir e embedment zo ne shall be of uniform material.
18 b. Utility san d sha ll be ge nerally used for em bedment.
19 c . If gro und water is in s ufficient quantity to ca use sand to pump , then use o r
20 crushed rock as embedment.
2 1 I ) If cru shed rock is not speci fically identified in the Contract Document s ,
22 th e n crushed rock shall be paid by th e pre-bid unit price .
23 d . Place eve nl y sprea d bedding mat eri a l o n a firm tr ench bottom .
24 e . Provide firm , uniform bedding.
25 f. Place pipe on the bedding in accordance with the alignment of the Drawings.
26 g . In no case shall the to p of the pipe be le ss than 42 inches from the s urface of the
27 prop ose d grade , unl ess s pec ifically called for in the Drawings .
28 h. Place embedm ent , including initial backfill , to a minimum of 6 inche s, but not
29 more than 12 inches , above the pip e.
30 1. Wh ere gate valves are present , th e initial backfill shall ex tend to 6 inche s above
3 1 the e le va ti o n of th e va lve nut.
32 J . Form all bl oc kin g against undi sturb ed trench wall to th e dimen s ions in th e
33 Drawings.
34 k . Co mp ac t embedment and initial backfill.
35 I. Place marker tape on top of the initial trench backfill in acc ordance wi th
36 Section 33 05 26.
37 2. Wat er Lines 16-24 Inch es in Diameter
38 a. The e ntir e embedment zo ne shall be of uniform material.
39 b . Utility sand may be fo r use d for embedment when the excavated trench depth is
40 less th an 15 feet deep.
41 c . C ru shed rock shall be used for embedment for excava ted tr enc h depths greater
42 than 15 feet dee p .
43 d . Place eve nl y spread beddi ng materi a l on a firm trench bottom.
44 e . Provide finn , uniform bedding.
45 I ) Additi o nal beddin g may be required if ground water is pre se nt in the
46 tr ench .
47 2) If additi onal crushed rock is required not spec ificall y identified in th e
48 Co ntract Docume nt s, th en crushed roc k shal l be pai d by th e pre-bid unit
49 price.
C ITY OF FORT WO RT H
STA DARD CO IST RUC TI ON SPECIF ICA TI ON DOCUMEN TS
Re,ised 104 /0 1/20 11)
[No rth Ho ll y WTP Pump Stati on Di sc harge Pip e Re pl ace ment)
[Ca pit a l Project No . 163 1 J
I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
33 05 10 -11
UTIL ITY TR ENC H EXCAVAT ION , EMBEDMENT, AND BA C KFILL
Pa ge 11 o f 17
f. Place pipe on the bedding according to the alignment shown on the Drawings.
g. The pipe line sha ll be within:
1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water
line s
2) ± I inch of the elevation on the Drawings for 30-inch and larger water line s
h. Place and compact embedment material to adequately support haunches in
accordance with the pipe manufacturer's recommendations.
1. For steel pipe greater than 30 inches in diameter, the initial embedment lift s hall
not exceed the spring line prior to compaction .
J. Place remaining embedment including initial backfill to a minimum of 6 inches ,
but not more than 12 inches, above the pipe.
k . Where gate valves are present, the initial backfill shall extend to up to the valve
nut.
I. Compact the embedment and initial backfill to 95 percent Standard Proctor
ASTM D 698 .
m . Density test may be performed by City to verify that the compaction of
embedment meets requirements .
n. Place trench geotextile fabric on top of the initial backfill.
o . Pl ace marker tape on top of the trench geotextile fabric in accordance with
Section 33 05 26.
3. Water Lines 16-24 inches in Diameter
a. The entire embedment zone shall be of uniform material.
b. Utility sand may be for 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 greater than 15 feet deep.
d. Provide trench geotextile fabric at any location where crushed rock o r fine
crus hed rock come into contact with utility sand
e. Place evenly sp re ad bedding material on a firm trench bottom .
f. Provide firm , uniform bedding.
1) Additional bedding may be required if ground water is present in the
tre nch .
2) If additional crushed rock is required not s pecifically identified in the
Contract Documents, then crushed rock shall be paid by the pre-bid unit
pnce.
g. Place pipe on the bedding according to the alignment s hown on the Drawings.
h . The pipe line shall be within:
I) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water
lines
1. Place a nd compact embedment material to adequately support haunches in
accordance with the pipe manufacturer's recommendations .
J. Place remaining em bedment including initial backfill to a minimum of 6 inches ,
but not more than 12 inches, above the pipe.
k. Where gate valves are present, the initial backfill shall extend to up to the valve
nut.
I. Compact the embedment and initial backfill to 95 percent Standard Proctor
ASTM D 698.
m . Density test may be performed by City to verify that the compaction of
embedment meets requirements .
n . Place trench geotextile fabric on top of the initi al backfill.
C ITY OF FOR T WORTH
STA N DARD CONS TR UCTION SPE C IFI CATI ON DO CU MENTS
Revised [04/0 1/20 11]
[North Holl y WTP Pump Stati on Di sc harge Pipe Repla ceme nt]
l Capital Projec t No. 163 1]
I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
26
27
28
29
30
3 1
32
33
34
35
36
37
38
39
40
4 1
42
43
44
45
46
47
48
33 05 10-12
UTI LITY TRENCH EXCAVATION, EMBEDMENT, AND BAC KFILL
Pa ge 12 of 17
o. Place marker tape o n top of the trench geotextile fabric in accordance wi th
Section 33 05 26.
4. Water Lines Greater than 24 Inches in Diameter
a. The ent ire embe dment zone shall be of uniform material.
b . C ru shed rock shall be use d for embedment .
c . Provide trench geotextile fabric at any location where crushed rock o r fine
crushed roc k come into contact with utility sand
d . Plac e eve nly spread bedding material on a firm trench bottom.
e. Provide firm , uniform bedding.
I ) Additional bedding may be required if ground water is pre se nt in the
trench .
2) If additional cru shed rock is required not specifica ll y id e ntified in the
Contract Docume nts , then crushed rock shall be paid by th e pre-bid unit
price.
f. Place pipe on the bedding according to the alignment sho w n on the Drawings .
g . The pipe line shall be within:
I) ±1 inch of the elevation on the Drawings for 30 -inch and lar ger wa ter lines
h. Place and compact embedment material to adequately support haunch es in
accordance with the pipe manufacturer 's recommend ations.
1. For ste e l pipe greater than 30 inches in diameter, the initial embedment lift sha ll
not exceed the s pring line prior to compaction.
J . Place remaining embedment including initial backfill to a minimum of 6 inches ,
but not more than 12 inches , above the pipe.
k . Where gate va lves are pre sent , th e initi a l bac kfill shall extend to up to th e va lve
nut.
I. Compact the embedment and initial backfill to 95 percent Standard Proct or
ASTM D 698 .
m . Den s ity te st may be performed by City to ve rify that the compaction of
embedment mee ts requirements.
n . Pl ace trench geo textile fabric on t o p of the initi a l backfill.
o. Plac e ma rk e r tape on top of the trench geote xtil e fabric in acco rd a nc e with
Section 33 05 26.
5. Sanitary Sewer Lines and Storm Sewer Lin es (HDPE)
a . The entire embedment zone s ha ll be of uni fo rm material.
b . Crushed rock shal l be used for embedment.
c . Place evenly spread bedding ma terial on a firm tr e nch bottom .
d . Spread bedding so that lines and grades are mainta in and that th ere are no sags
in the sanitary sewer pipe line .
e . Pro v ide firm , uniform bedding .
1) Additional bedding may be required if gro und water is pre se nt in the
trench.
2) If additional cru shed rock is required not s pecifi ca lly identified in the
Contract Documents , then crushed rock shall be paid by the pre-bid unit
pnce.
f. Place pipe on the bedding according to the alignment shown in the Drawin gs.
g . The pipe line shall be within ±0 .1 inch es of the e leva tion o n the Dra wi ngs.
h . Place and compact embedment material to adequately suppo11 haunches in
acco rdance with the pipe manufacturer 's rec o mmendations .
C IT Y OF FORT WORTH
STANDARD CONST RUCT ION SPE CI FICATION DOCU M EN T S
Revised [04 /0 1/20 11)
[No rth Holly WTP Pump Stati on Di sc har ge Pipe Replacement]
[Capita l Project No . 1631)
I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
26
27
28
29
30
3 1
32
33
34
35
36
37
38
39
40
4 1
42
43
44
45
46
47
48
33 OS IO -13
UT ILITY TRENCH EXCAVATION, EMB EDM ENT, AND BAC KFILL
Pagc 13 o fl7
1. For sewer lines greater than 30 inches in diameter, the embedment lift sha ll not
exceed the spring line prior to compaction.
J. Place remaining embedment including initial backfill to a minimum of 6 inches,
but not more than 12 inches, above the pipe.
k. Compact the embedment and initial backfill to 95 percent Standard Procto r
ASTM D 698 .
I. Den s ity test may be perfom1ed by City to verify that the compaction of
embedment meets requirements.
m . Place trench geotextile fabric on top of the initial backfill.
n . Place marker tape on top of the trench geotexti le fabric in accordance with
Section 33 05 26 .
6 . Storm Sewer (RCP)
a. The bedding and the pipe zone up to the spring line shall be of uniform material
b. Crushed rock shall be used for embedment up to the spring line .
c. The specified backfill material may be used above the spring line .
d . Place evenly spread bedding material on a firm trench bottom .
e. Spread bedding so that lines and grades are maintained and that th ere are no
sags in the storm sewer pipe line.
f. Provide firm , unifonn bedding.
1) Additional bedding may be required if ground water is present in the
trench .
2) If additional crushed rock is required which is not specifically identified in
the Contract Documents, then crushed rock shall be paid by the pre-bid unit
pnce.
g. Place pipe on the bedding according to the alignment of the Drawings.
h . The pipe line shall be within ±0 .1 inches of the elevation on the Drawings.
1. Place embedment material up to the s pring line.
I) Place embedment to ensure that adequate support is obtained in the haunch
J . Compact the embedment and initial backfill to 95 percent Standard Proctor
ASTM D 698.
k. Density test may be performed by City to verify that the compaction of
embedment.
I. Place trench geotextile fabric on top of pipe and crushed rock .
7 . Storm Sewer Reinforced Concrete Box
a. Crushed rock shall be used for bedding.
b. The pipe zone and the initial backfill s hall be:
I) Crushed rock, or
2) Acceptable backfill material compacted to 95 percent Standard Proctor
density
c . Place evenly spread compacted bedding material on a firm trench bottom .
d. Spread be dding so that lines and grades are maintain and that there are no sags
in the storm sewer pipe line .
e. Provide firm, uniform bedding .
1) Additional bedding may be required if ground water is present in the
trench.
2) If additional crushed rock is required which is not specifically identified in
the Contract Documents, then crushed rock s h a ll be paid by the pre-bid unit
pnce.
C ITY OF FORT WORTH
STANDARD CONS TRU CTION SPEC IFI CATION DOCUM ENTS
Revi se d [04 /0 I /20 I I)
[Non h Ho lly WTP Pump S tati on Di scharge Pipe Replacement)
[ Ca pita l Projec t No . 16 3 I)
3305 10-14
UTILITY TRE NCH EXCAVAT I ON, EMB EDMENT, AN D BAC KFILL
Pag e 14 of 17
f. Fill the annular space between multiple boxes with crushed rock , CLSM
2 according to 03 34 13 Controlled Low Strength Material o r cement sta bili zed
3 sa nd (CSS).
4 g. Place pipe on the beddin g according to the alignment of the Drawin gs .
5 h . The pipe shall be within ±0.1 inche s of the elevati on on the Drawin gs .
6 1. Compact the embedment initial backfi ll to 95 perce nt Standard Proctor ASTM
7 D698.
8 8. Water Services (Less than 2 lnches in Diameter)
9 a . The entire embedment zone shall be of uniform material
10 b. Utility sand shall be generally used for embedment.
11 c. Place evenly spread bedding materi al o n a firm trench bottom.
12 d. Provide firm , uniform bedding.
13 e. Place pipe on the bedding according to the alignment of the Plan s .
14 f. Compact the initial backfill to 95 percent Standard Proct or ASTM D698 .
15 9. Sanitary Sewer Services
16 a . The entire embedment zone shall be of unifonn material
17 b. Crushed rock shall be used for embedment.
18 c . Place evenly spread bedding mate rial on a firm trench bottom .
19 d. Spread bedding so that lines and grades are maintain and that there are no sags
20 in the sanitary sewer pipe line.
21 e . Pro v ide finn , uniform beddin g.
22 I) Additional bedding may be required if gro und water is pre se nt in the
23 trench .
24 2) lf additional crushed rock is required which is not specifically identified in
25 the Contract Document s, th e n crushed rock shall be paid by the pre-bid unit
26 price .
27 f. Pl ace pipe on the bedding according to the alignment of the construction pl a ns .
28 g. Place remaining embedment includin g initial ba ckfill to a minimum of 6 inche s,
29 but not more than 12 inche s, above the pipe.
30 h. Compact the initial backfill to 95 perc e nt Standard Proctor ASTM D698.
31 1. Den s ity tes t ma y be required to ve rify th at the compaction meet s th e density
32 requirements.
33 E. Trench Bac kfill
34 I . At a minimum , place backfill in such a manner that the required in-place den s ity
35 and moisture content is obtained , and so that there will be no damage to the surface ,
36 pavement or structures due to any trench se ttlement or trench movement.
37 a. Meeting the requirement herein does not reliev e the responsibilit y to dama ges
38 associated with the work.
39 2 . Backfill Material
40 a. Final backfill depth less than 15 feet
41 I) Backfill with acceptable backfill material , o r blended backfill material or,
42 2) Select backfill material , CSS , or CLSM when s pecifically required
43 b . Fin a l backfill depth greater than 15 fee t and under pavement or future pa ve ment
44 I ) Backfill depth from 0-15 feet de e p
45 a) Backfill with acceptable backfill material , or blended backfill mat e rial
46 OG
47 b) Select backfill materi a l, CSS , o r CLS M when s pecificall y required
48 2) Backfill depth greater than 15 feet deep
CITY OF FORT WORTH
STA N DARD CO N ST RUCT ION SPEC IFI CA TI ON DOCUME TS
Re vised [04 /01 /2 01 1]
(No r1h Holl y WTP Pump Stat ion Di scha rge Pipe Replacement]
JCa pital Project No . 16 3 1]
2
3
4
s
6
7
8
9
10
11
12
13
14
IS
16
17
18
19
20
21
22
23
24
25
26
27
2 8
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
33 05 JO-15
UTILITY TRENCH EXCA V AT ION, E M BEDM ENT , A N D BA C K FILL
Page 15 o f 17
a) with Select Fill , CSS, or
b) CLSM when specifically required
c. Final backfill depth greater th a n 15 feet a nd not under pavement o r future
pavement
I) Backfill with acceptable backfill material , o r bl e nded backfill m a te ri a l.
3. Required Compaction and Density
a . Final backfill depths le s s than 15 feet
1) Compact acceptable backfill material , blended ba ckfill material , or select
backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at
moisture content within -2 to +5 percent of the optimum moi s ture.
2) CSS or CLSM requires no compaction .
b . Final backfill depths greater than 15 feet and under existing or future pavement
I) Compact select backfill to a minimum of 98 percent Standard Proctor per
ASTM D 698 at moisture content within -2 to +5 percent of th e optimum
moisture.
2) CSS or CLSM requires no compaction.
c . Final backfill depths greater than 15 feet and not under existing o r future
pavement
I) Compact acceptable backfill material, blended backfil I material, or select
backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at
moi s ture content within -2 to +5 percent of the optimum moi s ture.
4. Saturated Soils
a. If the in-situ soi Is consi stently demonstrate that they are greater than 5 percent
over optimum moisture content, the City may require that the contractor to
remove the saturated soil and backfill with imported acceptable backfill
material.
b . Removal of existing soils and placement of imported acceptable backfill
material shall be at price bid pe r cubic yard .
5 . Placement of Backfill
a . Use only compaction equipment specifically designed for compactio n o f a
particular soil type and within the space and depth limitation experienced in the
trench.
b . Place in loose lifts not to exceed 12 inches
c . Compact to specified densities.
d. Compact only on top of initial backfill , undisturbed trench or previous ly
compacted backfill.
e. Remove any loose materials due to the movement of any trench box or shoring
or due to sloughing of the trench wall.
6 . Backfill Means and Methods Demonstration
a . Notify the City in writing with sufficient time for the City to obtain samples
and perform standard proctor test in accordance with ASTM D698
b. The results of the standard proctor test must be received prior to beginning
excavation
c . Upon commencing of backfill placement for the project the Contractor shall
demonstrate means and methods to obtain the required densitie s .
d. Demonstrate Means and Methods for compaction including:
l) Depth of lifts for backfill which s hall not exceed l 2 inches
2) Method of moi sture control for excessively dry or wet backfill
3) Placement and moving trench box, if used
C JT Y O F FO RT WORT H
STAN DARD CONSTR UCTION S P EC IF ICATI ON DOCU ME NTS
Revi sed [04 /0 I /20 I I ]
fN o nh Ho ll y WTP Pump St ation D isch arge Pipe Re pl ac em ent]
[ Capi ta l Project No. 163 I]
I
2
3
4
5
6
7
8
9
10
11
12
13
14
33 05 10 -16
UT ILITY TRENCH EXCAVATlON, EMBEDMENT, AND BACKFILL
Page 16 of 17
4) Compaction techniques in an open trench
5) Compaction techniques around structure
e. Provide a testing trench box to provide access to the recently backfilled
material.
f. The City will provide a qualified te s tin g Jab full time during this period to
randomly test density and moisture continent.
I) The te s ting Jab will provide results as available on the job site .
7. Varying Ground Conditions:
a. Notify the City of varying ground conditions and the need for additional
proctors.
b. Request additional proctors when so il conditions change.
c. The City may acquire additional proctors at its discretion.
d. Significant changes in so il conditions will require an additional Means and
Methods demonstration.
15 3.5 REP AIR
16 3.6 RE-INSTALLATION !NOT USED]
17 3.7 FIELD QUALITY CONTROL
I 8 A. Field Tests and Inspections
19 I . Proctors
20 a. The City will perform Proctors in accordance with ASTM D698 .
21 b. Test results will generally be available to within 4 calendar days and distributed
22 to :
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
I) 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 as:
I) lndicated in the geotechnical investigation in the Appendix
2) 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 so ils
2. Density Testing of Backfill
a . Density Test Shall be in conformance with ASTM 02922.
b . Provide a testing trench protection for trenches deeper than 5 feet.
c. Place, move and remove testing trench protection as necessary to facilitate all
test conducted by the City.
d. Final backfill depths less than 15 feet and trenches of any depth not under
existing or future pavement
I) The City will perform density testing twice per working day when
backfilling operations are being conducted.
2) The testing lab shall take a minimum of 3 density tests of the current lift in
the available trench.
e. Final backfill depths greater than 15 feet deep
I) The City will perform density te s ting twice per working day when
backfilling operations are being conducted.
CITY OF FORT WORTH
STANDARD CON TRUCTION SPEC IFICATION DOCUMENTS
Revised [04 /0 1/20 11)
[North 1:-l oll y WTP Pu1np Stati on Discharge Pipe Replacement)
[Capital Project No . 16 3 1)
33 05 10 -17
UTILITY TRENCH EXCAVAT ION , EMBEDMEN T, AND BACKFILL
Pa ge I 7 of 17
I 2) The testing lab shall take a minimum of 3 den s ity tests of th e current lift in
2 the available trench .
3 3) The testing lab will remain onsite sufficient time to te s t 2 additiona l lifts.
4 f. M a ke the excavation ava ilable for testing.
5 g. The City will determine th e locati o n of the te s t.
6 h . The City testing lab will provide re s ults to Contractor a nd the City's Inspector
7 upon completion of the te sting.
8 1. A forma l report will be po sted to the City 's Buzzsaw s ite within 48 hours
9 J. Test reports shall include:
10 I) Location oftest by station number
I I 2) Time and date of test
I 2 3) Depth of testing
13 4) Field moi sture
14 5) Drydensity
15 6) Proctor identifier
16 7) Percent Proctor Density
17 3 . Density of Embedment
18 a. Stonn sewer boxes that are embedded with acceptab le ba ckfill m a terial ,
19 blended backfill material , cement modified backfill material or select material
20 wi ll follow the same testing procedure as backfill.
21 b . The City may test fine crushed rock or crushed rock embedment in accordance
22 with ASTM D2922 o r ASTM 1556.
23 8. Non-Conforming Work
24 I. All non-conforming work shall be removed and replaced .
25 3.8 SYSTEM STARTUP !NOT USED)
26 3.9 ADJUSTING !NOT USED)
27 3.10 CLEANING !NOT USED]
28 3.11 CLOSEOUT ACTIVITIES !NOT USED)
29 3.12 PROTECTION !NOT USED]
30 3.13 MAINTENANCE !NOT USED]
31 3.14 ATTACHMENTS !NOT USED]
32 END OF SECTION
33
Revi s ion Lo g
DATE NAME SUMMARY OF CHANGE
34
[2010 JAN 06)
C ITY OF FORT WORTH
STANDARD CONSTRUCT IO N SPEC IFICATION DOCUMENTS
Revised [04 /0 1/2011)
[Nort h Holl y WTP Pump StatiL>n Di scharge Pipe Replacement]
[Capital Project No. 163 1]
33 OS 13 -I
FR AM E, COVER, AND GRADE RINGS
Page I o f S
I SECTION 33 05 13
2 FRAME, COYER, AND GRADE RINGS
3 PARTI-GENERAL
4 I.I SUMMARY
5 A . Section Includes:
6 I. Frame, cover and grade rings used as access ports into water, sanitary sewer and
7 storm drain structures s uch manholes or vaults
8 B . Deviations from this City of Fort Worth Standard Specification
9 I.
10 2.
11 C. Standard Details
12 I . WTR-005 Vault Detail for 16-inch and Larger Gate Valves
13 2. WTR-012 Access Manhole
14 3. WTR-015 Standard Blow-off into 4-ft Diameter Sump Manhole
15 1.2 PRICE AND PAYMENT PROCEDURES !NOT USED]
16 1.3 REFERENCES
17 A. R e ference Standards
18 I. Reference standards cited in this Specification refer to the current reference
19 standard published at the time of the latest revision date logged at the end of this
20 Specification , unless a date is specifically cited .
21 2 . ASTM International (ASTM):
2 2 a. ASTM A48 -Standard Specification for Gray lron Castings
23 b . ASTM A536 -Standard Specification for Ductile Iron Castings
24 c. ASTM C478 -Specification for Precast Reinforced Concrete Manhole Sections
25 3 . American As sociation of State Highways and Transportation Officials (AASHTO).
26 a. AASHTO M306 -Standard Specification for Drainage, Sewer, Utility and
27 Related Castings
28 1.4 ADMINISTRATIVE REQUIREMENTS !NOT USED]
29 1.5 SUBMITT ALS
30 A . Submittals shall be in accordance with Section O 1300.
31 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or
32 fabrication for specials.
33 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS
34 A . Pro duct Data
35 I. All castings shall be cast with:
36 a . Approved foundry 's name
37 b. Part number
C IT Y O F FOR T WORTH
ST AN DARO CO N STRUCT l ON SPECI FI CATl ON DOC UMENT S
Revi sed [04 /0 I /20 I I]
[North Ho lly WTP Pump Stati o n Di scharge Pipe Re pl ace me nt]
[Ca pita l Proj ec t N o . 16 3 1 J
33 GS 13 -2
FRAME, COVER , AN D GRADE RI 'GS
Page 2 of 5
c. Country of origin
2 d. Product ion da te
3 2. Prov ide ma nufac tur er 's:
4 a. Spec ifica t ions
5 b. Load tab les
6 c. Dimen s ion diagra ms
7 d . Anchor detai ls
8 e . In sta ll at io n instru ct io ns
9 B . Ce rtifi ca tes
I O I . Manu fac turer sha ll certify that all castin gs conform to the A STM and AA SH TO
11 des ignat io ns .
12 l.7 CLOSEOUT SU BMITTALS !NOT USED]
13 l.8 MAINTEN AN CE MATERIAL SUBMITTALS (NOT USED]
14 1.9 QUALITY ASSU RA N CE [NOT USED)
15 1.10 DELIVERY , STORAGE, AND HANDLING !NOT USED)
16 1.11 FIELD [SITE) CONDiiIONS !NOT USED)
17 1.12 WARRANTY !NOT USED)
18 PART 2 -PRODU CT S
19 2.1 OWNER-FU RNI SHED lo R] OWNER-SUPPLIED PRODUCTS !NOT USED]
20 2.2 EQUIPMENT , PRODUCT TYPES, MATERIALS
2 1 A. Manu fac tu re rs
22 I. O nl y th e ma nu fac turers as li sted on the Cit y's Stand ard Pro du ct s Li st w ill be
23 co ns id ered.
24 a . Th e manu fa ctur er mu st compl y w ith thi s Sp ecific ati on and rel ated Sec ti o ns .
25 2. A ny prod uct th at is not li sted o n th e Standard Product s Li st is co ns id ered a
26 s ub stitut io n and sha ll be subj ec t to a pp rova l by th e C ity and /o r Eng in ee r.
27 B . Cas tin gs
28 I . Use cast in gs fo r fra mes th at conform to ASTM A4 8, C lass 35 B or bet1 er.
29 2 . Use cas tin gs fo r cove rs th at confo rm to ASTM A 53 6, Grade 6 5-4 5-1 2 o r bet1 e r .
30 3. Use c lea n castin g ca pable o f w ith standin g a pplicati on o f AAS HTO H S-2 0 ve hi c le
3 1 loa din g w ith pe rm a nent defo rmati o n .
. 32 4 . Cove rs
33 a. S ize to se t flu sh w ith th e fram e with no large r th an a 1/8 inch ga p betw ee n th e
34 fr ame and cove r
35 b . Prov ide wi th 2 in ch w id e pi c k s lots in li e u of pi ck ho les.
36 c. Prov ide gas ket in fr ame and cove r.
37 d . Standard D im ens io ns
38 1) Sa nit ary Sewe r
C ITY OF FORT WORTH
STA NDARD CONSTRUCTION SPEC IFI CAT ION DO CU MENTS
Revi se d [04 /01 /2011)
[No rt h Ho ll y WTP Pump Sta ti on Disc harge Pipe Repl ace men t)
!Capital Projec t No . 16 3 1]
I
2
3
4
5
6
7
8
9
IO
II
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
26
27
28
29
30
3 1
32
33
34
35
36
37
38
39
40
~, 41
33 05 13 -3
FRAME, COVER , AND GRADE R INGS
Page 3 o f 5
a) Provide a clear opening of30 inches for all sanitary sewer frames and
cove r as semblies unless otherwise specified in the Contract Docum e nts.
2) Storm Drain
a) Provide a clear opening of 23 inches for all storm drain frames a nd
cover assem bl ies unles s othenvise specified in the Contract Documents.
e. Standard Labels
I) Water
a) Cast lid with the word "WATER" in 2-inch letters across the lid per
detail WTR-012.
2) Sani tary Sewer
a) Cast lid with the word "SAN IT ARY 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. Hin ge Covers
I) 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.
C. Grade Rin gs
I . Provide grade rings in sizes from 2-inch up to 8-inch.
2 . Use co ncrete in traffic loading areas.
3. In non-tra ffic areas concrete or HDPE can be used.
D. Joint Sealant
I. Provide a pre-fo rmed or trowelable bitumastic sealant in an extrudable or flat tape
form .
2. Provide sealant th at is not dependant on a chemical action for its adhesive
properti es or cohesive strength.
2.3 ACCESSORJES !NOT USED]
2.4 SOURCE QUALITY CONTROL INOT USED]
PART 3 -EXECUTJON
3.1 INSTALLERS !NOT USED)
3.2 EXAMINATION INOT USED]
3.3 PREPARATION !NOT USED)
3.4 INSTALLATJON
A. Grade Rings
1. Place as sh own in the water and sanitary sewer Standard Details referenced in this
Specifica ti o n.
CITY OF FO RT WORTH
STANDARD CONSTRUCTION SPECIFICAT ION DOCUMENTS
Re vi sed I 04/01/20 11 ]
(North Ho ll y WTP Pump Station Discharge Pipe Re pl acemrnt)
[ C apita l Project N o . 163 I]
33 0513-4
FRAME, CO YER , AN D G RADE RINGS
Pag e 4 of 5
2 . Clean surfaces of dirt, sand, mud or other foreign matter before placing sea lant.
2 3. Seal each grade ring with sealant specified in this Specification and as shown on the
3 Standard Details .
4 B . Frame and Cover
5 1. Water
6 a. For water structures install frame , cover a nd grade rings in accordance wit h
7 applicable Standard Detail referen ced in this Specification.
8 2. Sanitary Sewer
9 a. For sanitary sewer structures install frame , cover and grade rin gs in accordance
IO with applicable Standard Detail referenced in this Specification .
11 3. Storm Drain
12 a . For sanitary sewer structures install frame, cover and grade rings in accordance
13 with applicable Standard Detail referenced in this Specification .
14 4. Hinge Cover
15 a . Provide hinge cover on elevated manholes, junction boxes, in th e flood plain
16 and where specified on the Drawings.
17 C. Joint Sealing
J 8 I . Seal frame , grade rings and structure with spec ified sea lant as shown in Detail
19 SAN-009 .
20 D . Concrete Collar
2 1 I . Provide concrete collar around all frame an d cover assemblies in accordance with
22 SAN-009.
23 3.5 REPAIR/ RESTORATION (NOT USED]
24 3.6 RE-INSTALLATION (NOT USED]
25 3.7 FIELD loR) SITE QUALITY CONTROL (NOT USED]
26 3.8 SYSTEM STARTUP !NOT USED]
27 3.9 ADJUSTING !NOT USED]
2 8 3.10 CLEAN.ING !NOT USED]
29 3.11 CLOSEOUT ACTIVITIES (NOT USED]
30 3.12 PROTECTION !NOT USED]
3 1 3.13 MAINTENANCE (NOT USED]
32 3.14 ATTACHMENTS (NOT USED)
33 END OF SECTION
34
Revi sio n Log
DATE NAME SUMMARY OF CHANGE l
C IT Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIF ICATION DO CUMEN T S
Revi se d [04 /0 1/20 11)
[Nort h Holl y WTP Pump Stati on Discharge Pipe Replaceme nt]
[Cap ital Projec t No . 163 1 J
r 1120]0 JAN 06] I
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC IFIC ATION DO CUM EN TS
Revi sed !04 /0 1/20 11]
33 05 13 -5
FRAME , COVER , AND GRADE RfNGS
Page 5 of 5
[North Holly WTP Pump Stati on Di sc har ge Pipe Repla cement]
l Cap it al Proj ec t No . 16 3 1]
33 0 5 14 - I
ADJUSTING MANHOLE S, IN LETS , VALVE BOXES, AND OTHER STRUCTURES TO GRADE
Page I o f 4
SECTION 33 05 14
2 ADJUSTING MANHOLES , INLETS, VALVE BOXES , AND OTHER STRUCTURES TO
3 GRADE
4 PARTl-GENERAL
5 1.1 SUMMARY
6 A . Section Includes:
7 1. Vertical adjustments to manholes, drop inlets , valve boxes, cathodic protection test
8 stations and other miscellaneous structures to a new grade .
9 B . Deviations from this City of Fort Worth Standard Specification
10 I.
11 2 .
12 C . Standard Details
13 1. WTR-002 Gate Valve & Box
14 2. WTR-003A Operating Nut Ri se r (for Large Valve Installations)
15 3 . WTR-004 Gate Valve Concrete Collar
16 4 . WTR-005 Vault Detail for 16-inch and Larger Gate V a lves
17 5 . WTR-012 Access Manhole
18 6 . WTR-013 I-inch Combin a ti o n Air and Vacuum Relea se Valve
19 7. WTR-014 2-inch & 3-inch Combination Air and Vacuum Release Valve
20 8. SAN-003 Standard 4' Di a meter M a nhole
2 I 9 . SAN-004 Shallow Manhole
22 I 0 . SAN-005 Modified 4 ' Diamete r Drop Access Manhole
23 11 . SAN-009 Manhole, Frame, Cover, Grade Rin gs and Concrete Collar
24 12 . SD-006 thru SD-0 IO Square Manhol es V a rying Sizes
25 13. SD-012 Standard C a s t Iron Fram e & Cover
26 D. Related Specification Sections include, but are not necessa rily limited to :
27 I. Section 33 05 IO -Utility Trench Excavation , Embedment, a nd Backfill
28 2 . Section 33 05 13 -Frame, Cover, and Grade Rings
29 3 . Section 33 39 IO -Cast-in-Place Concrete M a nholes
30 4 . Secti o n 33 39 20 -Pre-Cast Concre te Manholes
31 5. Section 33 12 20 -Resilient Seated Gate Valve
. 32 6 . Section 33 04 11 -Corros ion Control Test Station
33 7 . Section 33 04 12 -Magnesium Anode Cathodic Protecti o n
34 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
35 1.3 REFERENCES
36 A. R eference Standards
C IT Y OF FORT WORTH
STANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revi se d [04 /0 1/20 11]
[Nonh H o ll y WTP Pump Stati on D isc har ge Pipe Replacement)
lCapi tal Project No . 163 1)
3305 14-2
ADJUST ING M AN HOLES, fNLETS , VALV E BOXES, A ND OTHER STR UCT U RES TO GR ADE
Pag e 2 o f 4
I. Texas Commi s sio n o n E n v iro nmenta l Qua lity (TCE Q):
2 a . Ti tle 3 0 , P a rt 1, Cha pte r 2 17 , Subchapte r C , Rule 2 17 .55 -Manho le s and
3 R e la te d Stru c tures .
4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED)
5 1.5 SUBMITTALS [N OT US ED)
6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED)
7 1.7 CLOSEOUT SUBMITTALS !NOT USED]
8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
9 1.9 QUALITY ASSURANCE [NOT USED )
JO 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED]
1 I 1.11 FIELD !SITE] CONDITIONS !NOT USED]
12 1.12 WARRANTY [NOT USED]
13 PART 2 -PRODUCTS
14 2 .1 OWNER-FURNISHED !OR] OWNER-SUPPLIED PRODUCTS INOt USED]
15
16
17
18
19
20
2 1
22
23
24
25
26
27
2 8
29
30
3 1
32
33
2 .2 MATERIALS
A . C a s t in Pla ce Conc re te
I. S ee Se cti o n 03 3 0 00 .
B . M o difi ca t io n s to Ex istin g Co nc ret e Structures
I. See Se cti o n 0 3 74 00 .
C. G rad e Rin gs
I. See Secti o n 33 0 5 13.
D . Frame a nd C over
I. See S ec ti o n 33 05 13 .
E . B ac kfi II m a te ria I
I. See Se cti o n 33 05 I 0.
F. W a te r va lve box ex te ns io n
I. See Secti o n 33 12 2 0 .
G. Co rros io n P ro t ec ti on T est Sta ti o n
I. See Secti o n 33 04 11 .
H . Cast-in -Pl a c e Conc re te M a nh o le s
I. See Se cti o n 33 39 10.
I. Pre -Cast C o nc re t e M a nh o les
I. See Sec ti o n 33 39 2 0 .
CITY OF FORT WOR TH
STANDA RD CONST RUCT ION SPEC IFI CA T ION DOCUMENT S
Rev ise d [04 /0 1/20 11 ]
[No rth Holl y WT P Pump Stat ion Discharge Pipe Re pl ace ment]
!C ap ital Projec t No . 163 1]
33 05 14 -3
ADJ USTING M AN HO LES , fNLETS , VALVE BO X ES , A N D OTH E R STRUCTU R ES TO GRA D E
Pag e 3 o f 4
2.3 ACCESSORIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL [NOT USED]
3 PART 3 -EXECUTION
4 3.1 INSTALLERS INOT USED]
5 3.2 EXAMINATION
6 A . VerificationofConditions
7 I . Examine existing structure to be adjusted, for damage or defects that may affect
8 grade adjustment.
9 a. Report issue to City for consideration before beginning adjustment.
10 3.3 PREPARATION
11 A. Grade Verification
12 I. On major adjustments confirm any grade change noted on Drawings is consi stent
13 with field measurements.
14 a. If not, coordinate with City to verify final grade before beginning adjustment.
15 3.4 ADJUSTMENT
16 A. Manholes, Inlets , and Miscellaneous Structures
17 I. On any sanitary sewer adjustment rep lace 24-inch frame and cover assembly with
18 30-inch frame and cover assemb ly per TCEQ requirement.
19 2. On manhole major adjustments, inlets , and miscellaneous structures protect the
20 bottom using wood fonns shaped to fit so that no debris blocks the invert or the
21 inlet or outlet piping in during adjustments .
22 a. Do not use any more than a 2 -pi ece bottom.
23 3 . Do not extend chimney portion of the manhole beyond 24 inches.
24 4 . Use the least number of grade rings necessary to meet required grade.
25 a . For example , if a I-foot adjustment is required, use 2 6-inch rings , not 6 2-inch
26 nngs.
27 B . Valve Boxes
28 1. Utilize typical 3 piece adjustable va lve box for adjusting to final grade as shown on
29 the Drawings.
30 C. Backfill a nd Grading
31 1. Backfill area of excavation surround in g each adjustment in accordance to Section
32 33 05 l 0 .
C IT Y O F FORT W O RT H
STAN DAR D CONSTR UCT ION S PEC IF lCATION DOCUMENTS
Revi sed [04 /0 1/20 1 1)
fN o nh Ho ll y WTP Pump Stati o n Di sc harge P ipe Rep lace m e nt]
[Capita l P roject No . 16 3 1]
3305 14-4
ADJUSTING MANHOLES , INLETS , VALVE BOXES , AND OTHER STRUCTURES TO GRADE
Page 4 of 4
3.5 REPAIR I RESTORATION [NOT USED]
2 3.6 RE-INSTALLATION (NOT USED]
3 3.7 FIELD loR) 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
13
[2 0 IO JAN 06]
C ITY OF FORT WORTH
STANDARD CONSTRUCT ION SPEC IFI CAT ION DOCUMENTS
Revised [04/0 1/20 11)
[North Holly WTP Pump Stati on Dischar ge Pipe Replacement)
!Cap it al Project No . 1631 ]
JJ 0 5 3 0 -l
EXPLO RATORY EXCA VA TI ON O F EX ISTING UTl!..,ITIE S
Page I o f 3
I SECTION 33 OS 30
2 EXPLORATORY EXCAVATION FOR EXISTING UTILITTES
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 I . Locating and verifying the location and elevation of the existing underground
7 utilities that may conflict with a fac ili ty proposed for construction
8 B . Deviations from this City of Fort Worth Standard Specification
9 I.
10 2 .
11 C. Related Specification Sections include but are not necessarily limited to:
12 1. Section 33 05 IO -Utility Trench Excavation , Embedment , and Backfill
13 1.2 PRICE AND PAYMENT PROCEDURES INOTUSED)
14 1.3 REFERENCES
15 A. Reference Standards
16 1. Reference standards cited in this Specification refer to the current reference
17 standard published at the time of the latest revision date logged at the end of this
18 Specification , unless a date is specifically cited.
19 1.4 ADMINISTRATIVE REQUIREMENTS
20 A. C o ordination
21 1. Coordinate with City Inspector at least 48 hours prior to commencing on s ite for
22 Exp loratory Excavation of Existing Utilities.
23 2. Coordinate location of all other existing utilities within vicinity of excavation prior
24 to commencing Exploratory Excavation.
25 3. Coordinate staking of Exploratory Excava tions with City at least 1 week prior to
26 commencement.
27 B . Sequencing
28 1. Exp loratory Excavations sha ll be conducted prior to the construction of the entire
29 project.
30 C. Scheduling
31 I . For critical utility locations, the City may choose to be present during excavation.
32 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate
33 City personnel.
34 1.5 SUBMITT ALS !NOT USED]
35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS jNOT USED]
36 1.7 CLOSEOUT SUBMITTALS
C IT Y OF FORT WORTH
STAN DARD C O N STRUCTI ON S P EC IF ICAT ION DOCUM ENTS
Rev ise d [04 /01/20 11 J
[Nonh Ho ll y WTP Pump Stati o n D ischarge P ipe Re pl ace m ent]
!Capital Project No. 1631 ]
33 OS 30 -2
EXPLORATORY EXCAVAT ION OF EX ISTI NG UTILITIES
Pa ge 2 o f3
A. Report of Utility Location
2 I. Horizontal location of utility as surveyed
3 2. Vertical elevation of utility as surveyed
4 a. Topofutility
5 b . Springlineofutility
6 c . Existing ground
7 3 . Material type, diameter, and description of the condition of existing utility
8 1.8 MAINTENANCE MATERIAL SUBMITT ALS jNOT USED)
9 1.9 QUALITY ASSURANCE !NOT USED)
10 1.10 DELIVERY, STORAGE, AND HANDLING jNOT USED]
11 1.11 FJELD (SITE] CONDITIONS !NOT USED]
12 1.12 WARRANTY (NOT USED)
13 PART 2 -PRODUCTS (NOT USED)
14 PART 3 -EXECUTION
15 3.1 INSTALLERS (NOT USED)
16 3.2 EXAMINATION
17 A. Verification of Conditions
18 I. Verify location of existing utilities in accordance with the Genera l Requirement s,
19 the General Notes, and the Drawings.
20 3.3 PREPARATION
21 A. Coordinate with City Survey if applicable.
22 3.4 INSTALLATION
23 A . Verify location of existing utility a t loc at io n denoted on the Drawings, or as directed by
24 the City or Engineer.
25 1. Expose utility to spring line, as necessary.
26 2. Excavate and Backfill Trench for the Exploratory Excavation in accordance with
27 Section 33 05 I 0.
28 B . Upon completion of the utility exploration, submit a report of the findings .
. 29 C. If location of utility is in conflict with the Drawings, notify the City Project Manager
30 for appropriate design modifications .
31 D . Place embedment and backfill in accordance with Section 33 05 l 0 .
32 E. Once necessary data is obtained , immediately re s t o re surface to existing condition s to :
33 I . Obtain a safe and proper drivin g s urface , if app licable
34 2 . Ensure the safety of the general public
CITY OF FORT WORTH
STAN DARD CONS TR UCT ION SPEC IFICAT IO N DOCUMENTS
Revi se d [04/0I /2011)
[No rth Holl y WTP Pump Siati on Di sc harge Pipe Replace men t)
!Ca pit al Projec t No . 163 1)
3 . The sa tisfacti o n of the C ity
2 3.5 REPAIR/ RESTORATION [NOT USED)
3 3.6 RE-INST ALLA TI ON [NOT USED)
33 05 30 -3
EXPLORATORY EXCAVATION OF EXISTING UT ILI TIES
Pa ge3 o f3
4 3.7 FIELD !oR) SITE QUALITY CONTROL [N OT USEDJ
5 3.8 SYSTEM STARTUP (NOT USED]
6 3.9 ADJUSTING [NOT USED)
7 3.10 CLEANING (NOT USED)
8 3.11 CLOSEOUT ACTIVITIES [NOT USED)
9 3.12 PROTECTION [NOT USED)
10 3.13 MAINTENANCE (NOT USED]
11 3.14 ATTACHMENTS(NOTUSED)
12 END OF SECTION
13
Revi s ion Log
DATE NAME SUMMARY OF CHANGE
14
[20 10 JAN 06 )
C ITY OF FORT WORTH
STANDARD CONSTRU CTlON SPECIFI CATION DOCUM EN TS
Revi sed !04/01 /2 0 11]
!Non h Holly WTP Pump Stat ion Di schar ge Pipe Replacement]
!Ca pital Proj ect No. 163 1)
1 SECTION 33 11 10
2 DUCTILE IRON PIPE
3 PARTI-GENERAL
4 I.I SUMMARY
5 A. Section Includes:
33 I I 10 -I
DUCTILE fRON PIPE
Page I o f 13
6 I. Ductile Iron Pipe 3-inch through 64-inch for po ta ble wate r , wastewater, and reuse
7 applications
8 B . Deviati ons from this City of Fort Worth Standard Spec ification
9 I.
10 2.
11 C. Related Specification Secti o n s include but a re not necessaril y limited to:
12 I . 33 04 40 -Cleaning a nd Acceptance Testing o f Wate r Mains
13 2. 33 05 10 -Utility Trench Excavati o n , Embedment, and Backfill
14 3. 33 11 11 -Ductil e Iron Fi t1in gs
15 1.2 PRICE AND PAYMENT PROCEDURES !NOT USED]
16 1.3 REFERENCES
17 A. R efe rence Standards
18 I. Re feren ce s ta ndard s cited in thi s Specification refer to the current reference
19 s ta nd ard published at the time of the lat est revi s ion d a te lo gged at the end o f this
20 Specification , unless a d ate is s peci fically cited .
21 2. American Association of State Hi g hway a nd Transportation Officials (AASHTO).
22 3. American Society of Mechanical E n g in ee rs (ASME):
23 a. B 16 .1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250).
24 4. ASTM International (ASTM):
25 a . A242 , Standard Specification for Hi g h-Strength Low-Alloy Structural Steel.
26 b . A307 , Standard Specification for Carbon Steel Bolts a nd Studs, 60,000 psi
27 Tensile Strength .
28 c . A674 , Standard P rac tice for Po ly e thylene Encasement for Ductile Iron Pipe for
29 Water or Other Liquids.
30 d . B 11 7, Standard Practice fo r Operating Salt Spray (Fog) Apparatus.
3 1 e. 8633 , Standard Specification for Electrodeposited Coatings of Zinc on Iron and
32 Steel.
33 5. American Water Works Association (A WWA):
34 a. C203 , Coal-Ta r Protec tive Coatings and Linings for Steel Water Pipelines -
35 Enamel and Tape - H o t Applied.
36 b . C600, In s tall ati o n o f Du ctile-Iro n Water Mains a nd their Appurtenances.
37 c. M4 l , Ductil e -I ro n Pipe and Fittings.
38 6 . American Wate r Works Association/American National Standards Institute
39 (A WW NANSI):
C ITY OF FORT WORTH
STAN DARD CONSTRUCTION SPECIFI CATI ON DOCUMENTS
Revi se d 104 /0 1/201 1]
[Nonh Ho ll y WTP Pu mp Statio n D ischarg e Pipe Repl acement]
[Capi t al Project No . 163 I)
33 I I IO -2
DUCTILE IRO N PIP E
Pag e 2 o f 13
a. C I 04 / A2 l .4 , Cement-Mortar Lining for Ductile-lron Pipe and Fit1ings.
b. Cl 05 /A2 I .5, Polyethylene E ncasement for Ductile-Iron Pipe Systems.
I
2
3
4
5
6
7
8
c. C 111 / A2 l. I l , Rubber-Gask e t Joints for Ductile-Iron Pre ssure Pipe and Fittings .
d. C l l 5/A2 l .15, Flanged Ductile-Iron Pipe with Ductile-iron or Gray-lron
Threaded Flan ges.
e. Cl50/A21.50 , Thickness Design of Ductile-Iron Pipe .
f. C 151 I A2 l.5 l , Ductile-Iron Pipe , Centrifugally Cast, for Water.
g. C600 , In sta llation of Du c tile-Iron Water Mains and their Appurtenances
9 7. NSF lnte rnational (NSF):
JO a. 61 , Drinking Water System Components -Health Effects.
8. Society for Protective Coatings (SSPC): 11
12 a. PA 2 , Measurement of Dry Coating Thickness with Magnetic Gages.
13 1.4 ADMINISTRATIVE REQUIREMENTS jNOT USED]
14 1.5 SUBMJTT ALS
15 A. Submittals shall be in accordance with Section 01300 .
16 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or
17 fabrication for specials.
18 1.6 ACTION SUBMJTTALS / INFORMATIONAL SUBMITTALS
19 A. ProductData
20 I . Interior I inin g
2 1 a. If it is other than cement m o rtar lining in accordance with A WW A /ANS]
22 CI 04 / A2 l .4, includin g:
23 I) Material
24 2) Application recommendations
25 3) Field touch-up procedures
26 2. Thrust Restraint
27 a. Retainer glands, thrust harnesses or any other means
28 3. Gaskets
29 a. Jf hy drocarbon or other special gaskets are required
30 B . Shop Drawings: Furnish for Ductile Iron Pipe used in the water distribution system or
31 for a wastewater force main for 24-inch and greater diameters , including:
32 1. Wall thickness design calculations sealed by a Licensed Profe ss ional Engineer in
33 Texas including:
34 a. Working pressure
35 b. Surge pressure
36 c. Deflection
37 2 . Provide thrust re straint calculations for all fittings and valves, sealed by a Licensed
38 Profe ss ional Engineer in Tex as , to verify the restraint lengths shown in the
39 Drawings.
40 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed
41 Profess ional Engineer in Texas including:
42 a. Pipe class
43 b. J o int s type
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS
Revi se d [04 /0 I/20 11]
[North Holl y WTP Puinp Sta ti on Discharge Pipe Repla ce ment]
[Cap ital Projec t No. 16 31 ]
c . Fittin g s
2 d. Stati o nin g
3 e. Tran s iti o ns
4 f. Jo int deflecti o n
5 C. Certificates
33 11 10 -3
DUC TI LE IR ON PIP E
Page 3 of 13
6 I . Furni s h an affidav it ce rtifyin g that all Ductile Iron Pipe meets the provisions of thi s
7 Secti o n , each run o f pipe furnished has met Specifica tions, all inspections have
8 been made, a nd th at a ll tests have been performed in accordance with
9 AWWA/ANSJCJ51 /A21.51.
IO 2. Furni s h a certifica te s tating that buried bolts and nuts conform to ASTM B 1 I 7.
11 1.7 CLOSEOUT SUBMITTALS !NOT USED]
12 1.8 MAINTENANCE MATERIAL SUBMITT ALS !NOT USED]
13 1.9 QUALITY ASSURANCE
14 A. Qua I ification s
15 I. Manufacture rs
16 a. Finished pipe shall be the product of 1 manufacturer.
17 I) Change orders, specials, and field changes may be provided by a different
18 manufacturer upon City approval.
19 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be perform e d
2 0 under the control of the manufacturer.
2 1 c . Ductile Iron Pipe
22 I) Manufactured in accordance with A WW A/ANSI C 15 I/A2 l.51
23 a) Perform quality control tests and maintain results as outlined within
24 s tanda rd to assure compliance.
2 5 2) Subject e a ch pipe t o a hydrostatic test of not less than 500 psi for durati o n
26 o f at lea st IO s econd s.
27 B . Precon s tructi o n Testing
2 8 I . The City may, at it s o wn cos t, subject random lengths of pipe for testing by an
29 independent laboratory for compliance w ith this Specification.
30 a. The compliance test sh a ll be performed in the United States .
31 b. Any visible defects or failure to meet the quality standards herein will be
32 grounds for rejecting the entire order.
33 1.10 DELIVERY, STORAGE, AND HANDLING
34 A. Storage and Handling Requirements
35 I. Ductile Iron Pipe s hall be stored and handled in accordance with the guidelines as
36 stated in A WW A M4 I .
37 2 . Secure and maintain a loc a tion to store the material in accordance with Section
38 01600.
39 B . Do not s tring pipes and fittings unless it is specifically called for in the Drawings .
40 a. Only the pipe and fittings that wi ll be installed during a single work day will be
41 allowed to be s tored within the barricaded work area.
C ITY OF FORT WOR TH
STA N DAR D CONS TR UC T IO N SPEC IFICA T ION DOCU MENTS
Rev ised [04 /0 I/20 11]
[Nort h Ho ll y WTP Pu mp Stati on Discharge Pipe Re pl ac em ent]
[C api tal Proj ec t No . 163 1)
33 I! JO -4
DUCTILE IRON PIPE
Pa ge 4 of I 3
1.11 FIELD !SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY !NOT USED]
3 PART2-PRODUCTS
4 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIED PRODUCTS [NOT USED]
5 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
6 A. Manufacturers
7 1. Only the manufacturers as listed in the City's Standard Products List will be
8 considered.
9 a. The manufacturer must comply with this Specification a nd related Section s.
IO 2. Any product that is not li sted on the Standard Products List is considered a
11 s ub stitution a nd s hall be subject to approval by the City and/or Engineer.
12 B. Pipe
13 I. Pipe shall be in accordance with AWWA/ANSJ Cl I J/A21.l l , AWWA/ANSI
14 CJ50/A21.15, and AWWA/ANSI Cl51/A21.51.
15 2 . All pipe s hall meet the requirements of NSF 61.
16 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or
17 closure pi eces and necessary to comply with the Drawin gs.
18 4 . As a minimum the following press ure s classes a pply . The Drawings may s pecify a
19 hi gher pressure class or the pressure and d e flection design criteria may also require
20 a hi g he r pressure class, but in no case should they be les s than the following:
2 1
22
23
24
25
26
27
28
29
30
31
32
33
34
35
Diameter Min Pressure Class
(inches) (psi)
3 throu gh 12 350
14 throu g h 20 250
24 200
30 through 64 150
5. Pipe markings s hall meet the minimum requirements of A WW A/ANSI
C 151 / A2 l .5 l . Minimum pipe markings shall be as follows:
a. "DI" o r "Ductile" s hall be clearly labeled on each pipe
b . Weight, press ure class, and nominal thickness of each pipe
c. Year and country pipe was cast
d . Manufacturer's mark
6. Press ure and Deflection Desi gn
a . Pipe desi g n shall be ba sed on trench conditi o n s a nd desi g n pressure class
s pecified in the Drawings.
b . Pipe s hall be designed according to the methods indicated in A WW A /ANS I
Cl 50/A2 l.50, A WW A/AN SI CJ 51 /A21.51, and A WWA M4 I for trench
construction , u s in g the following parame te rs:
I) Unit Weight o f Fill (w) = 130 pc f
C ITY OF FO RT WO RTH
STA NDAR D CON STR UC TIO N SP EC IFICATI ON DOCU MEN TS
Revi sed [04/0 1/20 1 I]
fNo nh Holl y WTP Pump Stati on Di schar ge Pipe Replaceme nt ]
[Capital Pr oject No. 163 1]
I
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
4 I
42
43
44
45
46
47
48
33 11 10 • 5
DU C TIL E IRON PIPE
Page 5 o f 13
2) Live Load = AASHTO HS 20
3) Trench Depth= 12 feet minimum , or as indicated in Drawings
4) Bedding Conditions= Type 4
5) Working Pressure (Pw) = 150 psi
6) Surge Allowance (P,) = 100 psi
7) Desi g n Internal Pressure (Pi)= Pw + P, or 2: 1 safety factor of the actual
working pressure plus the actual surge pressure, whichever is greater.
a) Test Pressure =
(I) No less than 1.25 minimum times the stated working pressure ( 187
psi minimum) of the pipeline measured at the highest elevation
along the test section.
(2) No less than 1.5 times the stated working pressure (225 p s i
minimum) at the lowest elevation of the test section.
8) Maximum Calculated Deflection (Dx) = 3 percent
9) Restrained Joint Safety Factor (Sr)= 15 percent
c. Trench depths shall be verified after existing utilities are located .
I) Vertical alignment changes required because of existing utility or other
conflicts shall be accommodated by an appropriate change in pipe design
depth.
2) In no case shall pipe be installed deeper than its design allows.
7. Provisions for Thrust
a. Thrust at bends, tees, plugs, or other fittings s hall be mechanically restrained
joints and are required on all piping,
b. Restrained joints are required for all piping
I) Restrained joints shall consist of approved mechanical re strained or push-
on restrained joints .
c. The Pipe Manufacturer shall verify that restrained joints to resist thru st are in
accordance with the Drawings, A WW A M41 , and the following :
1) The weight of earth (We) shall be calculated as the weight of the projected
soil prism above the pipe, for unsaturated soil conditions.
2) Soil density = 130 pcf (maximum value to be used), for unsaturated soi l
conditions.
3) If indicated on the Drawings and the Geotechnical Borings that ground
water is expected, account for reduced soil density.
8 . Joints
a . General -Comply with AWWA/ANSI Cl I I /A2 1.11.
b . Mechanical Joints
c . Push-On Restrained Joints
d . Flanged Joints -A WW A/ ANSI C 115 / A21.15 , ASME B 16 .1, Class 125
1) Direct bury fl a nges shall be coated according to Section 33 04 I 0 .
2) Exposed flanges in (Locations -Water Lines I A in gallery and 3A in
Vault) shall be coated with same coating as pipe.
e. Flange bolt circles and bolt holes shall match tho se of ASME B 16.1 , Class 125.
f. Field fabricated flanges are prohibited.
9. Gaskets
a. All rubber joint gaskets utilized on Ductile Iron Pipe s hall be in confonnance
with A WW A/ANSI Cl 11 /A21. l I .
b . Flanged Gaskets
C ITY OF FO RT WORTH
ST ANDAR D CONSTRUCTION SPECIFIC ATIO N DOCUMENTS
Revi sed 104 /0 1/20 11)
fNonh Holly WTP Pump Stati o n Discharge Pipe Repl acemem]
[Capita l Projec t No . 163 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
33 11 10 -6
DUC TIL E IR ON PIPE
Pag e 6 of 13
1) Full face
2) Manufactured true to s hape from minimum 80 durometer SBR rubber stock
of a thickness not less than I /8 inch
3) Virg in stock
4) Confonning to the physical and test requirements specified in
AWWA/ANSJ Cl 1 I /A21 .I I.
5) Finished gaskets shall have holes punched by the manufacturer and shall
match the flange pattern in every respect.
6) Frayed cut edges resulting from job site gasket fabrication are not
acceptable .
7) Furnish Viton® Rubber gaskets hydrocarbon restraint gaskets, when
required.
I 0. Bolts and Nuts
a. Mechanical Joints
1) Tee Bolts
a) High strength corrosion restraint low-carbon weathering steel in
accordance with A WW A/ANSI Cl I I /A21.I I , and ASTM A242 .
b) Cor-Blue coated with FluoroKote #I , or equal
(I) Coating shall conform to the performance requirements of ASTM
B 117 for up to 4000 hours and shall include, if required, a
certificate of conformance .
b. Flanged Ends
I) Hex Bolts and Nuts
a) Meet requirements of AWWA Cl 15.
b) For buried and non-buried applications, provide AISJ 304 Stainless
Steel bolts and AISJ 316 Stainless Steel nuts.
c) Spray bolts and nuts with anti -seize compound.
11. Direct Bury Ductile Iron Pipe Exterior Coating
a . All direct bury ductile iron pipe shall have an asphaltic coating, minimum of I
mil thick , on the pipe exteri o r, unless otherwise specified in the Contract
Documents.
12 . Exposed Ductile Iron Pipe Exterior Coating (Locations -Water Lines IA in
gallery and 3A in Vault)
a . Exposed ductile iron pipe shall not receive the standard asphaltic coat on the
outside surfaces, but shall be shop coated with rust inhibitive primer.
b . Painting System
I) I 51 Coat
a) 4 .0 -5.0 dry mils of Tnemec 20-1211 Primer or
b) 5 .0-6 .0 dry mils of Sherwin-Williams Hi-Solids Catalyzed Epoxy
2) 2"d Coat
a) 5 .0 -6.0 dry mils ofTnemec Series 20 -Color Epoxoline or
b) 5.0 -6 .0 dry mils of Sherwin-Williams Hi-Solids Catalyzed Epoxy
3) Any system not listed is considered a substitution and shall be subject to
approval by the City and /or Engineer.
13. Polyethylene Encasement
a . All buried Ductile Iron Pipe shall be polyethylene encased .
b. Only manufacturers listed in the City 's Standard Products List .
c. Us e o nl y virg in polyethyl e ne m at e rial.
C ITY OF FORT WO RTH
STAN DARD CONST RUC TION S PEC IFICA T ION DO CU MEN TS
Re vised [04/0 1/2011)
[North Holl y WT P Pump Statio n Di sch arge Pipe Replacement]
!Capi tal Proj ect No . 1631)
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
24
25
33 11 10 · 7
DU C TIL E IRON PIPE
Page 7 o f 13
d. Encasement for buried pipe shall be 8 mil linear low density (LLD)
polyethylene conforming to A WW Al ANSI C 105 / A21.5 or 4 mil high density
cross-laminated (HDCL) polyethylene encasement conforming to
AWWA/ANSIC105 /A21.5 and ASTM A674 .
e. At a minimum of every 2 feet along its length, the mark the pol y ethylene film
with the following information :
1) Manufacturer's name or tradem a rk
2) Year of manufacturer
3) A WW A/ANSI Cl 05/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
I) Reclaimed Water
a) Label polyethylene encasement with "RECLAIMED WATER'', or
b) Provide purple polyethylene in accordance with the American Public
Works Association Uniform Color Code.
2) Wastewater
a) Label po lyethylene encasement with "WASTEWATER", or
b) Provide green polyethylene in accordance with the American Public
Works Association Unifom1 Color Code.
g. Minimum widths
P I h I 0 1vet 1v ene T b u e an d Sh s· i P h O J . p · eet 1zes or us -n omt 1pe
Nomina l Pipe Diameter Min . Width -Flat Tube Min. Width -Sheet
(inches)
3
4
6
8
10
12
14
16
18
20
24
30
36
42
48
54
60
64
C ITY O F FORT WO RTH
STAND ARD CONSTR UCT ION S PECIFI CATION DOCUMENTS
Rev ised [04 /01 /20 11]
(inches)
14
14
16
20
24
27
30
34
37
41
54
67
81
81
95
108
108
121
(inches)
28
28
32
40
48
54
60
68
74
82
108
134
162
162
190
216
216
242
[North I lo ll y WTP Pump Stati o n D isc h arge P ip e Re placement]
[Capital Projec t No . 163 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
331110-8
DUCTILE IRON PIPE
Page 8 of 13
14 . Ductile lron Pipe Interior Lining
a. Cement Mortar Lining
l) Ductile Iron Pipe for potable water shall have a cement mortar lining in
accordance with A WW A/ANSI Cl 04 /A21.04 and be acceptable according
to NSF 61.
b . Ceramic Epoxy or Epoxy Linings
I) Ductile lron 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.
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 mi ls
nominal , 10 mils maximum using a J o int 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 o n 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 ma g netic 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 s hipment.
7) Mark eac h 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 lron 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 sam e manufacturer.
33 2.3 ACCESSORIES [NOT USED]
34 2.4 SOURCE QUALITY CONTROL [NOT USED]
35
36
37
38
39
40
PART 3 -EXECUTION
3.1 INST ALLERS [NOT USED)
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
C ITY OF FORT WOR TH
STANDARD CONSTRUCTION SPEC IFI CA TIO N DOCUMENTS
Revi se d 104 /01 /20 11)
[N ort h Holly WTP Pump Statio n Discharge Pipe Replacement]
!Capital Project No. 16 3 1 J
33 11 10 • 9
DUCTILE IRON PIPE
Page 9 of 13
I. Install pipe, fittings, spec ials, and appurtenances as specified herein, as specified in
2 A WW A C600, A WW A M41 , and in accordance with the pipe manufacturer's
3 recommendations.
4 2. See Section 33 11 11 for in sta llation requirements for Ductile Iron Fittings.
5 3. Lay pipe to the lines and grades as indicated in the Drawings.
6 4 . Excavate and Backfill Trenches in accordance with Section 33 05 I 0.
7 5 . Embed Ductile Iron Pipe in accordance with Section 33 05 I 0.
8 B. Pipe Handling
9 1. Haul and distribute pipe and fittings at the project site.
10 2. Handle piping with care to avoid damage .
I I a . Inspect each joint of pipe and reject or repair any damaged pipe prior to
12 lowering into the trench.
13 b . Do not handle the pipe in such a way that will damage the interior lining.
14 c . Use only nylon ropes, s lings , or other lifting devices that will not damage the
I 5 surface of the pipe for handling the pipe.
I 6 3. At the close of each operating day:
I 7 a . Keep the pipe clean and free of debris , dirt, animals, and trash -during and
I 8 after the laying operation .
I 9 b . Effectively seal the open end of the pipe using a gasketed night cap.
20 C. Joint Making
21 1. Mechanical Joints
22 a. Bolt the follower ring into compression against the gasket with the bolts
23 ti gh tened down evenly then cross torqued in accordance with A WW A C600.
24 b . Overstressing of bolts to compensate for poor installation practice wi II not be
25 permitted .
26 2 . Push-on Joints
27 a. In s tall Push-o n j o ints as defined in A WW N ANSI C 11 I / A2 l.1 l.
28 b. Wipe clean the gasket seat in s ide the bell of all extraneous matter.
29 c. Place the gasket in the bell in the position prescribed by the manufacturer.
30 d . Apply a thin film of non-toxic vegetable soap lubricant to the in s ide of the
31 gasket and the outside of the spigot prior to entering the spigot into the bell.
32 e . When using a field cut plain end piece of pipe, refinish the field cut and scarf to
33 conform to A WWA C600.
34 3. Flan ge d Joints
35 a . Use erection bolts and drift pins to ma ke flanged connections.
36 I) Do not u se undue force or restraint on the ends of the fittings .
37 2) Apply even and uniform press ure to the gasket.
38 b . The fitting must be fr ee to move in any direction while bolting.
39 I ) Install flange bolts with all bolt heads faced in one direction .
4 0 4 . Joint Deflection
41
42
43
44
a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines
an d grades and s how n in the Drawin gs.
b. The deflection of each j o int must be in accordance with A WW A C600 Table 3.
c. The maximum deflecti o n a llowe d is 50% of that indicated in A WW A C600.
C ITY OF FORT WORTH
STANDARD CONSTR UCT ION SPEC IFI CAT ION DOCUMENTS
Revi se d 104 /01/201 1]
fNorth Holl y WTP Pump Statio n Discharge Pipe Replacement]
!Capital Proj ect No. 1631 )
33 11 10 -10
DUCTILE IR ON PIP E
Pa ge I O of 13
2
d. The manufacturer's recommendation may be used with the approval of the
Engineer.
3 D . Painting
4 I. Surface Preparation
5 a. White Metal Blast Cleaning (SSPC-SP5): Blast cleaning to a gray-white
6 uniform metallic color until each element of surface area is free of all visible
7 residues .
8 2 . Application
9 a. All work shall be done by skilled mechanics. All materials shall be evenly
IO spread and smoothly flowed on without sags or runs, and all coats shall be
11 thoroughly dry per the manufacturer data sheet before applying succeeding
12 coats.
13 b. Finish applied metal shall be sanded between coats with fine sandpaper to
14 produce an even, smooth finish.
15 c . No exterior painting shall be done in rainy, damp, or frosty weather per the
16 manufacturer data sheet or until the surface is thorough Jy dry.
17 d. When two coats of coating or paint are specified, where possible, the two coats
18 must be of contrasting color. Film thickness per coat as shown in the schedule
19 following are minimum required. Contractor shall apply additional coats as
20 necessary to achieve the specified thickness.
21 e. Paints and similar materials shall be mixed in vessels of adequate capacity . All
22 paints shall be thoroughly stirred before being taken from the containers, shall
23 be kept stirred while using, and all ready-mixed paints shall be applied exactly
24 from the manufacturer without addition of any kind of a drier or thinner, except
25 as provided in manufacturer 's directions or upon specific authorization .
2 6 f . Mixing, thinning and application of the coating materials shall be in exact
27 accordance with the manufacturer 's recommendati o ns .
2 8 g. Splitting paint kits and mixing of partial kits is not allowed . Mix only whole
29 kits and discard any leftover paint.
30 h. The number of coats called for in this schedule shall be considered minimum .
31
32
33
34
35
3 6
37
3 8
39
40
If more coats are required for complete coverage and uniform appearance, they
shall be applied. Colors will be selected by the Owner from standard
manufacturer's color samples.
1. Schedule
I) I '1 Coat -application rate of 290 sq.ft ./gal
2) 2"d Coat -application rate of 175 sq .ft./gal.
3) 3'd Coat -application rate of I 75 sq .ft./gal
J. Touch Up
I) On completion , carefully touch up any holidays, marred or damaged spots,
and work over all surfaces that have been repaired.
41 E. Polyethylene Encasement Installation
42 I. Preparation
43 a . Remove all lumps of clay, mud , cinders, etc., on pipe surface prior to
44 installation of polyethylene encasement.
45 I) Prevent soil or embedment material from becoming trapped between pipe
46 and polyethylene .
CIT Y OF FO RT WORTH
STANDAR D CONST RUCT ION SPEC IFICAT ION DOCUMENTS
Revi se d [04/0 1/20 11]
(No rth Holl y WTP Pump Stati on Di schar ge Pipe Repl acement)
[Capital Pr oj ec t No . 163 1)
2
3
4
5
6
7
8
9
10
l I
12
13
14
15
16
l 7
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
33 11 10 -11
D UCTIL E IR ON PIPE
Page 11 o f 13
b . Fit pol ye thylene film to contour of pipe to affect a snug, but not tight encase
with minimum space between polyethylene and pipe .
l) Provide sufficient slack in contouring to prevent stretching polyethylene
where it bridges irregular surfaces such as bell-spigot interface s, bolted
j o ints , 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, sea l
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.
1. Proceed with installation of next pipe in same manner.
3 . Tubular Type (Method B)
a . Cut polyethylene tube to length approximately l foot shorter than pipe section .
b . Slip tube around pipe , centering it to provide 6 inches of bare pipe at each end.
c . Take up slack width at top of pipe to make a snug, but not tight , fit along barrel
of pipe, securing fold at quarter points; secure ends.
d. Before making up joint, slip 3-foot length of polyethylene tube over end of
proceeding pipe section, bunching it accordion-fashion lengthwi se.
e . After completing joint, pull 3-foot length of polyethylene over joint,
overlapping polyethylene previously installed on each adjacent section of pipe
by at least l foot; make each end snug and secure.
4. Sheet Type
a. Cut polyethylene s heet to a length approximately 2 feet longer than piece
section.
b. Center length to provide I-foot overlap on each adjacent pipe sec tion, bunching
it until it clears the pipe ends.
c . Wrap polyethylene around pipe so that it circumferentially overlaps to p
quadrant of pipe.
d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet.
e . Lower wrapped pipe into trench and make up pipe joint with preceding section
of pipe .
f. Make shallow bell hole at joints to facilitate installati o n of po lye thylene .
g. After completing joint, make overlap and secure ends .
h. Repair cuts , tears , punctures , or other damage to polyethylene.
1. Proceed with inst a llation o f next section of pipe in same manner.
C ITY OF FORT WORTH
STANDARD CONSTRUCTI ON SPEC1F1CAT ION DOCUMENTS
Revi se d [04 /0I /20 11]
[No rth Holl y WTP Pump Stati o n Disc harge Pip e Rep lacement)
[Ca pital Project No. 163 1)
I
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
5 . Pipe-Shaped Appurtenances
33 11 10 -12
D UCTILE IR ON PIPE
Page 12 of 13
a . Cover bends, reducers, offsets , and other pipe-shaped appurtenances with
polyethylene in same manner as pipe and fittings.
6. Odd-Shaped Appu1ienances
a. When it is not practical to wrap valves, tees, crosses, and other od d-sh aped
pieces in tube, wrap with flat sheet or split length polyethylene tube by passing
sheet under appurtenances and bringing it up around body.
b. Make seams by bringing edges together, folding over twice, and taping down.
c. Tape polyethylene securely in place at the valve stem and at any other
penetrations.
7. Repairs
a . Repair any cuts, tears, punctures, o r damage to po lyethylene with adhesive tape
or with short length of polyethylene sheet o r cut open tube, wrapped around
fitting to cover damaged area, and secured in place.
8. Openings in Encasement
a. Provide openings for branches, service taps, blow-offs, air valves, and s imilar
appurtenances by making an X-shaped cut in polyethylene and temporarily
folding back film.
b . After appu11enance is installed, tape slack securely to appurtenance and repair
cut, as well as other damaged area in polyethylene with tape.
c . Service taps may also be made directly through polyethylene, with any
resulting damaged areas being repaired as described above .
9. Junctions between Wrapped and Unwrapped Pipe:
a . Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped ,
extend polyethylene wrap to cover adjacent pipe for distance of at lea st 3 feet.
b . Secure end with circumferential turns of tape .
c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric
tape for minimum clear di sta nce of 3 feet away from Cast o r Ductile Iron Pipe.
29 3.5 REP AIR/RESTORATION
30 A. Patching
31 1. Excessive field-patching is not permitted of lining or coating.
32 2. Patching of linin g or coating will be allowed where area to be repaired does not
33 exceed 100 square inches and has no dimensions greater than 12 inches.
34 3. In general , there shall not be more than 1 patch on either the lining or the coating o f
35 any one joint of pipe.
36 4 . Wherever necessary to patch the pipe :
37 a . Make patch with cement mortar as previously specified for interior joints.
38 b . Do not install patched pipe until the patch has been properly and adequately
39 cured and approved for laying by the City.
40 5 . Promptly remove rejected pipe from the site.
41 3.6 RE-INST ALLA Tl ON !NOT USED]
42 3.7 FIELD (oR] SITE QUALITY CONTROL
43 A. Potable Water Mains
CITY OF FORT WORTH
STANDARD CONS TRU CT ION SPEC I FICAT ION DOCUMENTS
Revised [04 /0I /20 11)
[No nh Holl y WTP Pump Stati on Di sc harge Pipe Replacement]
[Cap ital Pro.1ect No . 16 31]
33 11 10 • 13
D UCTILE IRON PI PE
Page 13 o f 13
I . Cleaning, disinfection , h y dro static test in g, and bacteriological tes tin g of wat er
2 mains
3 a. Clean, flush , pig, disinfect, hydros tati c te s t , a nd bacterio log ic a l test the w a ter
4 main as specified in Secti o n 33 04 40 .
5 B . Wa s tewat e r Lines
6 I . Closed Circuit Television (CCTV) In specti on
7 a. Provid e a Post-CCTV In s pection in accordan c e with Se c ti on 33 0 I 3 I .
8 3.8 SYSTEM STARTUP [NOT USED]
9 3.9 ADJUSTING [NOT USED]
10 3.10 CLEANING [NOT USED]
11 3.11 CLOSEOUT ACTIVITIES [NOT USED]
12 3.12 PROTECTION [NOT USED]
13 3.13 MAINTENANCE [NOT USED)
14 3.14 ATTACHMENTS [NOT USED)
15 END OF SECTION
Revisio n Log
DATE NAME SUMMARY OF CHANGE
16
[2010 JAN 06)
C ITY OF FORT WORTH
STAN D A RD CONS TR UC TI ON SPEC IFI CA TI ON DOCUMENT S
Revi se d [04 /0 1/20 11]
[N orth Ho ll y WTP Pump Stati o n Di sc h arge Pipe Replace ment]
[Ca pita l Proj ect No. 163 I]
33 11 11 - I
D UCTIL E IR ON FI TT ING S
Page I o f 11
SECTION 33 11 11
2 DUCTILE lRON FITTJNGS
3 PARTI-GENERAL
4 1.1 SUMMARY
5 A. Section lncludes:
6 I. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and
7 other liquids for use with Ductile lron Pipe and Polyvinyl Chloride (PVC) Pipe
8 B. Deviations from this City of Fort Worth Standard Specification
9 I.
10 2.
11 C. Related Specification Sections include but are not necessarily limited to :
12 I . 03 34 16 -Concrete Base Material for Trench Repair
13 2. 33 04 40 -Cleaning and Acceptance Testing of Water Mains
14 3. 33 05 I 0 -Utility Trench Excavation, Embedment, and Backfill
15 1.2 PRICE AND PAYMENT PROCEDURES !NOT USED]
16 1.3 REFERENCES
17 A. Reference Standards
18 I. Reference standards cited in this Specification refer to the current reference
19 standard published at the time of the latest revision date logged at the end of this
20 Specification , unless a date is s pecifically cited.
21 2. American Society of Mechanical Engineers (ASME):
22 a. B 16.1 , Gray Iron Pipe Flanges and Flanged Fittings (Classes 25 , 125 and 250).
23 3. ASTM International (ASTM):
24 a. A242 , Standard Specification for High-Strength Low-Alloy Structural Steel.
25 b. A6 74, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for
26 Water o r Other Liquids .
27 c . B 117 , Standard Practice for Operating Salt Spray (Fog) Apparatus.
28 4 . American Water Works Association (A WWA):
29 a. C203 , Coal-Tar Protective Coatings and Linings for Steel Water Pipelines -
30 Enamel and Tape -Hot Applied.
31 b . C600, Installation of Ductile-Iron Water Mains and their Appurtenances.
32 c . M4 l , Ductile-Iron Pipe and Fittings .
33 5. American Water Works Association/American National Standards Institute
34 (AWWNANSJ):
35 a. CI 04 / A21.4 , Cement-Mo11ar Lining for Ductile-Iron Pipe and Fittings.
36 b . CI 05 / A21 .5 , Polyethylene Encasement for Ductile-lron Pipe Systems .
37 c . Cl 10/A21.IO, Ductile-Iron and Gray-lron Fittings.
3 8 d . C 11 I/ A2 l. I l, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings.
39 e. Cl l 5/A21. I 5 , Flanged Ductile-Iron Pipe with Ductile-Jron or Gray-tro n
40 Threaded Flanges.
C ITY O F FO RT WO RTH
STAN D ARD CON STRUC T ION SPECIFI CAT ION DOCUMENTS
Revi sed [04 /0 I /20 I I]
INonh Ho ll y WTP Pump Stati o n D isc harge Pipe Re pla cem ent]
!Capital Project No. 163 1)
33 I] 11 -2
DUCTILE IRON FITTINGS
I
2
3
4
5
6
f. Cl51 /A21.51 , Ductile-lron Pipe, Centrifugally Cast, for Water.
g . C 153 / A2 l.53 , Ductile-Iron Compact Fittings for Water Service.
6 . NSF Intern a tional (NSF):
a . 61 , Drinking Water Sys tem Components -Health Effects.
7 . Society for Protective Coatings (SSPC):
a . PA 2 , Measurement of Dry Coating Thickness with Magnetic Gages.
7 1.4 ADMINISTRATIVE REQUIREMENTS !NOT USED]
8 1.5 SUBMITT ALS
9 A . Submittals shall be in accordance with Section 01300.
Pa ge 2 of 11
10 B . All submitta ls sha ll be approved by the Engineer or the City prior to delivery and/or
I I fabrica ti on for spec ials.
12 1.6 ACTION SUBMITT ALS / INFORMATIONAL SUB MITT ALS
13 A. Product Data
14 l. Ductile Iron Fittings
15 a. Pressure class
16 b. lnterior linin g
17 c . Joint types
18 2 . Polyethylene encasement and tape
19 a . Planned method of installation
20 b. Whether the film is lin ear low density or high density cross linked polyethylene
21 c. The thickness of the film provided
22 3. The int erior linin g , if it is o th er than cement mortar lining in accordance with
23 AWWA/ANSIC104/A21.4
24 a . Material
25 b. Appl ication recommendations
26 c. Field touch-up procedures
27 4. Thrust Restraint
28 a. Retainer g land s
29 l;i. Thrust harnesses
30 c. Any o th er means
31 5 . Bolts and nuts for m ec h anica l and o r flange joints
32 6. Gaskets
33 B . Certificates:
34 1. The manufacturer s hall furnish an affidavit certifying that all Ductile Iron Fittings
35 meet the provisions of this Section and meet the requirements of A WW A / ANSI
36 C l 10/A21.IO or AWWA/ANSI Cl53 /A21.53 .
37 2. F urni sh a certificate stating that buried bolts and nuts conform to ASTM B 117 .
38 1.7 CLOSEOUT SUBMITTALS !NOT USED)
39 1.8 MAINTENANCE MATERIAL SUBMITTALS !NOT USED]
40 1.9 QUALITY ASSURANCE
4 1 A. Qualificat ions
C IT Y OF FORT WORTH
ST AND ARD CONS TR UC TI ON SPEC IFI CAT ION DOCU MENTS
Revi sed [04/0I /20 11)
[No rth Holl y WTP Pump Stati on Di scharge Pipe Replacement]
I Ca pital Proje ct No . 1631)
33 11 11 -3
DUCTILE IRON FITTTNGS
Page 3 o f 11
I . Manufacturers
2 a. Fittings manufacturing opera tions (fittings, linin g, and coatings) shall be
3 performed under the control of the manufacturer.
4 b. Ductile Iron Fittings shall be manufactured in accordance with A WW NAN SI
5 Cl 10/A2 l.10 or A WWNANSI C153/A21.53 .
6 I) Perform quality control tests and maintain the re su lts as outlined in these
7 standards to assure compliance .
8 B. Preconstruction Testing
9 1. The City may , at its own cost, subject random fittings for destructive testing by an
IO independent la boratory for compliance with this Specification.
11 a. The compliance test shall be performed in the United States.
12 b. Any visible defects or failure to meet the quality standards herein will be
13 gro unds for rejecting the entire order.
14 1.10 DELIVERY, STORAGE, AND HANDLING
15 A. Storage and Handling Requirements
16 I. Store and handle in accordance with the guidelines as stated in A WWA M4 l .
17 2. Secure and maintain a location to store the material in accordance with Section
18 01600.
19 B . Do not st ring pipes and fittin gs unless it is specifically called for in the Drawings.
20 I . Only the pipe and fitting s that will be installed during a single work day will be
21 allowed to be stored within the barricade work area.
22 1.11 FIELD !SITE] CONDITIONS !NOT USED]
23 1.12 WARRANTY [NOT USED]
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 I. Only the manufacturers as li sted on the City's Standard Products List.
29 a. The manufacturer must comply with this Specification and related Sections.
30 2. Any product that is not listed on the Standard Products List is considered a
31 sub stitution and shall be subject to approval by the City and/or Engineer.
32 B . Ductile Iron Fittings
33 I . Ductile lron Fittings shall be in accordance with A WW A/ ANS] C 110 / A2 l .10,
34 AWWA /ANSI Cl53 /A21.53.
35 2. All fittings for potable water se rvice shall meet the requirements of NSF 61.
36 3. Ductile Iron Fittings , as a minimum , shall meet or exceed the pressures classes of
37 the pipe which the fitting is connected, unless specifically indicated in the
38 Drawings.
39 4 . Fittings Markings
40 a. Meet the minimum requirements of A WW A/ ANSI C 151 / A21.5 I .
C IT Y OF FORT WORTH
STANDARD CONSTRUCTI ON SPEC IF ICAT ION DOCUMENTS
Revised [04 /0 1/2011]
[N o rth Holly WTP Pump Station Discharge Pipe Replace ment]
[Capi tal Project No. 1631]
2
3
4
5
6
7
8
9
IO
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
33 l I 11 -4
DUCTILE IRON FITTING S
Page 4 of 11
b. Minimum markings shall include:
I) "Dl " or "Ductile" cast or metal stamped on each fitting
2) Applicable A WWA/ ANSl standard for that the fitting
3) Pres s ure rating
4) Number of degrees for all bends
5) Nominal diameter of the openings
6) Year and country fitting was cast
7) Manufacturer's mark
5 . Joints
a. Comply with A WW A/ANSI Cl I l /A21 .11.
b . Mechanical Joints
c. Push-On -Restrained Joints as approved in the Standard Products List.
d. Flanged Joints -A WWA/ANSJ Cl I 5/A21. l 5, ASME Bl 6.1 , Class 125
I) Direct bury flanges shall be coated according to Section 33 04 I 0 .
2) Exposed flanges in (Locations -Water Lines I A in gallery and 3A in
Vault) shall be coated with same coating as fittings .
e . Flange bolt circles and bolt holes shall match those of ASME Bl6.I , Class 125.
f. Field fabricated flanges are prohibited .
6. Gaskets
a. All rubber joint gaskets utilized on Ductile Iron Fittings shall be in
conformance with A WW Al ANSI CI 1 I / A21 . I I .
b . Flanged Gaskets
I) Fullface
2) Manufactured true to s hape from minimum 80 durometer SBR rubber stock
of a thickne ss not Je ss than I /8 inch
3) Virgin stock
4) Conforming to the physical and test requirements specified in
AWWA/ANSJ CJ I l /A21.l l
5) Finished ga s kets shall have holes punched by the manufacturer and shall
match the flange pattern in every respect.
6) Frayed cut edges resulting from job site gasket fabrication are not
acceptable.
7) Furnish Viton® Rubber gaskets hydrocarbon restraint gaskets, when
required.
7. Bolts and Nuts
a. Mechanical Joints
I) Tee Bolts
a) Hi gh s trength corrosion restraint low-carbon weathering steel in
accordance with A WW A l ANSI C 111 / A2 l . I l , and ASTM A242 .
b) Cor-Blue coated with FluoroKote #I, or equal
(I) Coating shall conform to the performance requirements of ASTM
BI I 7 for up to 4000 hours and shall include, if required, a
certificate of conformance.
b. Flanged Ends
I) Hex Bolts and Nuts
a) Meet requirements of A WW A CI I 5 .
b) For buried and no n-buried applications, provide AISl 304 Stainless
Steel bolts and AISI 316 Stainless Steel nuts .
C ITY OF FORT WORTH
STANDARD CONST RUCT ION SPECIF ICA TIO N DOCUMENTS
Revi se d 104 /0 1/20 11]
[No rth Holly WTP Pump Statio n Di sc har ge Pipe Replamnent]
[Capi tal Projec t No. 163 1 J
2
3
4
5
6
7
8
9
IO
l l
12
13
14
15
16
17
18
19
20
21
22
24
25
26
27
28
29
30
3 1
32
33
34
35
36
37
38
39
40
41
42
43
44
33 II I I -5
DUCTILE fRON FITTINGS
Page 5 of I I
c) Spray bolts and nuts with anti-seize compound.
8 . Direct Bury Ductile Iron Fit1ing Exteri or Coating:
a . All Ductile Iron Fittings shal l have an asphaltic coating, minimum of I mil
thick , o n the exterior, unless otherwise specified in the Contract Documents.
9. Exposed Ductile Iron Fittings Exterior Coating (Locations -Water Lines JA in
gallery and 3A in Vault)
a. Exposed ductile iron pipe shall not receive the standard asphaltic coat on the
outside surfaces, but s hall be shop coated with rust inhibitive primer.
b. Painting System
1) 1 '1 Coat
a) 4.0 -5.0 dry mils ofTnemec 20-1211 Primer or
b) 5.0-6 .0 dry mils of Sherwin-Williams Hi-Solids Catalyzed Epoxy
2) 2"d Coat
a) 5.0 -6.0 dry mils ofTnemec Series 20 -Color Epoxoline or
b) 5 .0 -6.0 dry mils of Sherwin-Williams Hi-Solids Catalyzed Epoxy
3) Any system not listed is considered a substitution and shall be subject to
approva l by the City and/or Engineer
I 0 . Polyethylene Encasement
a. All buried Ductile Iron Fittings shall be polyethylene encased.
b . Only manufacturers listed in the City 's Standard Products List.
c . U se only virgin polyethylene material.
d. Encasement for buried fittings sha ll be 8 mil linear low density (LLD)
polyethylene conforming to A WW A/ANSI Cl 05 / A2 l .5 or 4 mil high density
cross-laminated (HDCL) polyethylene encasement conforming to conforming
to A WW A l ANSI CI 05 / A21.5 and ASTM A674.
e. Marking: At a minimum of every 2 feet along its length, the mark the
polyethy lene film with the following information:
I) Manufacturer's name or trademark
2) Year of manufacturer
3) AWWA/ANSICJ05/A21.5
4) Minimum film thickness and material type
5) Applicable range of nominal diameter sizes
6) Warning -Con-osion Protection -Repair Any Damage
f. Special Markings/Colors
I ) Reclaimed Water
a) Label polyethylene e nc asement with "RECLAIMED WATER", or
b) Provide purple polyethylene in accord ance with the American Public
Works Association Un iform Color Code .
2) Wa s tewater
a) Label polyethylene encasement with "WASTEWATER", or
b) Provide green polyethylene in accordance with the American Public
Works Association Uniform Color Code.
g. Minimum widths:
Polyeth y lene Tube and Sheet Sizes for Push-On Joint Fittings
Nominal Fittings Diameter Min. Width -Flat Tube Min. Width -Sheet
(inches)
3
C ITY OF FORT WORTH
STAN DARD CONSTRUCTION SPEC IFI CAT ION DOCU ME NTS
Revi sed 104 /01 /20 1 I}
(inches)
14
(inches)
28
[North Holly WTP Pump Stati o n D isch arge Pipe Replacement]
[Ca pit a l Project No. I 63 I]
I
2
3
4
5
6
7
8
9
IO
I I
12
I 3
14
15
16
I 7
18
19
20
21
22
23
24
25
26
27
28
4 14
6 16
8 20
10 24
12 27
14 30
16 34
18 37
20 41
24 54
30 67
36 81
42 81
48 95
54 108
60 108
64 121
11 . Ductile Iron Fittings Interior Lining
a. Cement Moitar Lining
33 11 II -6
DUCTILE IR ON FITTINGS
Pag e 6 of 11
28
32
40
48
54
60
68
74
82
108
134
162
162
190
216
216
242 --
1) Ductile Iron Fittings for potable water shall have a cement mo1tar lining in
accordance with A WW A/ ANSI C 104 / A2 l .4 and be acceptable according to
NSF 61.
b. Ceramic Epoxy or Epoxy Linings
I) 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 .
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 fittings for pinholes with a non-destructive
2 ,500 volt test .
a) Repair any defects prior to shipment.
7) Mark each fitting with the date of application of the lining system along
with its numerical sequence of application on that date and records
maintained by the applicator of his work.
CITY OF FORT WORTH
STA NDARD CONSTRUCTI O N SPEC IFI CA TI ON DOCUMENTS
Revi sed 104 /01 /20 1 I)
[No rth Holly WTP Pump Stati on Disc har ge Pipe Replacement]
[Ca pital Project No. 163 1)
33 11 11 -7
DUCT IL E IR ON FITTINGS
Page 7 o f 11
I
2
3
8) For a ll Ductile lron Fittings in wastewater service where the fittin g has
been cut, coat the exposed surface with the Touch-Up material as
recommend e d by the manufacture r.
4 a) The touch-up material and the linin g s ha ll be of the same manufac ture r.
5 2.3 ACCESSORIES INOT USED]
6 2.4 SOURCE QUALITY CONTROL INOT USED]
7 PART 3 -EXECUTION
8 3.1 INSTALLERS (NOT USED)
9 3.2 EXAMINATION INOT USED]
10 3.3 PREPARATION !NOT USED]
I I 3.4 INSTALLATION
I 2 A . General
I 3 I . Install, fittings , specials, and appurtenances as specified herein, as specified in
14 A WW A C600, A WWA M4 I, and in accordance with the fittings manufacturer's
I 5 recommendations .
I 6 2. Lay fittings to the lines and grades as indicated in the Drawings .
17 3. Excavate and backfill trenches in accordance with 33 05 I 0 .
18 4. Embed Ductile Iron Fittings in accordance with 33 05 I 0 .
19 B . Joint Making
20 1. Mechanical Joints:
2 I a. Bolt the follower ring into compression against the gasket, with th e bo lt s
22 tightened down evenly then cross torqued in accordance with A WW A C600 .
23 b. Overstressing of bolts to compensate for poor in stallation practice wi II no t be
24 permitted .
25 2. Pu s h-o n Joints:
26 a. In stall Pu sh-onjoints as defined in AWWA/ANSI CJ I I /A21.J I.
27 b . Wipe clea n the gasket seat inside the bell of all extraneous matter.
2 8 c . Place the gasket in the bell in the position prescribed by the manufacture r.
29 d . Apply a thin film of non-toxic vegetable soa p lubricant to the in s ide o f the
30 gasket and the outside of the spigot prior to entering the spigot into the be ll.
3 I e. When u s ing a field cut plain end piece of pipe, re finished the field cut and scarf
32 to conform to A WW A M-4 1.
33 3. Flanged Joints:
34 a . Use erection bolts and drift pins to m a ke flan ged connections.
35 I) Do not use undue force or restraint on the ends of the fitting s.
36 2) Apply even and uniform press ure to the gaske t.
37 b. The fitting must be free to move in any direction while bolting.
38 I) In stall flange bolts with all bolt heads faced in I direction .
39 4. Joint Deflection
40
4 I
42
a. De flect the pipe only when necessary to avo id o bstruction s, or to mee t the line s
and grades and s hown in the Drawin gs.
b. The deflection of each joint mu st be in accordance with A WWA C600 Table 3.
C ITY OF FORT WORTH
STAN DARD CONSTRU CTI ON SPECIF IC ATION DOC UMENTS
Rev ised [04 /01 /20 11)
!No rth Holly WTP Pump Stati on Di schar ge Pipe Replacemen t)
[Capit al Projec t No. 163 1)
33 11 11 -8
DUCTIL E IR ON FITTI NGS
Page 8 of 11
I
2
3
c. The maximum deflectio n allowed is 50% of that indicated in A WW A C600 .
d . The manufacturer's recommend a tion may be used with the approval of the
Engineer.
4 C. Painting
5 l . Surface Preparati o n
6 a. White Metal Blast Cleaning (SSPC-SP5): Blast cleaning to a gray-white
7 uniform metallic color until each element of surface area is free of all visible
8 residues.
9 2. Application
IO a. All work shall be done by skilled mechanics. All materials shall be evenly
11 spread and smoothly flowed on without sags or runs, and all coats shall be
I 2 thoroughly dry per the manufacturer d a ta sheet before applying succeeding
13 coats.
14 b. Finish applied metal shall be sanded between coats with fine sandpaper to
15 produce an even, smooth finish .
16 c . No exterior painting shall be done in rainy, damp, or frosty weather per the
17 manufacturer data sheet or until the s urface is thoroughly dry.
18 d . When two coats of coating or paint are s pecified , where possible , the two coats
19 must be of contrasting color. Film thickness per coat as s hown in the schedule
20 following are minimum required . Contractor shall apply additional coats as
21 necessary to achieve the specified thickness.
22 e. Paints and similar materials shall be mixed in vessels of adequate capacity. All
23 paints s hall be thoroughly s tirred before being taken from the containers, shall
24 be kept stirred while usin g, and all ready-mixed paints s hall be applied exactly
25 from the manufacturer without addition of any kind of a drier or thinner, except
26 as provided in manufacturer 's directions or upon specific authorization.
27 f. Mixing, thinning and application of the coating materials shall be in exact
28 accordance with the manufacturer 's recommendations.
29 g. Splitting p a int kits and mixing o f partial kit s is not a llowed. Mix only whole
30 kits and di scard any leftover paint.
3 I h. The number of coats called for in thi s sc hedule s hall be considered minimum .
32
33
34
35
3 6
37
38
39
40
· 41
If more coats are required for complete coverage and uniform appearance, they
shall be a pplied. Colors will be se lected by the Owner from standard
manufacture r 's color samples .
1. Schedule
I) !51 Coat -application rate of290 sq .ft./gal
2) 2"d Coat-application rate of 175 sq.ft./gal.
3) 3rd Coat -application rate of 175 sq .ft ./gal
J . Touch Up
I) On completion, carefully t o uch up a ny holidays, marred or damaged spots,
and work over all surfaces th a t ha ve been repaired .
42 D . Pol yeth y lene Encasement Installation :
43 I . Preparatio n
44 a. Remove all lumps of clay, mud , cinders, etc., on fittings surface prior to
45 installation of polyethylene encasement.
46 l) Prevent so il o r e mbedment material fr o m becoming trappe d between
47 fittings a nd po lyethy lene .
C ITY OF FORT WORTH
ST AND ARD CONSTRUCT ION SPEC IFI CA TION DO CUMEN TS
Revi sed 104 /0 1/2011]
[North Holl y WTP Pu mp Station Di schar ge Pipe Rep lace 111 ent]
I Ca pital Project No. 163 1]
I
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
3 I
32
33
34
3 5
36
37
38
39
40
41
42
43
44
45
46
47
4 8
33 11 11 -9
DUCTILE IRON FITTINGS
Pa ge 9 of 11
b. Fit polyethylene film to contour of fittin gs to affect a s nug, but n o t tight encase
with minimum space between polyethyl e ne and fittings .
I) Provide s ufficient slack in contouring to prevent stretching pol yeth y lene
where it brid ges irregular surfaces such as bell-s pigot interfaces, bolted
joints, o r fitting s, and to prevent d a mage to polyethylene due to b ackfilling
o perations.
2) Secure overlaps and ends with adhesive tape and hold .
c. For installations below water table and/or in areas s ubject to tidal ac ti o ns , seal
both ends of polyethylene tube with a dhesive tape at joint overlap.
2. Tubular Type (M e thod A)
a. Cut polyethylene tube to length approximately 2 feet longer than fittings
section.
b. Slip tube around fittings , centering it to provide I foot overlap on eac h adjacent
pipe section and bunching it accordion-fashion lengthwise until it c lears fittings
ends.
c. Lower fittings into trench with preceding sec tion of pipe.
d. Make s hallow bell hole at joints to facilitate installation of polyethy le ne tube.
e. After assembling fittings make overlap of polyethylene tube, pull bunched
polyethylene from preceding length of pipe, slip it over end of the fitting and
wrap until it overlaps joint at end of preceding length of pipe.
f . Secure overlap in place .
g. Take up slack width at top of fitting to make a snug, but not ti g ht , fit along
barrel of fitting, securing fold at quarte r points .
h . Repair cuts, tears, punctures, or other damage to polyethylene .
1. Proceed with installation of next fitting in same manner .
3 . Tubul a r T y pe (Method B)
a. Cut polyethylene tube to length approximately I foot s ho11er than fitting
section.
b . Slip tube around fitting , centering it to provide 6 inches of bare fittin g a t each
end.
c. Take up s lack width at top of fitting to make a snug, but not ti g ht , fit along
barrel of fitting, securing fold at quarter points; secure ends .
d . Before making up joint , slip 3-foot length of polyethylene tube over e nd o f
proc eeding pipe section , bunching it acco rdi o n-fashion len gt hwi se .
e. After completing joint, pull 3-foot length of polyethylene over joint,
overlapping polyethylene previously installed on each adjacent section of pipe
by a t lea st I foot; m a ke each end snug and sec ure.
4. Sheet Type
a. Cut polyethylene sheet to a length approximately 2 feet lon ge r than piec e
section .
b. Center length to provide I-foot overlap on each fitting, bunchin g it until it
clears the fitting ends.
c. Wrap polyethylene around fitting so that it circumferentially overlaps top
qu adra nt of fitting.
d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet.
e. Lower wrapped fitting into trench with preced in g section of pipe .
f. Make s hall ow bell h o le at joints to facilitate installation o f pol yethy lene.
g. After completing joint, m a ke overlap and secure ends.
C ITY OF FORT WORTH
STAN DARD CONST RUCTJON SPECIFICATION DOCUMENTS
Revised (04 /01/2011 ]
[North Holly WTP Pump Station D isc h a rge P ipe Rep lacement]
(Capital Project No . 1631]
I
2
3
4
5
6
7
8
9
IO
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
33 11 11 -I 0
DUCTILE !RON FITTJNGS
Pa ge IO of 11
h . Repair cuts, tears, punctures, or other damage to polyethylene.
1. Proceed with installation of fittings in same manner.
5. Pipe-Shaped Appurtenances:
a . Cover bends, reducers , offsets, and other pipe-shaped appurtenances with
polyethylene in same manner as pipe and fittings .
6 . Odd-Shaped Appurtenances:
a . When it is not practical to wrap valves, tees, crosses, and other odd-shaped
pieces in tube, wrap with flat sheet or split length polyethylene tube by passing
sheet under appurtenances and bringing it up around body.
b. Make seams by bringing edges together, folding over twice, and taping down.
c. Tape polyethylene securely in place at the valve stem and at any other
penetrations.
7 . Repairs:
a. Repair any cuts, tears , punctures , or damage to polyethylene with adhesive tape
or with short length of polyethylene sheet or cut open tube , wrapped around
fitting to cover damaged area , and secure in place .
8. Openings in Encasement:
a . Provide openings for branches , service taps, blow-offs, air valves, and similar
appurtenances by making an X-shaped cut in polyethylene and temporarily
folding back film .
b . After appurtenance is installed , tape slack securely to appurtenance and repair
cut, as well as other damaged area in polyethylene with tape.
c . Service taps may also be made directly through polyethylene, with any
resulting damaged areas being rep a ired as described above
9. Junctions between Wrapped and Unwrapped Fittings:
a . Where polyethylene-wrapped fitting joins an adjacent pipe that is not wrapped ,
extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet.
b. Secure end with circumferential turns of tape.
c. Wrap service lines of di ssimilar metals with polyethylene or suitable dielectric
tape for minimum clear distance of 3 feet away from cast or Ductile Iron
Fittings.
32 E. Blocking:
33 I . lnstall concrete blocking in accordance with Section 03 34 16 for all bends, tees,
34 crosses, and plugs in the pipe lines as indicated in the Drawings.
35 2 . Place the concrete blocking so as to rest against firm undisturbed trench walls,
36 normal to the thrust.
37 3 . The supporting area for each block shall be at least as great as that indicated on the
38 Drawings and shall be sufficient to withstand the thrust, including water hammer,
39 which may develop .
40
41
42
43
4. Each block shall rest on a firm , undisturbed foundation or trench bottom .
5. If the Contractor encounters soil that appears to be different than that which was
used to calculate the blocking according to the Drawings, the Contractor shall
notify the Engineer prior to the installation of the blocking.
44 3.5 REPAIR/RESTORATION
45 A . Patchin g
C ITY OF FO RT WORTH
ST AN D ARD CONSTRUCTION SPEC I FICA TI ON DOCUMENTS
Rev ised [04 /01 /20 11]
[No rth Holl y WT P Pump Stati on Di sch arge Pip e Re pl ac ement]
[Ca pit al Project No . 1631)
33 11 11 -11
DUCTILE IRON FITTINGS
Page 11 o f 11
1. Excessive field-p atching is n o t pe rmitted of lining or coating .
2
3
2 . Patching of lining or coating will be allowed where area to be repaired does not
exceed I 00 square inches an d has no dimension s greater than 12 inches.
4
s
3. ln general, there sha ll not be more than I patch on either the lining or the coating of
any fitting.
4 . Wherever nec essary to patch the fitting: 6
7
8
9
a. Make patch with cement mortar as previou s ly specified for interior joints.
b. Do not install patched fitting until the patch has been properly and adequately
cured and approved for laying by the City.
10 c. Promptly remove rejected fittings from the site.
11 3.6 RE-INSTALLATION [NOT USED)
12 3.7 FIELD !OR) SITE QUALITY CONTROL
13 A. P o table Water Mains :
14 1. Cleaning, disinfection , hydrostatic testing, and bacteriological testing of water
15 mains
16 a. Clean, flush, pig, disinfect, hydrostatic test, and bacteriological test the water
17 main as specified in Section 33 04 40.
18 3.8 SYSTEM STARTUP !NOT USED]
19 3.9 ADJUSTING [NOT USED)
2 0 3.10 CLEANING [NOT USED)
2 1 3.11 CLOSEOUT ACTIVITIES !NOT USED)
22 3.12 PROTECTION [NOT USED)
23 3 .13 MAINTENANCE [NOT USED)
24 3.14 ATTACHMENTS [NOT USED)
2 5 END OF SECTION
26
Revision Log
DATE NAM E SUMMARY OF CHANGE
27
120 IO JA N 06 )
C ITY OF FORT WORTH
STAND ARD CONSTRUCT ION SPEC IFICAT ION DO CUMENTS
Revi sed [04 /0 I/2011]
[North Holl y WTP Pump Stati on Di sc har ge Pipe Replacement]
!Ca pital Projec t No. 163 1]
33 11 12 -I
POLYVINYL C HLORIDE (PVC) PR ESSURE PIP E
Page I o f 7
I SECTION 33 11 12
2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A . Section Includes :
6 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water,
7 wastewater, and reuse applications
8 8. Deviations from this City of Fort W011h Standard Specification
9 I.
10 2.
11 C. Related Specification Sections include but are not necessarily limited to :
12 1. 33 04 40 -Cleaning and Acceptance Testing of Water Mains
13 2. 33 05 10 -Utility Trench Excavation, Embedment, and Backfill
14 1.2 PRICE AND PAYMENT PROCEDURES (NOT USED)
15 1.3 REFERENCES
16 A . Reference Standards
17 1. Reference standards cited in this Specification refer to the current reference
18 standard publi shed at the time of the latest revision date logged at the end o f thi s
19 Specification , unless a date is specifically cited .
20 2. American Association of State Highway and Transporta tion Official s (AASHTO).
21 3. ASTM International (ASTM):
22 a. D 1784 , Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC)
23 Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds.
24 b . 03 139 , Standard Specification for Joints for Plastic Pres s ure Pipes Using
25 Flexible Elastomeric Seal s.
26 4 . American Water Works A ssoc iation (A WWA):
27 a. C600 , In stallation of Ductile-Iron Water Mains a nd their Appurtenances .
28 b . C605 , Underground In stallation of Polyvinyl Chloride (PVC) Press ure Pipes
29 and Fittings for Water.
30 c. C900, Polyvinyl Chloride (PVC) Pre ss ure Pipe, and Fabricated Fittin gs, 4 IN
31 through 12 IN , for Wate r Transmission and Distributi o n.
32 d. C905 , Po lyv inyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 14 IN
· 33 through 48 lN , for Water Transmission and Di stributi o n .
34 e . M23 , PVC Pipe -Design a nd installation.
35 f. M41 , Ductile-Iron Pipe and Fittings .
36 5. NSF International (NSF):
37 a. 61 , Drinking W a t e r System Components -Health Effects .
38 6. Underwriters La bo ratories , In c. (UL).
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICAT ION DOC UMENTS
Revised [04 /0I /20 11]
[North Ho ll y WTP P um p S tati on Disc h ar ge Pipe Replacement)
[Capital Projec t No . 16 3 J)
33 1 ! 12 -2
POL YVl YL CHL OR IDE (P VC) PRESSURE PIPE
Pa ge 2 of 7
1.4 ADMINISTRATIVE REQUIREMENTS f NOT USED]
2 1.5 SUBMITT ALS
3 A. Submittals s hall be in accordance with Section O 1300 .
4 B . All submittals s hall be approved by the Engineer or the City prior to delivery .
5 1.6 ACTION SUBMITT ALS / INFORMATIONAL SUBMITT ALS
6 A. Product Data :
7 1. For PVC Pressure Pipe that is used for water distribution , wastewater force mains,
8 or wastewater gravity mains , including :
9 a. PVC Pressure Pipe
IO b. Manufacturer
11 c . Dimension Ratio
12 d . Joint Types
13 2. Restraint
14 a. Retainer glands
15 b. Thrust harnesses
16
17
c . Any other means of restraint
3. Gaskets
18 B. Shop Drawings: Furnish for PVC Pressure Pipe used in the water distribution system or
19 for a wastewater force main for 24-inch and g reater diame t e r s, including :
2 0 I. Wall thickness design calculations sealed by a Licensed Profess ional Engineer in
21 Texas including:
22 a. Working pressure
23 b . Surge press ure
24 c. Deflection
25 2. Provide thrust restraint calculations for all fittings and valves , sealed by a Licen sed
26 Professional Engineer in Texas, to ve rify the restraint len g ths s hown o n the
27 Drawings .
2 8 3. Lay schedule / drawing for 24-inch and g reater diamete rs sea led by a Licensed
29 Profess ional Engineer in Texas including :
30 a. Pipe class
31 b . Joints type
32 c. Fittings
33 d . Stationing
34 e . Transitions
35 f. Joint deflection
36 C. Certificates
· 37 1. Furnish an affidavit certifying that a l l PVC Pressure Pipe meets the provisions of
3 8 this Section , each run of pipe furnished has met Specifications, all inspections have
39 been made and that all test s have been performed in accordance with A WW A C900
40 or A WW A C905.
C ITY OF FORT WORTH
STANDARD CONSTRUCT ION SPEC IFI CAT ION DOCUMENTS
Revised [04/0 1/20 11)
I No rth I loll y WTP Pump Station Di sc har ge Pip e Repla ce ment)
!Ca pital Project No. 163 1)
33 11 12 -3
POL YVfNYL CHLORIDE (PVC) PRESSURE PIPE
Page 3 o f 7
1.7 CLOSEOUT SUBMITTALS !NOT USED]
2 1.8 MAINTENANCE MATERIAL SUBMITT ALS !NOT USED]
3 1.9 QUALITY ASSURANCE
4 A . Qualifications
5 I. Manufacturers
6 a. Finished pipe shall be the product of I manufacturer for each size, unless
7 otherwise approved by the City.
8 I) Change orders, specials, and field changes may be provided by a different
9 manufacturer upon City approval.
l O b . Pipe manufacturing operations shall be performed under the control of th e
l l manufacturer.
12 c. All pipe furnished shall be in conformance with A WW A C900 and A WW A
13 C905.
14 1.10 DELIVERY, STORAGE, AND HANDLING
15 A. Storage and Handling Requirements
16 I. Store and handle in accordance with the guidelines as s tated in A WWA M23 .
17 2. Secure and maintain a location to store the material in accordance with Section
18 01600 .
19 B. Do not string pipes and fittings unless it is specifically called for in the Drawings.
20 l . Only the pipe and fittings that will be installed during a single work day will be
21 allowed to be stored within the barricaded work area .
22 1.11 FIELD ISITEJ CONDITIONS !NOT USED]
23 1.12 WARRANTY !NOT USED]
24 PART 2 -PRODUCTS
25 2.1 OWNE~-FURNISHED loRJ OWNER-SUPPLIED PRODUCTS !NOT USED]
26 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
27 A. Manufacturers
28 I. Only the manufacturers as listed in the City 's Standard Products List.
29 a. The manufacturer must comply with this Specification and related Sections.
30 2. Any product that is not listed on the Standard Products List is considered a
31 substitution and shall be subject to approval by the City and/or Engineer.
32 B . Pipe
33 l. Pipe shall be in accordance with A WW A C900 or A WWA C905.
34 2. PVC Pres s ure Pipe for potable water shall meet the requirements of NSF 61 .
35 3. Pressure Pipe shal l be approved by the UL.
36 4. Pipe shall hav e a lay length of 20 feet except for specia l fittings or closure pieces
37 necessary to comply with the Drawings.
C IT Y OF FORT WORTH
STANDARD CONSTRUCTION SPEC IFICATION DOC UMENTS
Revised [04 /0 1/20 11)
!North Holly WTP Pump S tati o n D isch ar ge Pipe Repl ace ment)
[C apita l Proj e c t No. 16 3 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
C .
33 11 12 -4
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Pa ge 4 of 7
5. The pipe material shall be PVC , meeting the requirements of ASTM D 1784 , with a
cell classification of 12454-B . Outside diameters must be equal to those of cast
iron and ductile iron pipes.
6. As a minimum the following Dimension Ratio 's apply:
7 . Pipe Markings
Diameter
inch
Min Pressure Class
si
DRl4
DRl8
a. Meet the minimum requirements of A WWA C900 or A WWA C905. Minimum
pipe markings shall be as follows:
1) Manufacturer 's Name or Trademark and production record
2) Nominal pipe size
3) Dimension Ratio
4) AWWA C900 or AWWA C905
5) Seal of te sting agency that verified the suitability of the pipe
Pressure and Deflection Design
I. 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
A WW A 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 (P,v) = 150 p s i
g. Surge Allowance {P 5 ) = l 00 psi minimum
h. Test Press ure =
I) No Jess than 1 .25 times the stated working pressure ( 187 psi minimum) of
the pipeline measured at the highe st elevation along the te st section.
2) No Jess than 1 .5 times the stated working pressure (225 psi minimum) at
the lowest elevation of the te st section .
1. Maximum Calculated Deflection = 3 percent
J. Restrained Joint Safety Factor (SF)= 1.5
2. Verify trench depths after existing utilitie s are located .
a. Accommodate vertical alignment changes required because of existing utility or
other conflicts by an appropr iate change in pipe design depth.
b . In no case shal l pipe be installed deeper than its design allows.
3 . Provisions for Thrust :
a. Thrusts at bends, tees, plugs, or other fittings shall be niechanical ly restrained
joints when required by the Drawings.
b. No thrust restraint contribution shall be allowed for the restrained length of
pipe within the casing.
CITY OF FORT WORTH [No rth Holl y WTP Pump Stati on Dischar ge Pipe Repl ace ment]
I Capi tal Project No. 1631] STANDARD CONSTRUCTION SPEC IFI CAT ION DOCUMENTS
Revised [04 /01 /20 11)
I
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
33 1112-5
POLYVINYL CHLOR IDE (PVC) PR ESSU RE PIPE
Page 5 o f7
c. Re strained joints, where required , s h a ll be u sed for a sufficient di stance from
each s ide of the bend , tee, plug, valve, or o ther fitting to resist thrust which will
be developed at the design press ure of the pipe. For the purpose of thrust the
following s ha ll apply:
I) Calculate valves as dead ends.
2) Design pressure shall be greater than the pressure class of the pipe o r the
internal pressure (Pi), whichever is greater.
3) Restrained joints shall consist of approved mechanical restrained o r push-
on restrained joints as listed in the City's Standard Products List as s hown
in Section OJ 60 00.
4) Restrained PVC pipe is not allowed for pipe greater than 12 inches .
d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to
resist thru st in accordance with the Drawings and the following :
I) Calculate the weight of the earth (W e) 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 un saturated soil
condition s
3) In locations where ground water is encountered , reduce the soil d e n s ity to
its buoyant weight for the backfill below the water table .
a) Reduce the coefficient of friction to 0 .25.
4. Joints
a. Joints sha ll be gasket, bell and spigot, and pu s h-on type conforming to ASTM
03139.
b. Since each pipe manufacturer has a different design for push-on j o ints , gaskets
s hall be p a rt of a complete pipe section and purchased as such.
c. Lubricant mu st be non-toxic and NSF a pproved for potable water applications .
d . Push-On Restrained Joints shall only be as approved in the Standard Products
List.
5. Detectable M a rkers:
a. Provide detectable markers in accordance with Section 33 05 26.
3 1 2.3 ACCESSORJES !NOT USED)
32 2.4 SOURGE QUALITY CONTROL !NOT USED]
33 PART 3 -EXECUTION
34 3.1 INSTALLERS !NOT USED)
35 3.2 EXAMINATION !NOT USED)
36 3.3 PREPARATION !NOT USED]
37 3.4 INSTALLATION
3 8 A. General
39 I . Install pipe , fit1ings, specials, and appurtenances as specified herein , as specified in
40 A WW A C600, A WW A C605 , A WW A M23 , and in accordance with the pipe
41 manufacturer 's recommendations .
C ITY OF FORT WORT H
STANDARD CONSTRUCT ION SPEC lFl CAT lON DO CUMENTS
Rev ise d 104 /01 /2011]
jNo r1h Holl y WTP Pump Stati on Disc harge Pipe Replacement]
!Capital Projec t No . 1631)
33 I l 12 - 6
PO LY VINYL CHLORJDE (PVC ) PR ESSUR E PIPE
Pa ge 6 of 7
2. Lay pipe to the lines and grades as indicated in the Drawings .
2 3. Excavate and Backfill Trenches in accordance with Section 33 05 I 0.
3 4 . Embed PVC Press ure Pipe in acc o rdance with Section 33 05 I 0 .
4 B . Pipe Handlin g
5 I . Haul and distribute pipe and fittin g s at the project site.
6 2. Handle piping with care to avoid damage .
7 a. lnspect each joint of pipe and reject or repair any damaged pipe prior to
8 lowering into the trench.
9 b . Use only nylon ropes, slings, or other lifting devices that will not damage the
JO surface of the pipe for handling the pipe.
11 3. At the close of each operating day:
12 a . Keep the pipe clean and free of debris, dirt, animals, and trash -during and
13 after the laying operation .
14 b . Effectively seal the open end of the pipe using a gasketed night cap.
15 C. Joint Making
16 I. Mechanical Joints :
17 a . Bolt the follower ring into compression against the gasket, with the bolts
18 tightened down evenly then cross torque in accordance with A WW A C600 .
19 b. Overstressing of bolts to compen s ate for poor installation practice will not be
20 permitted.
21 2 . Push-on Joints
22 a . Install Push-On joints as defined in A WWA C900 and A WWA C905 .
23 b . Wipe clean the gasket s eat inside the bell of all extraneous matter.
24 c . Place the gasket in the bell in the position prescribed by the manufacturer.
25 d. Apply a thin film of n o n-toxic vegetable soap lubricant to the inside of the
26 ga s ket and the outside of the s pi g ot prior to entering the spigot into the bell.
27 e . When using a field cut plain end piece of pipe, refinish the field cut to conform
28 to A WW A C605.
29 3 . Joint Deflection
30 a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines
3 I and g rades shown in the Drawings .
32 b . The deflection of each joint mu s t be in accordance with A WWA C600 Table 3 .
33 c. The maximum deflection allowed is 50% of that indicated in A WWA C600 .
34 d. The manufacturer 's recommendation may be used with the approval of the
35 Engineer.
36 D. Detectable Metallic Tape Installation
37 I. See Section 33 05 26 .
· 38 3.5 REPAIR/RESTORATION !NOT USED]
39 3.6 RE-INSTALLATION !NOT USED]
40 3 .7 FIELD ioR] SITE QUALITY CONTROL
41 A . Potable Water Mains
42 I. Cleaning, di s infection , hydrostatic testing, and bacteriological testing of water
43 ma111s :
C lT Y OF FO RT WORT H
STAN DAR D CONSTRUCTION SPEC IFICAT ION DOCUMENTS
Revi sed [04/0 1/20 11 ]
[No rth Holl y WTP Pump Stati on Di sch arge Pip e Replacement]
[Ca pital Projec\ No. 163 1]
33 11 14 -5
BURTE D STEE L PIPE A D FITTINGS
Pa ge 5 o f 25
I c . Moi s ture s h a ll be m a inta in e d in s id e th e pi p e by perio di c a dditi o n o f water , as
2 n ecessary .
3 4. Pipes s h a ll be carefull y s upporte d durin g s h ip m e nt a nd st o ra ge .
4 a. Pipe, fittin gs , and s pe ci a ls s h a ll be separate d so th a t th ey do n o t be ar a g ain st
5 each o th e r, a nd th e w hol e loa d s ha ll be s ec ure ly fa s te n e d to prevent m o v e m e nt
6 in tra n s it.
7 b. Ship pipe o n padded bunks with ti e -down s t raps a pprox im a te ly o v e r s tullin g.
8 c . St o re pipe o n pa dd ed s kid s , san d o r dirt berms, t ires , o r o th e r s uita bl e m ean s to
9 pro te ct th e pipe fr o m d a m age .
IO d . Eac h e nd o f e ach le n gt h o f pipe , fittin g, o r s p ec ia l a nd th e middle o f e a c h pipe
11 j o int s h a ll be intern a ll y s upp o rt e d a nd b raced w ith stull s t o m a inta in a true
12 circula r s h a pe.
13 I) Int e rnal stull s s h a ll con s ist of timbe r o r st ee l firml y wed ged a nd s ecured s o
14 that s tulls rem a in in place duri ng s t orage , s hipm e nt , and in sta ll a ti o n .
15 2) P ipe shall be rota ted so th a t o n e s tull re m a in s v e rtical durin g s to ra g e ,
16 s hipment, a nd in sta ll ati o n .
17 3 ) A t a minimum , s tulls s h a ll b e pl aced a t eac h e nd a nd c e nte r.
18 a ) A dditi o n a l s tulls m ay be re quire d d e p endin g upo n the le n gt h o f the
19 joints a nd pipe des ig n .
2 0 4 ) Stulls sh a ll n ot be re mo v e d until ba ckfill o perati o ns a re c o mpl e te
2 1 (exc ludin g fin a l cl ean up), unl ess it c a n be d e m o n s trated to th e C ity's
22 s ati s facti o n th a t re mova l of s tull s w ill n ot a d ve rse ly a ffect pipe in s ta ll a ti o n .
23 B . Delivery, H a ndlin g, and Sto rage
24 I. Once th e firs t s hipment o f pipe h as be e n de liv e re d to th e s it e, th e E n g in ee r a nd the
25 C o ntrac to r s h a ll in s pect th e pipe's inte ri o r coatin g fo r excess ive crac kin g. If
26 excess ive c ra c kin g is found , th e Cont ract o r s h a ll m o di fy s hipping procedures to
27 redu ce o r e limin a te cra cking.
28 2. D e li ve r, ha ndl e , and s to re pipe in accord a n ce w ith th e m a nufac ture r's
29 recomm e nd a ti o n s t o p ro t ec t c oatin g syst e m s.
30 3. Sec ure a nd m a inta in a locati o n to s to re the m a te ri a l in accord a n ce w it h Secti o n
3 1 01600 .
32 C. Do not s trin g pipe a nd fittin gs unl ess it is s pec ifi ca ll y c a ll e d fo r in the Drawings .
33 I . Only th e pipe a nd fitt in gs th a t will be in s t a ll e d in a s in g le work d ay a r e a llowed to
34 be s to re d w ithin th e barri cad e d work a rea .
35 1.11 FIELD CONDITIONS !NOT USED)
3 6 1.12 WARRANTY !NOT USED)
37 PART 2 -PRODUCTS
38 2.1 OWNER-FURNISHED jNOT USED)
39 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
4 0 A. M a nufacture rs
4 1 I . Onl y th e m a nufac ture rs as li s te d by th e C ity 's St a nd a rd P roducts Li st.
42 a . Th e m a nu fac ture r mu s t compl y with thi s S pe cific ati o n a nd rel a ted Secti o n s.
C IT Y OF FORT WO RTH
STANDARD CONS TR UC TI ON SPEC IF ICAT ION DOCUMENTS
Re vi sed [04 /0 1/20 11 ]
[Nort h Holl y WTP Pu m p Stati o n Disc har ge Pipe Re place ment ]
(Cap ita l Project No . 1631 ]
33 I l 14 -6
BURIED STEEL PIP E AND FI1TING S
Page 6 of 25
2. Any product that is not li sted o n the Standard Products List is considered a
2 substitution and shall be subj ec t to approval by the City and/or Engineer
3 B . Materials
4 I. General
5 a. Pipe shall be manufactured in accordance with the latest revisions of A WWA
6 C200, A WWA C205, A WW A C2 l 0, and A WW A C222 .
7 b. All pipe lining material in contact with potable water shall meet the
8 requirements of NSF 61.
9 2. Exterior Polyurethane Coating
10 a. For Pipe:
11 I) Polyurethane Coating shall be factory applied and meet the requirements of
12 A WWA C222. Use a Coating Standard ASTM DI 6, Type V system which
13 is a JOO% solids, 2-component polyurethane (or 2-package polyisocyanate ,
14 polyol-cured urethane) coating.
15 a) Components shall have balanced viscosities in their liquid state and
16 shall not require agitation during use.
17 b) Conversion to Solids by Volume: 97 percent± 3 percent
18 c) Temperature Resistance : Minus 40 degrees F and plus 150 degrees F
19 d) Minimum Adhesion: 1500 psi , when applied to steel pipe which has
20 been blasted to comply with SSPC SP 10/NACE No. 2
21 (1) Cure Time: For handling in 2-3 minutes at 120 degrees F and full
22 cure within 7 days at 70 degrees F
23 e) Maximum Specific Gravities
24 (I) Polyisocyanate resin , 1.20
25 (2) Polyol resin , 1.15
26 f) Minimum Impact Resistance: 80 inch-pounds using I-inch diameter
27 steel ball
28 g) Minimum Tensile Strength: 2000 psi
29 h) Hardness : Minimum Durometer hardne ss of 65 on the Shore D sca le in
30 accordance with ASTM D2240
31 i) Flexibility Resistance
32 (I) ASTM D522 using I-inch mandrel
33 (2) Allow coating to cure for 7 days.
34 (3) Perform testing on test coupons held for 15 minutes at temperature
35 extremes specified above.
36 j) Dry Film Thickness: 35 mils
37 k) Coating shall be a self priming, plural component , 100 percent solids,
38 non-extended polyurethane , suitable for burial or immersion and shall
39 be :
40 (I) Corropipe JI Omni as manufactured by Madison Chemical
41 Industries lnc .
. 42 (2) Durashield 210 as manufactured by LifeLast, Inc ., or
43 (3) Protec II, as manufactured by JTW -Futura Coatings , Inc .
44 2) The coating manufacturer shall have a minimum of 5 years experience in
45 the production of this type coating .
46 b . For Specials , Fittings , Repair and Connections
47 I) Provide shop-applied and field-applied coating as follows:
48 a) Corropipe II Omni , and GP II (E) To uch-Up , respectively , as
49 manufa ctured by Madison Chemical Industrie s, or
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised [04 /01 /20 11]
fNorth Holly WTP Pump Statio n Discharge Pipe Replacement]
I Ca pital Project No. 1631 J
I
2
3
4
5
6
7
8
9
10
I l
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
3 3 11 14 - 7
B URIED STEE L PIPE A N D FITTING S
Page 7 o f 25
b) Durashield 210, Durashield 310, or Durashield 310 JARS as
manufactured by LifeLast, lnc., or
c) Protec II, or as recommended by the coating manufacturer.
d) Properties specified above .
e) Mix and apply polyurethane coatings in accordance with the coating
manufacturer's recommendations.
3 . Cement Mortar Linings
a . Cement mortar linings shall be shop-applied.
b. Shop-applied cement mortar linings shall conform to the requirements of
A WW A C205 with the following modifications:
I) Sand used for cement mortar shall be silica sand ASTM C33.
2) Curing of the linings shall conform to the requirements of A WWA C205.
4. Bolts and Nuts
a. Flanged Ends
I) Meet requirements of A WW A C207.
2) For buried and non-buried applications, provide AlSI 304 Stainless Steel
bolts and AISl 316 Stainless Steel nuts.
3) Spray bolts and nuts with anti-seize compound.
5 . Steel shall:
a. Meet the requirements of A WWA C200
b . Be of continuous casting
c . Be homogeneous
d. Be suitable for field welding
e. Be fully kilned
f. Be fine au stenitic grain size
6. Bend Fittings
a. Fabricate all fittings from hydrostatically tested pipe .
b . All bend fittings shall be long radius to permit easy passage of pipeline pigs.
7. Threaded Outlets
a . Where outlets or taps are threaded , furnish and install brass bushings for the
outlet size indicated .
8. Weld Lead Outlets
a. Use of threaded outlets for access for weld leads is permitted .
b. Additional outlet configurations shall be approved by the Engineer.
c. Outlets shall be welded after use.
9. Mixes
a. Mortar for Joints:
1) Mortar shall be I part cement to 2 parts sand .
2) Cement shall be ASTM C 150, Type l or IL
3) Sand s hall be of sharp silica base .
a) Sand shall conform to ASTM Cl44 .
4) Interior joint mortar shall be mixed with as little water as possible so that
the mortar is very stiff, but workable .
5) Water for cement mortar shall be from a potable water source.
6) Mortar for patching shall be as per interior joints .
b. Bonding Agent
J) Bonding Agent for Cement Mortar Lining must meet NSF 61 , if cement
lining is in contact with potable water.
C ITY O F FO RT WORT H
STAN D A RD CONSTRUCTIO N S PECIF ICAT ION DOCU MENTS
R ev ised [04 /0 1/20 11 ]
[Nonh Ho ll y WTP Pump Stati on D isc har ge P ip e Rep lace ment]
[Cap it a l Proj ect No. 163 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
C.
33 11 14 -8
BU RI ED ST EE L PIPE A N D FI TTI NGS
Page 8 of 25
2 ) Bo nding agent for cement mortar lining patching s hall be :
a) Probond Epoxy Bonding Agent ET-150, part s A and B
b) Sikadur 32 Hi-Mod , or
c) Approved equal
I 0 . Heat Shrink Sleeves for Polyurethane Coated Steel Pipe
a. Primer: Provide as recommended by the sleeve manufacture r .
b . Filler Mastic : Provide mastic filler as recommended by the heat s hr ink s leeve
manufacturer.
I) Size and type shall be as recommended by the sleeve manufacturer for type
of pipe and joint.
c. J o int Coating: Cross-linked polyolefin wrap or sleeve with a ma stic s ealant , 85
mils total thickness , suitable for pipeline operating tempe rature , s leeve material
recovery as recommended by the manufacturer.
I) High recovery sleeves shall be provided for bell and s pi go t and co upling
style joints with a minimum of 50 percent recovery .
2) Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe
coating on each side of the joint.
3) Width to take into consideration shrinkage of the sleeve due to installation
and joint profile
d. Heat shrink sleeves shall meet A WW A C216, as manufactured by:
I) Canusa
2) Raychem , or
3 ) Approved equal
e . Provide heat shrink sleeve suitable to interior joint welding without dama g e to
heat s hrink sleeve .
Performance / Design Criteria
I . Pipe Desi gn
a. Steel pipe shall be designed , manufactured , and tested in conformance with
A WW A C200, A WW A M 1 I , and these Specifications.
b . Sizes and pressure classes (working pressure) shall be as s hown bel o w.
c . For the purpose of pipe design , the transient pressure plus workin g press ure
s hall be as indicated below .
d . Fittings, specials, and connections shall be designed for the same pres s ures as
the adjacent pipe .
e. Pipe design shall be based on trench conditions and the design pres s ure in
accordance with A WW A MI I; using the following parameters:
I) Unit Weight of Fill (W) = 130 pounds per cubic foot
2) Live Load
a) = AASHTO HS 20, at all locations except at railroad s
b) = Cooper E80, at Railroads
3) Trench Depth = As indicated in the Drawings
4) Deflection Lag Factor (D1) = I .0
5) Coefficient (K) = 0 .10
6) Maximum Calculated Deflection :
a) Dx = 3 percent (for polyurethane coated pipe)
b) Dx = 2 percent (for cement mo1tar coated pipe)
7) Soil Reaction Modulus (E') < 1,000
8) Working Pressure= I 50 p s i
a ) Test Pre ss ure =
C IT Y OF FORT WORT H [North !l oll y WTP Pu mp Stati on Discharge Pip e Repl acement]
!Capit al Proj ec t No . 163 1] STANDARD CONS TR UC T IO SPEC IF ICAT ION DOC U M EN T S
Re vi se d 104 /0 1/2 0 11 ]
I
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
33 11 14 - 9
B URIED STE EL PIP E AN D FITT rNGS
Page 9 o f 25
(I) No less than 1.25 minimum times the stated workin g pres s ure ( 187
psi minimum) of the pipeline measured at the hi ghe st el evati o n
along the test section.
(2) No less than 1.5 times the stated working press ure (225 psi
minimum) at the lowest elevation of the te st secti o n.
9) Surge Allowance = 100 psi, minimum
a) Where Total Pres s ure (including surge)= 150 ps i + l 00 ps i = 250 ps i
f. Fittings and specials shal I be:
I) Designed in accordance with A WW A C208 and A WW A MI I except that
crotch plates shall be used for outlet reinforcement for all Press ure
Diameter Values, PDV, greater than 6 ,000.
g . Where the pipe requires additional external support to achieve the s pe cified
maximum deflection , the Contractor and pipe supplier will be required to
furnish alternate methods for pipe embedment.
1) No additional compensation wi II be made to the Contractor by the Owner
where this method is required.
h . Trench depths indicated shall be verified after existing utilities are located.
l) Vertical alignment changes required because of existing utility or other
conflicts shall be accommodated by an appropriate change in pipe design
depth .
2) In no case shall pipe be installed deeper than its design allows.
1. Field fabrication or cutting is not allowed , unless otherwise approv e d by the
City.
2 . Provisions for Thrust
a . Thrust at bends, tees, or other fittings shall be resisted by restrained joints .
b . Restrained joints shall be used on all piping.
c. Restrained joints shall consist of welded joints.
d. The pipe designed with restrained joints to resist thrust shall be verified by the
pipe manufacturer in accordance with A WW AM 11 and the following:
I) The weight of the earth (We) shall be calculated as the wei g ht of the
projected soil prism above the pipe, for unsaturated soil conditi o n s
2) Soil Density= 110 pounds per cubic foot (maximum value to be used), for
unsaturated soil conditions
3) Coefficient of Friction= 0.25 (maximum value to be used for polyurethane
coated steel pipe).
4) If indicated on the Drawings and the Geotechnical Borings that ground
water is expected , account for reduced soil density.
3 . Inside Diameter
a . The inside diameter, including the cement-mortar lining, shall be a minimum of
the nominal diameter of the pipe specified, unless otherwise indicated on the
Drawings .
4 . Wall Thickness
a. For buried pipe the minimum pipe wall steel thickness shall be as designed , but
not less than 0.25 inches or pipe 0 /240 , whichever is greater for pipe and
fittings , with no minus tolerance, where D is the nominal inside pipe diameter.
b. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe
wall.
c. The minimum steel wall thickness shall also be such that the fiber stress shall
not exceed:
C IT Y OF FO RT WORT H
STAN DARD CONST RUCTI ON SPEC IFI CA TI ON DO C UM EN TS
Re vi sed 104 /0 1/20 11]
[N orth Holl y WTP Pump Stati on Discharge Pipe Replacem ent]
[Ca pital Proj ec t No . 1631 ]
2
3
4
5
6
7
8
9
IO
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
331 11 4-10
BURIED STEEL PIP E AND FITTINGS
Page IO of25
I) 50 percent of the minimum yie ld st rengt h of the stee l for working pressure
and
2) 75 percent of the minimum y ield strengt h o f the stee l at the maximum
pressure (including transient pre ssure), nor the following, at the specified
working pressure:
Maximum Stress at
Pipe Type Workjng Pressure
Polyurethane Coated Steel 23 ,000 psi
Mortar Coated Steel NOT USED
d . For non buried pipe which is placed in a pipe gallery, vault or tunnel shall have
a minimum pipe wall steel thickness of 0 .3 75 inches or pipe D/144 , whichever
is greater, where D is the nominal pipe diameter.
e. Pipe, fittings , and specials shall be de s igned such that the maximum stres ses in
the pipe due to thrust loading will not exceed 18 ,000 psi .
5 . Seams
a . Except for mill-type pipe, the piping shall be made from steel plates rolled into
cylinders or sections thereof with the lo ng itudinal an d gi1th sea ms butt welded
or shall be spirally formed and butt welded.
I) There shall be not more than 2 longitudinal seams.
2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet
except in specials and fittings.
6. Joint Length
a . Maximum joint length shall n o t exceed 50 feet.
b . Maximum joint length of steel pipe installed in casing shall meet the project
requirements.
c. Manufactured random segments of pipe will not be pe rmitted for straight runs
of pipe.
7. Joint Bonds, Insulated Connections, and Flange Gaskets
a. Joint Bonds, Insulated Connection , and Flan ge Gaskets shall be in accordance
with Section 33 04 I 0.
8 . Bend Fittings
a. All bend fittings s hall be long radius to permit passage of pipeline pigs.
9. Pipe Ends
a. Pipe ends shall be :
I) Lap welded slip joints
2) Butt strap joint
3) Flanged joint
4) Flexible coupled joint
5) Roll groove gasket joint
b. Pipe ends shall be welded or harnessed as necessary to resist thrust forces .
c. Rubber Gasket Joint
I) Rubber gasketed joints will only be allowed for pipe sizes le ss than 24-inch
diameter.
2) Joints shall conform to A WW A C200 standard .
3) The joints shall consist of:
a) Bell
CITY OF FORT WORTH
STAN DARD CONS TRU CT ION SPEC IFI C ATION DO CUMENTS
Revi sed [04 /0 1/20 1 I]
[North I !oil y WTP Pump Station Di sc har ge Pipe Rep laceme nt]
[Cap ital Project No . 163 1)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
33 11 14 -I I
BUR IED STEEL PIPE AND FITTI NGS
Page I I of25
(I) Flared bell end formed and s ized by forcing the pipe o r a plug die
or by expanding on segmental dies .
b) Spigot
(I) Rolled spigot or camegie shaped steel joint ring in acc o rdance with
A WWA C200 and as sh o wn as Item F o r H in Fi g ure 8-1 of the
AWWA Ml 1.
4) The welded area of bell and spigot pipe ends shall be checked after forming
by the dye penetrant or magnetic particle method.
5) The difference in diameter benveen the interior diamet e r (l.D.) of the bell
and the outer diameter (O.D.) of the spigot s houlder at point of full
engagement with an allowable deflection shall be no more than 0.00 inches
to 0.04 inches as measured on the circumference with a diameter t a pe.
6) The gasket shall have sufficient volume to approximately fill the area of the
groove and shall conform to A WW A C200.
7) The joint shall be suitable for the specified pressure and deflection .
8) Joints shall be of clearances such that water tightness shall be provided
under all operating and test conditions with a pipe diameter deflection
based upon the supplied pipe coating.
9) Joints shall be electrically continuous.
d . Lap Welded Slip Joint
1) Lap welded slip joint shall be provided in all locations for pipe larger than
24-inches and where joints are welded for thrust restraint.
2) Lap welded slip joints may be welded from the inside or outside .
3) Ends of pipe, fittings , and specials for field welded joints shall be prepared
with I end expanded in order to receive a plain e nd makin g a bell and plain
end type of joint.
a) Clearance benveen the surfaces of lap joints shall not exceed J /8 inch at
any point around the periphery .
4) In addition to the provisions for a minimum lap of 11/2 inches as s pecified in
A WWA C200, the depth of bell shall be such as to provide for a minimum
distance of l inch benveen the weld and the nearest tangent of the bell
radius when welds are to be located on the inside of the pipe.
e. Fittings with Flanges
1) Flanged joints shall be provided at connections to valves .
2) Direct bury flanges shall be coated according to Section 33 04 I 0 .
3) Exposed flanges in (Locations -Water Lines IA in gallery and 3A in
Vault) shall be coated with same coating as valves.
4) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral
welds ground flush to accommodate the type of flange s provided.
5) Pipe flanges and welding of flanges to steel pipe shall conform to the
requirements of A WW A C207 and A WW A C206.
6) Pipe flanges shall be of rated pressure equal to or greater than the adjacent
pipe class.
7) Flanges shall match the fittings or appurtenances which are to be attached .
8) Flanges shall be Class E with 275 psi working pressure in a ccordance with
A WWA C207 and in accordance with ASME B 16 .1 Clas s 125 for areas
designated with a 225 test pressure.
f. Flexible Couplings
J) Flexible couplings shall be provided where specified o n the Drawings.
2) Ends to be joined by nexible couplings shall be :
C IT Y OF FO RT WORTH
STAN DARD CONST RUCT ION SPEC IFI CA TI ON DOCUMENTS
Revised [04 10 1/20 1 I)
[Nonh Ho ll y WTP P ump Stati o n D isc h arge Pipe Re placem ent]
[Capi ta l Proj ect No . 163 1)
I
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
33 11 14 -12
BU RI ED STEE L PIPE AND FITTINGS
Page l 2of25
a) Plain end type , prepared as sti pulated in A WWA C200 .
b) Welds on ends to be joined by couplings shall be ground flush to
permit slipping the coupling in at least I direction to clear the pipe
joint.
c) Harness bolts and lugs s hall comply with A WWA M 11.
g. Butt Strap Closure Joints
I) Where necessary to make closure to pipe previously laid , closure joints
shall be installed using butt strap joints in accordance with A WW A C206
and applicable provisions of this Specification.
I 0. Polyurethane Coat in g
a . Applicator Qualifications:
I) Equipment shall be certified by the coating manufacturer to meet the
requirements for:
a) Material mixing
b) Temperature control
c) Application rate
d) Ratio control for multi-part coatings
2) Equipmen t no t meeting the written requirements of the coating
manufacturer sha ll be rejected for coating application until repairs or
replacement of the equipment is made to the sat isfaction of the City.
3) Personnel responsible for the application of the coating system shal l:
a) Provide certification of attendance at the coating manufacturer 's
training class within the la st 3 years
b) Be present during all coating application work and shal l have
responsibility for controlling al l aspects of the coating appli cat ion
b . S urface Preparation
I) Remove visible oil , grease, dirt , a nd contamination in accordance with
SSPC SP 1.
2) Remove surface imperfections such as metal slivers, burrs, weld sp latter,
gouges, or delaminations in the metal by filing or grinding prior to abrasive
surface preparation.
3) ln cold weather or when moisture collects on the pipe and the temperature
of the pipe is less than 45 degrees F, preheat pipe to a temperature between
45 and 90 degrees F and 5 degrees F above dew point.
4) Clean pipe by abrasive blasting with a mixture of steel grit and shot to
produce the surface preparation cleanliness as required by coating
manufacturer and as spec ifi ed.
a) Recycled abrasive shall be c leaned of debris and spent abrasive in an
air wash separator.
5) Blast media mixture and gradation shall be adequate to achieve a s h arp
angu la r surface profile as required by coatin g manufacturer and to the
minimum depth specified.
6) Protect prepared pipe from humidi ty, moisture, and rain .
7) Keep pipe clean, dry, and free of flash rust.
a) Remove al l fla s h ru s t, imperfections, or con tamination on cleaned pipe
s urface by reblasting prior to primer applic ation.
8) Complete priming and coating of pipe in a continuous operati o n the same
day as surface preparation.
C ITY OF FORT WORTH
STANDARD CONSTRUCTI ON SP EC IFI CA TION DOCU 1ENTS
Revi se d !04 /0 1/20 11)
!No rth Holly WTP Pump Station Discharge Pipe Replac ement)
[Capital Project No . 1631)
I
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
33 11 14 -13
BURIE D ST EE L PIP E AN D FITTTNG S
Pa ge 13 o f 25
9) Abrasive blast exterior surfaces in accordance with SSPC SP 10/NACE No.
2 ; to a ne ar-white bla st cleanin g with a minimum 3 .0 mil an gular profile in
bare steel.
c. Equipment
1) 2-component , heated airless spray unit in acc ordance with coating
manufacturer 's rec ommend a ti on .
d . Temperature
I) Minimum 5 degre es F above dew po int temperature
a) The temperature of the surface s hall not be less th an 60 de gree s F
during applicati o n.
e. Humidity
I) Heating of pipe surfaces may be required to meet requirements of this
Section ifrelative humidity exceeds 80 percent.
f. Resin
I) Do not thin or mix resins ; use as received.
2) Store resins at a temperature recommended by the coating manufacturer.
g . Application
I) Applicator shall be certified by the coating manufacturer and conform to
coating manufacturer's recommendations.
a) Thinning is not permitted .
2) Apply directly to pipe to achieve a total dry film thickness (OFT) of35
mils .
3) Multiple-pass , I coat application process is permitted provided maximum
allowable recoat time specified by coating manufacturer is not exceeded .
4) Provide cutbacks in accordance with coating manufacturer 's
recommendations as appropriate for the type of joint and heat shrink sleeve
to be used .
h. Recoating :
I) Recoat only when coating has cure d less than maximum time s pecified by
coating manufacturer.
2) When coating has cured for more than recoat time , brush-bla st or
thoroughly sand the surface.
3) Blow-off cleaning using clean , dry , high pressure compressed air.
1. Curing :
I) Do not handle pipe until coating has been allowed to cure , per
manufacturer's recommendation s.
37 2.3 ACCESSORJES (NOT USED]
38 2.4 SOURCE QUALITY CONTROL
39 A. Marking for ldentification
40 I. For each j o int of pipe and each fitting , plainly mark on one end:
41 a. Cla ss for which it is designated
42 b. Date of manufacturer
43 c . Jdentification number
44 d. Top cent e rlines shall be marked on all specials
45 B . Factory Te sting :
46 I . Cement Mo rt a r Lining -Shop-applied cement mortar linings shall be tested in
47 accordance with A WWA C205 .
C ITY O F FORT WO RTH
ST AN DARD CONSTRUCTION SPEC'IF ICAT !ON DOCUMEN TS
Rev ise d [04 /0 1/20 11]
[North Holl y WTP Pump Stati on Disch arge Pip e Re pl ace ment]
[Cap it al Projec t No . 163 1]
33 11 14 -14
B U RIED ST EE L PIP E A ND FITT INGS
Pag e 14 of25
I 2 . P o lyurethane C o ating -The polyureth ane coating s h a ll be tes te d in accordance with
2 AWWA C222.
3 a. Thickness: Tes t thickne s s of coatin g in acco rdance with SSPC PA_2.
4 I) Tes t c o ating s ystem app li ed to the pipe for holidays according to the
5 procedure s ou tlin ed in NACE SPO 188 using a hi g h vo lt age s pa rk tester
6 ( operating at I 00 vo lt s per mil), for the dry film thickness (OFT) speci fi e d
7 o f35 mil.
8 b. Adh esion Testin g:
9 I) Polyureth ane coatin gs o r linin gs sha ll have an adhesion to s te e l o f 1,500
10 pounds per sq uare inch , minimum.
11 2) Test polyurethane coating adhesion to s tee l substrates u s ing pneumatic pull
12 off eq uipm e nt , s u c h as HA TE Model I 08 o r Delfesko Pos itest, in
13 accordance wi th ASTM 0454 I and A WW A C222, except as modifi e d in
14 this Secti on .
15 3) A dh esion testi n g records s h a ll include:
16 a) Pipe identification
17 b) Su rface tested (interior or exterior)
18 c) Surface te mperature
19 d) Coati n g thick11ess
20 e) Ten si le fo rc e a ppli ed
2 1 f) Modeoffailure
22 g) Percentage of s ub s trate fa ilu re relative of dolly surface
23 4) G lu e dollies for ad h es io n testin g to the coating s urface and a ll owed to cure
24 for a minimum of I 2 hours.
25 a) Because of high coh esive s tr e n g th , score pol y urethane c oatin gs arou nd
26 th e dolly pri o r to conducting the adhesion test.
27 5) Failure sha ll be by adhe s ive and coh esive failure o nl y .
28 a) Adhesive fa ilure is defined as separati o n of the coating from the stee l
29 s ubstrate .
30 b) Co h esive fa ilure is defined as failure w ithin the coating, re s ultin g in
3 1 coatin g remaining both o n the steel s ubs trate an d doll y.
32 6) R e t e s t partial ad h esion a nd g lu e fa ilure if th e s ubstrate failure is les s than
33 50 percent relative of the d o ll y surface area an d the applied te nsion was less
34 th a n th e s pecified ad h esion .
35 7) G lu e fa ilures in excess of th e minimum required ten s ile adhes io n are
36 accepted as meeting th e s pec ifi e d ad h esion r eq uirements.
37 8) Conduct , acce pt, and reject adhes io n te sts o n polyurethane pipe c oating a nd
38 linin g independently (where appl icab le).
39 9) Frequ ency of adh es io n test in g in accord a nce w ith A WWA C222.
40 I 0) Ra ndo ml y se lect repair patch es on the polyurethane coating for adhesion
4 1 t estin g in a m a nn e r as described h e rein a nd at th e di scretion of the coating
42 in spect or conductin g the a dh es ion tests .
. 43 a) Adhesion of repairs s hall be as spec ified by the coating manufacture r
44 fo r th e ty pe of repair.
45 C. Manufacturer 's Tec hni c ia n fo r Pipe In s ta ll a ti o n
46 I . Pipe Manufacturer 's R eprese ntati ve
C ITY O F FORT WORTH
ST AN D AR D CONST RUCTI O N SP EC I FICAT ION DOCUMENTS
Re vi sed [04/0 1/20 11]
[No rth Holl y WTP Pump Station Disch arge Pipe Replacem ent)
[Ca pital Project No . 1631)
33 11 14 -15
BURIED STEEL PIPE AND FITTINGS
Page 15 of25
I
2
3
4
5
6
7
8
9
a. If required by the Engineer or requested by the Contractor during construction ,
th e pipe manufacture r s hall furnish the services o f a factory trained , qualified,
job experienced technician to advise and instruct as n ecessary in pipe layin g
and pipe jointing.
l) The tech ni cian sha ll assis t an d advise the Contractor in hi s pipe layin g
operations and s h a ll in struct construction perso nn e l in prope r joint
assem bly an d joint in s pection procedures .
10
2) The technician is n ot required to be on -site full tim e; however, th e
tec hnician shal l be re g ularly o n-s ite during the fir s t 2 weeks of pipe laying
and there af1 er as requested by the E n gineer, City, or Contrac tor.
11 2. Polyuretha ne Coatin g Manufacturer's R epresenta ti ve
12 a. The pipe manufacturer s h a ll provide servic es of polyurethane coating
13 manufacturer's represent a ti ve and a rep resentative from the heat s hrink joint
14 manufacturer for a period of n o t less th a n 3 days at b eginning of actual pipe
15 lay in g operati ons to adv ise Contract o r a nd City regarding installation , including
16 but not limited to:
17 I ) Handlingandstorage
18 2) C leani n g and in s pecting
19 3) Coating repairs
20 4) Field app li ed coat in g
2 1 5) Heat s hri n k installation p rocedu res
22 6) Genera l constru c ti o n m eth o d s a nd how they may affect pipe coating
23 b . Representative s hall be req uire d to return if, in the opinion of the Engineer, the
24 po lyurethane coatin g or th e Co nt rac to r's construction m e thods do not comply
25 wi th Contrac t Specifications.
26 I) Cost for the manufacturer 's representatives to return to the s it e s hall be at
27 no add iti ona l cost to th e City .
28 D . H ydrosta ti c Pre ss ure Testing
29 I . Perform hydros tatic pressure testin g in accordance w ith A WWA C2 00.
30 2 . H ydrostati cally test each joint of pipe prior to app lic a ti o n of linin g o r coating.
3 1 a . T he internal tes t press ure sh a ll be th a t w hich results in a fiber s tre ss e qual to 75
32 percent of th e minimum y ield strength of the s teel used .
33 b. Each joint o f pipe te s te d s ha ll be completely watertight under max imum te s t
34 pressure.
35 c. Test pressure s hall be h e ld fo r s uffici e nt time to observe the weld seams .
36 d . Maintain a recordin g pressu re ga u ge, reference number of pipe te sted , etc .
37 I ) The pipe s ha ll be numbe red in order that this informati o n can be recorded .
38 3. Test fit1ings by :
39 a. Hydrosta tic tes t
40 b . Magnetic particle te s t
4 1 c. U ltra soni c
· 42 d. Ra di ography
43 e. Dye penetra nt te s t
44 E . City Testing and In s pection
45 I . Pipe may be s ubject to in spec ti o n at th e manufacturer's facility by an ind e p endent
46 testin g laboratory, which laboratory s h a ll be se lected and ret ai n e d by the City .
47 a. Representati ves of th e C ity, City's la boratory, or the E n g ine e r s hall h ave access
48 to the work whenever it is in prepara ti o n o r progress .
CITY OF FO RT WORTH
STANDAR D CONSTR UC TI ON SPECIFICATION DO C UM ENTS
Re\'ised !04 /01 /2 0 11 J
[No nh Holl y WTP Pu mp Statio n Disc harge Pipe Replacement]
[Capita l Projec t No. 1631]
33 11 14 -16
BU RI ED STEEL PIP E AND FITTINGS
Pag e 16 o f25
b. Pipe manufacturer shall provide proper facilities for access and for inspection.
2 c . Pipe manufacturer shall notify the City in writing, a minimum of 2 weeks prior
3 to the pipe fabrication so that the City may advise the manufacturer as to the
4 City's decision regarding tests to be perfonned by an independent testing
5 laboratory .
6 d. Material, fabricated parts, and pipe, which are discovered to be defective, or
7 which do not conform to the requirements of this Specification shall be subject
8 to rejection at any time prior to City's final acceptance of the product.
9 2. The inspection and testing by the independent testing laboratory anticipates that
IO production of pipe shall be done over a nonnal period of time and without "slow
11 downs" or other abnonnal delays .
12 a . The pipe manufacturer shall coordinate their manufacturing schedule with the
13 Contractor and advise the Contractor of any changes in the schedule.
14 PART 3-EXECUTION
15 3.1 INST ALLERS IN01' USED]
16 3.2 EXAMINATION !NOT USED]
17 3.3 PREPARATION !NOT USED]
18 3 .4 INSTALLATION
19 A . General
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
1. Install steel pipe, fittings , specials, and appurtenances as specified herein , as
s pecified in A WWA M 11, in accordance with the pipe manufacturer's
rec o mmendations and as required for the proper functioning of the completed pipe
line .
2 . Lay pipe to the lines and grades as indicated in the Drawings .
3. Excavate, embed and backfill Trenches in accordance with Section 33 05 10.
4. Inspect and test each joint for holidays just prior to pipe being lowered into the
ditch.
q . All damaged areas and holidays are to be repaired before the pipe is lowered
into the trench .
5 . Place and consol_idate embedment and backfill prior to removing pipe stulls.
6. Maximum allowable pipe deflection is limited to:
a . 2 percent for mortar coated steel pipe
b. 3 percent for polyurethane coated steel pipe
7. Install bonds at all pipe joints, except for welded joints or insulated joints.
35 B . Pipe Handling
36 1. Haul and distribute pipe and fittings at the project site.
37 2. Handle pipe with care to avoid damage.
38 a . Pipe shall be hand led at all times with sufficient non -a brasive slings, belts or
39 other equipment designed to prevent damage to the coating or lining.
40 b . The spac ing of pipe supports required to handle the pipe shall be adequate to
41 prevent cracking or damage to the lining or coating.
CITY OF FORT WORTH
STANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revi sed !04 /0 1/20 11)
[North Ho lly WTP Pump Station Discharge Pipe Repl ace ment]
!Capi tal Project No. 1631]
33 11 14-17
BURI ED ST EE L PIPE AND FITTI N GS
Pa ge I 7 o f 2 5
I c . In s pect eac h joint o f pi pe and rej ect o r re p a ir a ny d amaged p i pe prior to
2 lowerin g int o th e tre n c h .
3 d . The eq ui p m e nt s h a ll be k e pt in s uch re p a ir th a t it s continu e d u s e is not injurio u s
4 to th e coa tin g.
5 e. D o not lay p ipe in wet conditi o n s .
6 3. At the close of each o peratin g d ay:
7 a . K ee p th e p ip e c lean a nd fr ee o f d e bri s , dirt , an im a ls , a nd t ras h -d u r ing an d
8 afte r th e lay in g o p erati o n .
9 b . E ffec ti ve ly sea l th e o pe n e nd o f the pipe using a gas k e te d ni g ht ca p .
IO C. Lin e U p at B e nd s
I I 1. Lin e u p p ipe fo r joining so as to preve nt damage th e reto .
12 a. T h oro u g hl y c le a n th e be ll and s pi got e nds o f e ach j o int o f pipe of fo re ig n
13 m atte r, ru st a nd s c a le before plac ing s pi got into bell.
14 2. Wh e re a brupt c h a n ges in gra d e and dire cti o n occ ur, e mploy s p e ci a l s h o p fa brica t e d
15 fi tti ngs fo r th e purpose.
16 a. F ie ld cuttin g the end s o f th e stee l pipe to accomplish a n g ular c h a n ges in g r a d e
17 o r di rec ti o n o f th e lin e s h a ll n o t be pe rmitted.
18 D. Pipe Lay in g
19 1. Rubbe r Gaske t J oi nts
20
2 1
22
23
24
25
26
27
28
29
30
3 1
32
33
34
3 5
36
37
38
39
40
4 1
42
43
44
4 5
46
47
a. Join rubbe r gas k e t j o int s in acc o rd a nc e w ith the m a nufac ture r 's
reco m m e nd a ti o n s .
b. C lean be ll a nd s pigot o f forei g n m ateri a l.
c . L ubri cate gaske t s a nd be ll and re li eve gasket te n s io n a round th e peri mete r o f
th e p ipe .
d . E n gage s pi got a s fa r as poss ible in b e ll.
e . Joint d e fl e cti o n o r pull s h a ll not ex c eed the m a nufac turer's recomm e nda ti o n .
f. C h ec k gask e t with fee le r gau g e a ll a round the pipe.
g. In a reas o f pe tro le um hy droca rbo n soil contaminati o n , in s ta ll s pec ia l N eo pre n e
gasket s o r a pproved equ a l.
2 . Welde d Jo int s
a. W e ld j o int s in a ccord a n ce w ith A WWA C206 .
I ) Cont rac tor s hall provide adequate ventilati o n for we lders a nd fo r C ity's
re presentativ e to o bserve w e ld s .
2) W e ld s s hall be full c ircle fill e t w eld s, unles s o the rwi s e s pe cifi e d .
3 ) W e ldin g shall be c ompl e ted after application o f fi e ld a ppli e d j o int c oatin g.
b . A d e quat e prov is ions for reducing tempe ra ture stre sse s s hall be th e
res po n s ibility of the C ontracto r.
c . A ft e r th e pipe has been j o ined a nd prope rl y ali g n ed a nd pri o r to th e s ta rt of th e
we ldin g proce dure:
I) Th e s pi got a nd be ll s hall be mad e essentially c o ncentric by s himmin g o r
tac kin g to obtain clea rance t o le ran ce around th e periphery of th e j o int.
2 ) In n o c ase shall th e c learance t o le rance be permitte d to ac c umul a te.
d. B efore we lding:
I) Th o rou g hly c le a n pipe end s.
2 ) Weld pipe by ma chine o r by th e m a nua l s hi e ld e d e lec tric a rc p roce s s .
3 ) W e ldin g s hall b e p e rfonned so as not to d a ma ge linin g o r coatin g.
4) Cove r th e polyure th a ne c oatin g a s necessary to protect fro m we ld s pl a tte r .
C ITY O F FORT WO RTH
STAN DARD CONSTRUCTI ON SPEC IF ICAT ION DOCUMEN TS
Rev ise d [04/01/20 I I J
['N or1h Holl y WT P Pump Stati o n Di scharge Pipe Re placem ent)
I Ca pita l Proj ec t No. 163 I)
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
E.
33 1114-18
BURIED STEEL PIPE AND FITTINGS
Pa ge 18 of25
e. Furni s h labor, equipment , tool s and supplies, including s hielded type welding
rod .
I) Protect welding rod from any deterioration prior to its use.
2) If any portion of a box or carton is damaged, reject the entire box or carton.
f. Hand Weldin g
I) The metal s hall be deposited in successive layers.
2) Not more than 1/8 inch of metal shall be deposited in each pass.
3) Each pass except the final I , whether in butt or fillet welds, shall be
thoroughly bobbed or peened to relieve shrinkage stresses and to remove
dirt, slag, or flux before the succeeding bead is applied .
4) Each pass shall be thoroughly fused into the plates at each side of the
welding groove or fillet and shall not be permitted to pile up in the center of
the weld.
5) Undercutting along the s ide shall not be permitted.
g . Welds shall be free from pin holes, non-metallic inclusions, air pockets,
undercutting, and/or any other defects .
h. If the ends of the pipe are laminated, split, or damaged to the extent that
satisfactory welding contact cannot be obtained, remove the pipe from the line.
1. Furnish each welder employed with a steel stencil for marking the welds, so
that the work of each welder may be identified.
J. Have each welder stencil the pipe adjacent to the weld with the stencil assigned
to him.
1) Jn the event any welder leaves the job, his stencil shall be voided and not
duplicated if another welder is employed.
k . Welders
1) Use only competent, skilled and qualified workmen.
a) Each welder employed by the Contractor shall be required to
satisfactorily pass a welding test in accordance with A WW A C206
before being allowed to weld on the line.
b) After each welder has qualified in the preliminary tests referred to
above, inspections sha ll be made o f joints in the line.
c) Any welder making defective welds s hall n o t be allowed to continue to
weld.
Interior Joint Grouting
l. Upon completion of backfilling of the pipe trench , clean out dirt or tra s h which has
collected in the joint and moisten the concrete surfaces of the joint space by
spraying or brushing with a wet brush.
2. Fill the inside of the joint recess with a stiff cement mortar.
3. Where the mortar joint opening is l inch or wider, such as where trimmed spigots
are required, apply a bonding agent to mortar and steel s urface prior to placing joint
mortar.
4. Ram or pack the stiff mortar into the joint space and take extreme care to ensure
that no voids remain in the joint s pace .
5. After the joint has been filled , level the surfaces of the joint mortar with the interior
surfaces of the pipe with a steel trowel so that the surface is smooth.
6. Interior joints of pipe 24-inch and s maller shall have the bell buttered with mortar,
prior to inserting the spigot , suc h that when the spigot is pu s hed into p osi tion it will
extrude surplus mortar from the joint.
CITY OF FORT WO RTH [No rth Holl y WTP Pump Stati on Disc harge Pipe Repla ce ment)
[Ca pit al Project No 163 1] STANDARD CONSTRUCTION SPECIFICATIO DOCUMENTS
Revi sed 104 /0 1/20 11)
3 3 11 14 -19
BU RIED STEEL PIPE A N D FITTINGS
P age l9 o f 2 5
I
2
a. The surplus mortar shall be struck off flush with the inside of the pipe by
pulling a filled burlap bag or inflated ball through the pipe with a rope.
3 F. Exterior Joint Protection
4 I. Heat Shrink Sleeves
5 a . General
6 I) Buried pipe joints shall be field coated after pipe assembly in accordance
7 with A WW A C2 I 6, using Heat Shrink Sleeves .
8 2) Width of heat shrink sleeve shall be sufficient to overlap the polyurethane
9 coating by a minimum of 3 inches.
IO 3) Overlapping of 2 or more heat shrink sleeves to achieve the necessary
11 width will not be permitted.
12 b. Installation
13 I) Clean pipe surface and adjacent coating of all mud, oil, grease, rust, and
14 other foreign contaminates with a wire brush in accordance with
15 SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent
16 wiping the pipe and adjacent coating in accordance with SSPC SP I.
17 a) Clean the full circumference of the pipe and a minimum of 6 inches
18 onto the existing coating.
19 2) Remove all loose or damaged pipe coating atjoint and either repair the
20 coating as specified herein or increase the length of the joint coating, where
21 reasonable and practical.
22 3) Complete joint bonding of non-welded pipe joints before application of
23 joint coating.
24 4) Joint bonds shall be low profile bonds and all gaps and crevices around the
25 bonds shall be filled with mastic sealant.
26 5) Store sleeves in shipping box until use is required .
27 a) Keep dry and sheltered from exposure to direct sunlight.
28 b) Store off the ground or concrete floors and maintain at a temperature
29 between 60 degrees F and I 00 degrees F as recommended by the sleeve
30 manufacturer.
31 6) Metal surface shall be free of all dirt, dust, and flash rusting prior to sleeve
32 application .
33 7) Preheat pipe uniformly to 140 degrees F to 160 degrees For as
34 recommended by the sleeve manufacturer.
35 a) Monitor pipe temperature using a surface temperature gauge, infrared
36 thermometer, or color changing crayons.
37 b) Protect preheated pipe from rain , snow, frost, or moisture with tenting
38 or shields and do not permit the joint to cool.
39 8) Prime joint with specified primer and fill all cracks, crevices, and gaps with
40 mastic filler in accordance with the manufacturer's recommendations for
41 the full circumference of the pipe.
42 9) Apply heat shrink sleeve when it is at a minimum temperature or 60
43 degrees F and while maintaining the pipe temperature above the preheat
44 temperature specified.
45 I 0) Apply sleeve in accordance with the manufacturer's instructions and center
46 the sleeve over the joint to provide a minimum of 3-inch overlay onto the
47 existing pipe coating.
48 I I) Apply heat to the sleeve using either propane fire infrared heaters or wrap
49 around heaters.
C ITY O F FO RT WORTH
ST AN D AR D C O N STRUCTION SP EC IF ICATI ON DOCUMENTS
Rev ise d [04/0 l /20 I I)
["N o nh Ho ll y WT P Pump Stati o n D isc harge Pipe R e pl acement)
[Ca pital Project No . 163 1)
J
2
3
4
5
6
7
8
9
JO
JI
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
G.
33 I I 14-20
BURIED STEEL PIPE AND FITTrNGS
Page 20 of25
a) H o ld flame a minimum of 6 inches from the sleeve surface.
b) Periodically roll the coating on the pipe surface.
c) Heat from the center of the s lee ve to the o uter edge until properly
seated , th e n begin in the o pposite direction.
d) Monitor s le eve for color change, where ap propriate , or with appropriate
te mperature gauges.
e) Take care no t to excessively heat the parent coating.
I 2) Completed joint sleeve shall be fully bonded to the pipe and existing
coating s urface , without voids , mastic beadin g shall be visible along the full
circumference of the sleeve, and there shall be no wrinkling or excessive
burn s o n the s leeves .
a) Sleeves which do not meet these re quirements shall be removed and the
joint recoated as directed by the Engineer.
b) Minor rep a irs may be repaired using heat s hrink sleeve repair kits.
I 3) Allow the sleeve to cool before moving, handling, or backfilling. In hot
climates, provide shading from direct sunlight.
a) Water quenchin g will be allowed only when permitted by the sleeve
manufacturer.
Protective Welded Joints Coating System -Weld After B ac kfill
I . General
a . Application of protective coating at the pipe joints will be as follows :
I) Apply a 3 layer j o int coating system con s isting of a factory applied 35 mil
pol y urethane coating
2) A field applied 60 mil by 6 inch wide strip of CANU SA HCO Wrap id Tape
heat resi stant tape at the location o f the welding
3) A field applied 110 mil (full reco ve red thickness) by I 8 inch wide
CANU SA Aqua Wrap hi g h shrink h eat shrinkable joint sleeve
4) Afte r the heat s hrinkable joint sleeve is in stalled , backfill the trench , and
then weld the joint.
b. The Contractor is respon s ible for his o perations so th a t th ey do not damage the
factory applied coating system .
c . When applying the 3 layer joint coating sys tem for po st welding the joints, the
Contractor mu st s how that hi s operation will n ot dam age the joint coating
system to the Engineer's sa tisfaction.
d. The Contractor will be required to fully uncover a maximum of IO joints,
selected at random by the Engineer or City to visually in s pect and test the joint
after welding. Any damage must be repaired .
I) If the Contractor's welding procedure damages the 3 layer joint coating
system, the Contractor, at the direction of the Engineer, will be required to
modify hi s welding procedure .
2. Joint Coating (3 Layer)
a. Apply 3 Laye r Joint Coating System before Welding the Joint
b. Pipe Manufacturing and Heat Tape
I) A 35 mil thickness polyurethane coating s hall be applied over entire len g1h
of pipe .
2) The Contractor s hall field apply 60 mil thick by 6 inch wide strip of
CANUSA H CO Wrapid Tape heat resi stant tape to the exterior bell end of
the pipe, centered o n the locati o n of the welding, over a 35 mil factory
applied polyurethane coating.
CITY OF FORT WORTH [No rth Holl y WTP Pump Stati on Di schar ge Pipe Replacement)
[Capi tal Project No. 16 3 1) STAN DAR D CONS TR UCT ION SPEC IFICAT ION DOCU MEN TS
Revi sed [04/0 1/20 11]
I
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
4 I
42
43
44
45
46
47
48
49
50
C.
33111 4 -2 1
BU RI E D STEEL PIP E AN D FITT fNGS
Pag e21 of 25
Surface Prepa rati o n and In s tallati o n for Heat Shrinkable Joint Sleeve
I) Clean pipe s urface and adjac e nt coating of all mud, oil , grease, rust, and
other foreign contaminates with a wire brush in accordance with
SSPC SP 2, or SSPC SP 3 . Remove oil or grease contamination by solvent
wiping the pipe and adjacent coating in accordance with SSPC SP I.
a) Clean the full circumference of the pipe and a minimum of 6 inches
onto the existing coating.
2) Remove all loose o r damaged pipe coating at joint and either repair the
coating as specified herein or increase the length of the joint coating, where
reasonable and practical.
3) Complete joint bonding of pipe joints before application of joint coating.
a) Joint bonds shall be low profile bonds and all gaps and crevices around
the bonds shall be filled with mastic sealant.
4) Store sleeves in shipping box until use is required .
a) Keep dry and sheltered from exposure to direct sunlight.
b) Store off the ground or concrete floors and maintain at a temperature
between 60 degrees F and 100 degrees F as recommended by the sleeve
manufacturer.
5) Metal surface shall be free of all dirt , dust, and flash rusting prior to sleeve
application .
6) Preheat pipe uniformly to 140 degrees F to 160 degrees For as
recommended by the sleeve manufacturer.
a) Monitor pipe temperature using a surface temperature gauge, infrared
thermometer, or color changing crayons.
b) Protect preheated pipe from rain, snow, frost , or moisture with tenting
or shields and do not permit the joint to cool.
7) Prime joint with specified primer and fill all cracks, crevices, and gaps with
mastic filler in accordance with the manufacturer's recommendations for
the full circumference of the pipe.
8) Apply heat shrink sleeve when it is at a minimum temperature or 60
degrees F and while maintaining the pipe temperature above the preheat
temperature specified .
a) Apply sleeve in accordance with the manufacturer's instructions and
center the sleeve over the joint to provide a minimum of 3-inch overlay
onto the existing pipe coating.
9) Apply heat to the sleeve using either propane fire infrared heaters or wrap
around heaters.
a) Hold flame a minimum of 6 inches from the sleeve surface .
b) Periodically roll the coating on the pipe surface.
c) Heat from the center of the sleeve to the outer edge until properly
seated , then begin in the opposite direction.
d) Take care not to excessively heat the parent coating.
e) Monitor sleeve for color change, where appropriate, or with appropriate
temperature gauges.
10) Completed joint sleeve shall be fully bonded to the pipe and existing
coating surface, without voids, mastic beading shall be visible along the full
circumference of the sleeve, and there shall be no wrinkling or excessive
burns on the sleeves.
a) Sleeves which do not meet these requirements s hall be removed and the
joint recoated a s directed by the Engineer.
C ITY O F FORT WORT! I [Nonh Holl y WT P Pump Stati on Disc har ge Pip e Rep lace ment]
l Ca pit al Projec t No . I 63 I] ST AN DARD CONS TRUCT ION SPECIFICA T ION DOCU MEN TS
Revise d [04/0 I/20 11]
331114-22
BURIED STEEL PIPE AND FITTINGS
Page 22 o f 25
l b) Minor repairs may be repaired using heat shrink sleeve repair kits.
2 11) Allow the sleeve to cool before moving, handling, or backfilling .
3 a) In hot climates , provide shading from direct sunlight.
4 b) Water quenching will be allowed only when permitted by the sleeve
5 manufacturer.
6 12) Holiday testing shall be performed using a high voltage holiday tester
7 (operating at 100 volts per mil) at each joint after field application of heat
8 shrinkable joint s leeve per SPO I 88.
9 a) If any holidays or cuts are detected, the sleeve shall be repaired using
IO the heat shrink sleeve manufacturer 's recommendation .
l l b) The damaged area shall be covered with a minimum of 50-mm over lap
12 around the damaged area.
13 H. Protection of Buried Metal
14 I . Coat buried ferrous metal such as bolts and flanges , which cannot be protected with
15 factory or field-applied polyurethane coatings or heat shrink sleeves , with 2 wraps
16 of wax tape and encase in flowable fill.
17 3.5 REP AIR
18 A. Repair and Field Touch up of Polyurethane Coating
19 I. For repair and field touch-up of polyurethane coating, apply:
20 a . Madison GP II (E) Touchup Polyurethane Coating
21 b. Lifelast Durasheild 2 I 0 , 310 or 3 IO JARS
22 c. JTW -Futura Coatings Protec II , or
23 d. Coating manufacturer's recommendation
24 2 . Holidays
25 a. Remove all traces of oil, grease, dust, di1t, and other debris .
26 b . Roughen area to be patched by sanding with rough grade sandpaper ( 40 grit).
27 c. Apply a 35 mil coat of repair material described above.
28 d . Work repair material into scratched surface by brushing or rolling in
29 accordance with manufacturer's recommendations .
30 e. Retest for H o liday .
3 1 3 . Field Cuts or Large Damage
32 a. If in the op inion of the City the polyurethane coating is excessively damaged ,
33 the pipe segment will be rejected until the coating system is removed and
34 replaced so that the system is in a like-new conditi o n .
35 b. Remove burrs from field cut ends or handling damage and smooth out edge of
36 polyurethane coating .
37 c. Remove all traces of oil , grease, du st , dirt , and other debris.
38 d . Roughen area to be patched with rough grade sandpaper ( 40 grit).
39 e. Feather edges and include overlap of 2 inches of roughened polyurethane in
40 area to be patched .
4 1 f. Apply a 35 mil coat of repair material described above, in accordance with
42 manufacturer's recommendations.
43 g. Work repair material into scratched s urface by brushing.
44 h . Feather edge s of repair material into prepared surface .
45 1. Cover at lea st I inch of roughed area surrounding damage, or adjacent to field
46
47
cut.
J. Test repairs for Holidays.
C IT Y OF FORT WORTH
STANDARD CON STR UC TI ON SPEC IFICAT ION DOCUME TS
Revi sed 104 /0 1/20 11)
fNo rth Holl y WTP Pump Station Di scharge Pipe Repl ac ement]
I Capi tal Projec t No . 16 311
33 II 14 -23
BUR fE D STEEL PIP E AN D FITT IN GS
Page 23 of 25
I B. P a tc h o f Cement Mort ar Linin g
2 I. R e pa ir cracks la rge r th a n 1/16 inc h .
3 2. Pip es w ith d is ba nd e d linin gs w ill be rej ecte d .
4 3 . Ex c essive pa tc hin g oflining s hall no t be pe rmitted .
5 4. R epa ir in accordance w ith A WW A C 2 05 and a s foll ows:
6 a . A ppl y bondin g agent t o patch a rea.
7 b . P atching o f lin in g s hall be a llo wed w he re area to be re paire d d oes no t exceed
8 I 00 sq u a re in c h e s and has no dime n s ion gr eate r th a n 12 inch es.
9 c . In ge n era l, th e re s ha ll be no t m o re than I p atch in th e linin g o f a ny joint o f
10 pi pe.
11 5 . Wh erever n ecessary to pa tch th e pipe, make the p atc h with the m o rt a r indi cat e d .
12 6 . D o n o t in st a ll p atched pipe until the patch h as been properly and a d e qu a te ly c ure d ,
13 unl ess a pp ro ve d by the City .
14 3.6 RE-INSTALLATION [NOT USED]
15 3.7 FIELD QUALITY CONTROL
16 A . Fi e ld T est s a nd In s pecti o n s
17 I. Q u a li ty Cont ro l of Fi e ld Appli e d P o ly uretha ne Coa ting
18 a. S urface Pre p a rati o n
19 I ) Vi s ua ll y in s p e ct s urfac e pre pa rati o n to en sure cl e anlin ess a nd d ry ness
20 re qu ire m e nt s have b een m e t .
2 1 2 ) Use Testex t a p e o n at least I j o int per day to e n s ure th at a d e quate profi le is
22 be in g ac hi eved.
23 b . Vis ua l
24 I) Vi s u a ll y in s p e ct cure d coatin g t o e n s ure th at the coatin g is compl e t e ly
25 c ure d wi th no bli st e rs, crac k s, pinh o les, mi ssed areas, excess ive ro ughness,
26 "s t icky " o r "gooe y" a reas .
27 2) C hec k to e n sure th a t th e coatin g compl e t e ly c o ver s th e s tee l a nd ex istin g
28 coati ng.
29 c. T hi c kn ess
30 1) Use a m agnetic d ry film thi c kne ss (OFT) g au ge on c ure d c oatin g to e n sure
3 1 a d e qua te thi c kne ss has been achi eved a cc o rd in g to SSPC PA 2.
32 a) If th e thickness o f th e c o a tin g is be low the minimum s p ec ifi e d m i ll age
33 a nywhe re a lo n g th e le ngth of th e pipe, th e n a dju s tm e nts must be m a d e
34 to the s pray system to c o rrect the probl e m .
35 2) A t a minimum , th e thi c kn ess sh a ll be m easure d fo r every 5 0 s qua re fee t o f
36 s praye d a rea.
37 d . A dh es io n
3 8 I ) Pe rfo rm th e foll ow in g procedure o n a minimum o f I j o int pe r d ay:
39 a) Se le ct a rea t o tes t th a t h as cure d for at least 1 ho ur for fas t se t1in g
40
4 1
42
43
44
45
46
coa tin g s .
b) Test a nd re pair in ac cord a nce w ith A WW A C22 2 D o ll y Pull -off Test .
e . H o lid ay T es tin g
I) H o li day testin g sh a ll be pe rform e d u s in g a hi g h vo lt age ho lid ay teste r a t
eac h j o int no soone r th a n I ho ur afte r fi e ld a ppli cati o n of po lyure th a ne
coatin g .
f. In s pec ti o n a t W e ldin g Joint s
C ITY OF FOR T WORTH
ST AN DARD CONST RUCT ION SPEC IFI CA T ION DOCUMENTS
Revise d 10~/0 1/20 11]
[No nh I-l oll y WTP Pump Station Discha rge Pipe Repl ace ment]
!Cap it al Proj ec t No. 163 1]
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
2 0
2 1
22
23
24
2 5
26
2 7
28
29
30
31
32
33
33 11 14 -24
BU RI ED STEE L PIP E AN D FITTI NG S
Pag e 24 of 25
I) When applying the 3 layer joint coating system for post welding the joints,
the Contractor must show that his operation will not damage the joint
coating system to the Engineer's satisfaction .
2) The Contractor will be required to fully uncover a maximum of 10 joints,
selected at random by the Engineer or City to visually inspect and te st the
joint after welding.
3) Any damage must be repaired .
4) If the Contractor's welding procedure damages the 3 layer joint coating
system , the Contractor, at the direction of the Engineer, will be required to
modify his welding procedure.
2. Weld Testing:
a. Dye penetrant tests in accordance with ASTM E 165 , or magnetic particle test in
accordance with A WWA C206 and set forth in A WS D.1 .1. shall be performed
by the Contractor under the supervision and inspection of the City's
Representative or an independent testing laboratory, on all full welded joints .
I) Welds that are defective will be replaced or repaired , whichever is deemed
necessary by the Engineer, at the Contractor's expense.
2) If the Contractor disagrees with the Engineer's interpretation of welding
tests, test sections may be cut from the joint for physical testing . The
Contractor shall bear the expense of repairing the joint, regardle s s of the
results of physical testing .
3) The procedure for repairing the joint shall be approved by the En g ine e r
before proceeding.
3. Deflection Testing
a. Prior to hydrostatic testing, the City 's in s pector shall perform deflection testing
at a minimum rate of I measurement for every 2 ,500 linear feet of water line .
b. City may reject any areas not meeting the deflection requirements of thi s
Specification .
4 . Cleaning and Testing:
a . Cleaning, disinfection , hydrostatic testing, and bacteriological te s ting of water
rnams:
I) Clean , flush , pig, disinfect, hydrostatic test, and bacteriolog ical test the
water main as specified in Section 33 04 40.
34 3.8 SYSTEM STARTUP !NOT USED]
35 3.9 ADJUSTING !NOT USED)
36 3.10 CLEANING !NOT USED)
37 3.11 CLOSEOUT ACTIVITIES (NOT USED]
38 3.12 PROTECTION !NOT USED]
39 3.13 MAINTENANCE INOT USED]
40 3.14 ATTACHMENTS INOT USED]
4 I END OF SECTION
42
CITY OF FO RT WORT H
STAN D ARD CONSTRUCT ION SPECIFICA TI ON DOCU M ENTS
Rev ised [04 /0 1/20 11]
[No rth Holl y WTP Pump Stati on Dischar ge Pip e Repl acem ent]
[ Cap it al Projec t No . 163 1]
33 11 14 -25
BU RI ED STEEL PIPE AN D FITT rNGS
Page 25 of 25
Revi s ion Log
DATE NAME
[20 10 JAN 06 ]
C ITY OF FOR T WO RTH
ST AND ARD CONSTRUCTION SPECIF ICA T ION DOCUMENTS
Rev ised [04 /0 l /20 11)
SUMMARY O F C HA N G E
[No nh Holl y WTP Pum p Station Disc harge Pipe Re pl ace ment]
[ Capi tal Projec t No . 163 1 J
33 12 10 -I
WATER SER VI CES I -INC H T02-INCH
Page I o f 11
I SECTION 33 12 10
2 WATER SERVlCES 1-JN CH TO 2-lNCH
3 PARTJ-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 l . I-inch to 2-inch water service lines from the water main to the right-of-way, fittings
7 and water meter boxes complete in place, as shown on the Drawings, directed by
8 the Engineer, and specified herein for:
9 a . New Service
IO b. New Service (Bored)
11 c. Meter Relocate
12 d . Private Service
13 B. Deviations from this City of Fort Worth Standard Specification
14 I.
15 2.
16 C. Products Installed but not Furnished Under thi s Section
17 l. Water meters for various sizes
18 D. Standard Details
19 l. WTR-OOlA I-inch W.ater Service D e tail
20 2 . WTR-OOJB 1-1 /2-inch a nd 2-inch Water Service Detail
2 1 E. Related Specification Sections include, but are not necessarily limite d to :
22 l . Section 33 04 40 -Cleaning and Acceptance Testing of Water Mains
23 2. Section 33 05 10 -Utility Trench Excavation , Embedment , and Backfill
24 1.2 PRJCE AND PAYMENT PROCEDURES (NOT USED]
25 1.3 REFERENCES
26 A . Definitions
27 1. New Service
28 a. In stallation of new ]-inch to 2-inch Water Service Line by o pen cut
29 construction from the water main to the right-of-way, including corporation
30 sto p, curb stop, fittings , and water meter boxes complete in place , as s hown on
31 the Drawings .
32 2. New Service (Bored)
33 a. Installation of new ]-inch to 2-inch Water Service Line by trench les s
34 construction method from the water main to the ri g ht-of-way, including
35 corporation stop, curb stop, fittin gs, and water met e r boxes complete in place,
36 as shown on the Drawin gs.
37 3. Meter Service Rel ocate
CITY OF FORT WORTH
STAN DARD CONSTRUCTI ON SPECIFICATION DOCUMENTS
Revi se d [04 /0 1/20 11]
[Nonh Holl y WTP Pump Stat ion D isc harge Pipe Rep lacement)
[ Capita l Project No . 163 1 J
331210-2
WATE R SER VI CE S I-I NC H TO 2-I NC H
Pag e 2 of 11
l
2
a. Relocation and reconnection of the private service line from an existing meter
to be abandoned and a new meter installed that lies w ith in 5 feet of the existin g
3 m e ter.
4 4 . Private Service
5 a. Relocation and reconnection of private service line on private property where
6 the existing meter to be a bandoned and the new meter installed is greater than 5
7 feet of the existing meter. A lic e n sed plumber is required to relocate the private
8 service .
9 B. R eferen ce S tandards
JO I. Reference standards cited in this Specification refer to the current reference
11 standard pub] ished at the time of the latest revision date logged at the end of thi s
12 Spec ifi cati on , unless a date is specifically cited .
13 2 . ASTM lntemational (ASTM):
14 a . A48 , Standard Spec ifi cation fo r Gray Iro n Castin gs .
15 b. A536, Standard Specificati on for Ductile Iron Castings.
16 c . B88, Stand ard Specification for Seamless Copper Water Tube.
17 d. B98 , Standard Specification for Copper-Silicon Al loy Rod , Bar and Shapes.
18 e . C 13 1, S tanda rd Spec ifi cati o n for R esistance to Degradation of Small-Size
19 Coarse Aggregate by Abrasion and Imp ac t in the Los Angeles Machine.
20 f. C 150, Stand ard Specification for Portland Cement.
21 g. C330, Standard Specification for Lightweight Aggregates fo r Structural
22 Concrete.
23 h. D883 , Standard Terminology Relating to Pla s tics .
24 3 . American Water Works Associatio n (A WWA):
25 a. C700, Co ld-W a t er Meters -Displacement Type, Bronze Main Case.
26 b. C800, U nd erground Serv ice Line Valves and Fittings.
27 4. NSF Int e rn at iona l (NSF):
28 a . 61 , Drinking Water Sys tem Components -Health Effects .
29 1.4 ADMINISTRATIVE REQUIREMENTS
30 A. Sched ulin g
31 I. Provide advance notice for service interruptions .
32 1.5 SUBMJTT ALS
33 A . Submittals s hall be in accordance with Section O 1300 .
34 B. All s ubmittal s s hall be approved by the Engine e r or th e City prior to delivery.
35 1.6 ACTION SUBMITTALS/JNFORMATIONAL SUBMITTALS
36 A . Product Data , if app li cable :
37 I. Tapping Sadd le
38 2. Corp oration s t op
39 3. Curb S top
40 4. Service Li n e
41 5. Meter Box
42 6. Meter Box Lid
C IT Y OF FO RT WORTH
STAN DARD CO ST RUC TI ON SPEC IFI CA T IO DOCUMENT S
Rev ised [04 /0 1/20 11]
[N orth Holl y WT P Pump Station Di schar ge Pipe Repla ce ment]
[ Capita l Project No . 163 1 J
3 31210-3
WATE R S ERVICES 1-fN C H TO 2-INCH
Pa ge 3 o f 11
1.7 CLOSEOUT SUBMITTALS !NOT USED]
2 1.8 MAINTENANCE MATERIAL SUBMITTALS !NOT USED ]
3 1.9 QUALITY ASSURANCE
4 A . Qua lifi ca ti o ns
5 I . Manufacturers
6 a. Water Services shall meet or exceed the lat est revisio ns of A WW A C800 an d
7 shall meet or exceed the requirements of this Specificatio n .
8 1.10 DELIVERY, STORAGE, AND HANDLING
9 A . Storage an d Handling Requirem e nt s
IO I . Prot ec t a ll parts suc h that no da mage o r deterioration will occ ur during a prol onge d
I I delay from the tim e of shipment until insta ll ati on is completed an d the unit s and
12 eq uipm e nt are ready for operati o n .
13 2 . Protec t a ll equ ipm en t an d parts against any damage durin g a prolonged period at the
14 si te .
15 3. Preven t plastic and s imilar brittle it e m s from being directly exposed to sunli ght or
16 ext remes in temperature .
17 4. Secu re and maintain a loc ati on to store th e material in accordance wi th Section
18 01600.
19 1.11 FIELD !SITE] CONDITIONS !NOT USED]
20 1.12 WARRANTY !NOT USED}
2 1 PART 2 -PRODUCTS
22 2.1 OWNER-FURNISHED PRODUCTS
23 A. Water meters fo r var ious s izes
24 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
25 A. Manufacturers
26 I . Only th e manufacturers as listed o n th e City's Standard Products List.
27 a. The ma nufacturer must comp ly with thi s Specification and related Sections.
28 2 . Any produc t th at is not listed on the Stand ard Products List is cons id ere d a
29 s ub stituti o n a nd sha ll be s ubj ec t to approval by the Ci ty and/or Eng in ee r.
30 3. The Water Services and a ppurt e na nces sha ll be new and th e product of a
3 1 manu fac ture r regularly e ngaged in the manu fac turing of Water Serv ices and
32 a ppurt e na nc es hav in g s imilar se rvi ce a nd s ize.
33 B. Description
34 I . Regul ato ry Require me nt s
35 a. Wate r Serv ic es sha ll meet or exceed the lates t revisions of A WW A C800 a nd
36 sha ll mee t or exceed th e requirements of this Specification.
37 b. All Water Services compo ne nt s in co nt ac t w ith potab le wa ter sha ll conform to
38 th e requ ir emen t s of NSF 61.
C ITY OF FO RT WORTH
STAN DARD CONSTR UCTI ON S PEC IFI C ATI ON DOCU M ENTS
Revi se d [04/01/20 11]
[N o rth Ho lly WTP Pump Stati o n Di sch arge Pipe Rep lacemen t]
[C apital Proj ec t No. 163 1 J
I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
26
27
28
29
30
3 1
32
33
34
35
36
37
38
39
40
4 1
42
43
44
45
46
47
48
49
C.
331210-4
WATER SERVICES I-INCH TO 2-IN C H
Pa ge 4 o f 11
Materials/Design C rit eria
l. Service L in es
a. Provide Type K Copper Tubing per ASTM B88 .
b. Furnish in the annea led conditions, unless otherw ise specified in the Contract
Documents .
2. Service Couplings
a. Provide brass couplings in con formance with A WWA C 800 .
b . Inlet Type
I) Provide CC pipe thread s.
c . Outlet Type
I ) Provide CC pipe threads.
d. Fitting End s
I ) Flared Cop pe r Tubing with thread dimensions per A WWA C800
2) Provide coupling nuts with a machined bearin g skirt of a length equal to the
tubing o uter diameter (O.D .).
e . Provid e with hexagonal w re nch g rip compatible with the coupling size .
3 . Corporati o n sto p s
a. Provide brass castings per A WW A C800 fo r:
I ) Bodies
2) Plugs
3) D wash e rs
4) Bottom nut s
b . Machining an d Finishing o f Surfaces:
I ) Provide 1 :Y4 inch per foo t o r 0.1458 inch p e r inch ± 0 .007 inch per inch
taper of the seatin g s urfaces fo r the key a nd body.
2) Reduce large e nd o f th e tapered surface of the key in diameter by chamfer
o r turnin g for a di s ta nc e th a t will brin g the largest end of the seating s urface
of the key into th e largest diameter of the seatin g s urface of the body .
3) R e li eve tape r seat in th e body on the small end.
4) Ex tend sma ll e nd of th e key there-th ro u g h to prevent the wearin g o f a
s h o ulder and fac ilitat e proper seatin g of key .
5) Design ke y, key nut , and washer such that if the key nut is t ightened t o
fai lure point , the ste m en d of the key sha ll not fracture.
6) Design nut a nd stem to withstand a turnin g force on the nut of at least 3
tim es th e nec essary effort to prope rl y seat the key without failure in a ny
mann er.
7) Port throu gh corporation sto p s hall be full s iz e to e l iminate turbulen ce in
th e flow way .
8) D esign stop for rotation about the axis of the flow passageway insid e the
following minimum circles in o rder t o properly clear the tapping m ac hin e:
a) 2 7 /8-inch fo r I-in c h corporation sto p s
b) 4 15 /1 6-inch fo r I Yi -inch a nd 2 -inch corporation stops
4. Curb Stops
a. Provide brass cas tin gs per A WW A C800.
b . Valve plu gs s hall be:
I ) Cy lindertype
2) Plu g type, o r
3) Ball type
c. In corpo ra te fu ll flow porting.
C ITY OF FO RT WOR TH [No rth Holl y WTP Pump Stati on Di sc har ge Pipe Replac ement]
I Capital Proj ec t No . 163 1) STAN DARD CONS TR UC TI ON SPEC IFICAT ION DOCUMENTS
Revi sed [04 /0 1/20 11 )
I
2
3
4
5
6
7
8
9
JO
I I
12
13
14
15
16
17
18
19
2 0
2 I
22
23
24
25
26
27
28
29
30
3 1
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
331210-5
WATER SERVICES I-INCH TO 2-TNCH
Pag e 5 o f 11
d. Provide for full 360 degree plu g rotation clockwise or counter-clockwise.
e . Overall Length
I) 3 -5/16 inch ± 1/8 inch for I-inch diameter
2) 4-1 /32 inch ± 9.32 for I-inch diam e te r
f. Cylindrical Plug Type
I) Provide 0-ring seal at top an d bott om.
a) 0-ring at top only is acceptable if bo ttom of curb stop body is closed.
2) Seals s hall be Buna N.
3) I 0-ring sea l shall surround the outlet port of the curb stop and act to
effectively seal in the closed position .
4) The port in the plug shall provide a straight through , full size flow way, so
s haped as to eliminate turbulence.
5) All waterways shall be smooth and free of burrs or rough areas.
6) Design the curb stop to provide ease and accuracy of operation and positive
s hut-off of water.
g. Tapered Plug Type:
I) Provide 0-ring seal at top and bottom .
2) The tapered plug and cylindrical recess in the valve body shall be machined
to match within approved manufacturing tolerances .
3) lnlet and outlet ports shall be sealed by 0-rings or combination Teflon U-
shaped seal rings backed with 0-rings.
4) The po rt in the plug shall provide a straight through, full size flow way, so
s haped as to eliminate turbulence.
5) All waterways s hall be smooth and free of burrs or rough areas.
6) Design the curb s top to provide ease and accuracy of operation and pos itive
shut-off of water.
h . Ball Plug Type
I) Provide d o uble 0-ring seals on the stem .
2) The ball s hall seal against rubber rings mounted in the valve body at the
inlet a nd outlet ports.
3) The ba ll s hall be bronze with a smooth Teflon coating.
4) The po rt in the plug shall provide a straight through , full size flow way, so
shaped as to eliminate turbulence.
5) All waterways shall be smooth and free of burrs or rough areas .
5. Straight Adapters
a. Brass castings and threads per A WW A C800
6 . Three Part Copper Unions
a. Brass castings and threads per A WW A C800
7 . Straight Meter Couplings
a. Brass castings per A WW A C800
b . Threads per A WW A C700
c. Tailpiece with outside iron pipe thread
d. Chamfer corners on threaded end of meter nut.
e. Machine inside and outside of tailpiece.
8. Branch Connections
a. Brass castings per A WW A C800
b . Inlet and outlet connections per A WWA C800
9. Service Saddles
a. Castings
C ITY OF FORT WORTH
STANDARD CONSTR UCTI ON SPECIF!CAT lON DOCUMENTS
Revi se d [04 /0 1/20 11]
[North Ho ll y WTP Pump Stati on Di sc harge Pipe Replacement)
[Ca pita l Project No. 163 1)
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
26
27
28
29
30
3 1
. 32
33
34
35
36
37
38
39
331 2 10-6
WATER SERV ICES I-IN C H TO 2-JNC H
Pa ge 6 o f 11
I ) Brass o r Nylon coated ductil e iron castings per A WWA C800
2) Free of porosity with s harp edges removed
3) Fit co nt o ur o f pipe as follows:
Minimum Outside Maximum Outside
Nominal Pipe Size Diameter of Pipe Diameter of Pipe
(inches) (inches) (inches)
1.50 1.9 00 2.000
2 .00 2.375 2 .500
2.25 2.875 3.000
4.00 4.900 5 .000
6 .00 6 .9 00 7 .100
8 .00 9.050 9.300
10 .00 11.100 11.400
4) Saddle
a) Form to fit firmly against side of maximum diamete r of water main
with approximate ly 180 degrees wrap around .
5) Outlet
a) Design outlet boss for no thread distortion by bending moments.
b) Tapped for corporation stop thread confonning to A WW A C800
b . Straps
1) Conform to ASTM B98.
2) F o rm flat to fit uniformly against the wa ll of the water main.
3) R o d di a meter not le ss than 5/8 inch flattened to I inch on one side.
4) Straps s hall be threaded 5/8 inch ( 1 l-NC-2A) for a distance such that Y2
in ch remains after clamp is fully tightened on the pipe.
5) Chamfer strap ends to protect the starting threads .
6) The threads sha ll be full and free fr o m s hear.
7) Double straps are re quired for Saddles for 4-inch and large r pipe .
8) Single st raps are required for Saddles for pipe s maller than 4-inch.
c . Nuts
I) Bronze ma terial
a) Same material as straps
2) Dimensions equal to or larger than he a vy hexagon nuts
3) Tapped 5/8 inch (1 l-NC-2B)
d . Gaskets
I) Neoprene rubber material
2) Cemented to sadd le and positi o ned to facilitate installation
I 0. Brass Fl a nge d Angle Valve
a. For I Y2 -inch and 2-inch serv ic es
b . Brass castings per A WW A C800
c . V a lve Body with integral o utl et flan ge and inlet wrenching flat
d . Fit together key and body by turning key and reaming body
I) K ey with 0-ring sea l seat at the upper e nd
2) Lap key a nd body seat are to conform to corporati on stop requirements of
th is Specification .
3) The o utlet flan ge shall contain a n 0-ring sea t or a uniform flat drop-in
fl a n ge gas ket s urface .
C ITY OF FO RT WORTH
STA NDARD CONSTRUCT ION SPEC IFICA TI ON DOCU MEN TS
Revi sed [04 /0 1/2 0 11)
[No rth ll oll y WTP Pump Stati on Di sc har ge Pipe Rep lace ment]
[Capi tal Project No . 16 3 1 J
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
2 8
29
30
3 1
32
33
34
35
36
37
38
39
40
41
42
· 43
44
45
46
47
48
49
50
331210-7
W ATE R SERVICES I-INCH TO 2-INCH
Pa ge 7 o f I I
4) Drop-in flange gasket su rface shall contain gasket retaining grooves milled
circular about the axis of the flange .
5) The size of the out let flange and the diameter and spaci ng of the bolt holes
sha ll conform to A WW A C700.
6) The flange on 2-inch angle va lves sha ll be double drilled to permit
connection to I Yi -inch meters.
7) The inlet port of the valve shall be tapered to conform to A WWA C800
tap er pipe thread .
8) The key cap shall include a wrenching tee marked with a raised or rece sse d
arrow to show whether the valve is open or closed.
9) Valve Assembly (main body, key, key cap):
a) Brass material per A WW A C800
b) 0-ring seal on the top of the key between the key and body seat
c) Key cap shall complete the assembly by attaching to the key by means
of a strong bronze pin with phosphor bronze spring washer(s)
depressed benveen the key cap and the top of the valve main body.
d) Provide with padlock wings for locking the valve in the closed position.
e) There shall be a uniform application of cold water valve grease
between the body and the key.
f) The valve shall be capable of being easily opened and stopping lu gs.
g) The waterway through the valve shall be smooth and rounded for
minimum pressure loss , and shall be free of burrs or fins .
h) The valve shall be strong, well designed, neat in appearance, water-
tight , and entirely adequate for the intended purpose.
i) Provide with either a high quality rubber drop-in gasket o r an 0-ring
seal depending on the manufacturer's flange seal surface design choice .
I I. Meter Boxes shall :
a. Be constructed of:
I) Linear Medium Density Polyethylene (LMDPE) as defined in
ASTM D883, as follows:
a) Not allowed to be located within driveways
b) Minimum wall thickness of 0.500 inches
c) Black exterior to provide UV protection
d) Exterior free from seams or parting lines
e) Smooth edges and comers and be free from sharp edges so the unit can
be handled safely without gloves.
2) Concrete
a) Frame of No. 6 gauge wire welded closed
b) Type I or Type II Portland cement, in accordance with ASTM C 150 ,
portioned with lightweight aggregate, in accordance with ASTM C330
(I) Percentage of wear not to exceed 40 per ASTM C 13 I
(2) Minimum 28 day compressive strength of3 ,000 ps i
b. Be able to withstand a minimum 15 ,000 pounds vertica l load
c . Withstand a minimum 400 pounds sidewall load.
d . Class A Standard Meter Box:
I) For use with services utilizing 5/8-inch x :Y.-inch , :Y.-inch or I-inch meter
2) Size :
a) I I -inch x 18-inch Box, 12 inches high
e. Class B Standard Meter Box :
I) For use with services utilizing 1-1 /2-inch or 2-inch meter
C IT Y OF FORT WORTH
STANDARD CONSTRUCTION SPEC IFI CATION DO C UMENTS
Revi sed [04/0 1/20 1 I)
[Nonh Holl y WTP Pump Stati on Di sc har ge Pip e Rep lace ment)
I Capi tal Projw No . 163 1)
I
2
3
4
5
6
7
8
9
JO
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
26
27
28
29
30
3 1
331210-8
WATER SE RVIC ES I-IN CH TO 2-INC H
Pa ge 8 o f 11
2) Size :
a) 15.25-inch x 27-in ch Box , 12 inches high
f. C las s C Standard Meter Box:
I) For use with se rvice s utilizing 2 5/8-inch x %-inch or :Y4-inc h meters
2) Size:
a) 18-inch x 16-inch Box, 12 inches high
12 . Meter Box Lid
a. Cast lron or Ductile lron
I) Per ASTM A48, Class 30B or ductile iron per ASTM A536
2) Shall withstand a minimum vertical load of 15 ,000 pounds
3) Coat castings with a bituminous emulsified asphalt unless otherwise
specified in the Contract Documents, ground smooth , and cleaned with shot
blasting, to get a uniform quality free from strength defects and distortions .
4) Dimensions shall be within industry standards of± 1/16 inch per foot.
5) All castings will bear the Manufacturer 's IS (name o r logo) and Country of
Origin.
6) Casting weights may vary ±5 percent from drawing weight per industry
standards.
b . Plastic
I) Plastic meter lids not allowed to be installed within driveways.
2) The lid shall:
a) Be modified polyethylene material with ultraviolet protection
b) Seat securely and evenly inside the Meter Box and shall not overlap the
top edge of the Meter Box
c) Have a grid pattern for skid resistance
d) Be solid through and rated for traffic loads
13 . Horizontal Check Valve
a. Eq uip I Yi -inch and 2-inch Water Services with a horizontal check va lv e, with
pipe plug, unless otherwise specified in the Contract Documents.
14 . Service Marker
a . 3 inch wide , IO mil blue vinyl tape
32 2.3 ACCESSORIES [NOT USED]
33 2.4 SOURCE QUALITY CONTROL
34 A. Tests and Inspections
35 I . At the City 's option, the manufacturer shall be required to provide ce1tification
36 records showing conformance of materi a ls, design , and testing to the se
37 Specifications.
38 2 . The te st procedures shall conform to A WWA C800 .
39 a . Jn the event that a chosen valve fails the City hydros tatic test, the cost of the
· 40 test shall be at the expense of the supplier.
4 I b. Proof testing of the remainder of the va lves s hall be at the cost and
42 responsibility of the s upplier.
43 c. These tests will be the basis of accepta nce or rejection of the remainder of the
44 shipment by the City.
45 3. The City rese rves the ri ght to se lect pr oducts at random for tes ting . The failure of
46 materials to conform to th e applicable Specification may result in the rejection of
47 the en tire shipme nt.
CITY OF FORT WORTH
STANDARD CON STRU CTIO N SPEC IFI CAT ION DOCUMEN TS
Revi se d I 04 /0 I /20 I I)
[No rth Holl y WTP Pump Station Discharge Pipe Replacement)
I Capi tal Projec t No . 16 3 1 J
33 1210-9
WAT ER SERVICES 1-TN CH TO 2-I NCH
Page 9 of I I
B. Marking
2 I. Service saddle castings shall be clearly marked by lett e rs and numerals cast thereon
3 showing:
4 a . Manufacturer's name
5 b. Type
6 c . Size of Pipe
7 PART 3 -EXECUTION
8 3.1 INST ALLERS
9 A. A licensed plumber is required for installations on the outlet side of the se rvi ce meter.
l O 3.2 EXAMINATION [NOT USED]
11 3.3 PREPARATION [NOT USED]
12 3.4 INSTALLATION
13 A . General:
14 1. Install Water Services and appurtenances in accordance with A WWA C800 .
15 2. Install Water Service Lines 5 feet north or east of center of lot fronta ge on lots 75
16 feet or wider.
17 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless
18 otherwise shown on the Drawings .
19 4 . In stall services at a minimum depth of 36 inches below final grade/proposed top of
20 curb, unless otherwise specified in the Contract Documents.
21 5. Perform leak tests in accordance with Section 33 04 40.
22 6 . Replace existing :Y.-inch Service Lines with 1-inch new Service Line, tap , and
corporation . 23
24
25
7. Install replaced or relocated se rvices with the service main tap and serv ice line
being in line with the service meter, unless otherwise directed by the City.
26 8. Excavate, embed and backfill trenches in accordance with Section 33 05 I 0.
27 B. Handling
28 I . Haul and distribute Service Lines fittings at the project s ite and handle with care to
29 avoid damage.
30 a. Inspect each segment of Service Line, and reject or repair any damaged pipe
31 prior to lowering into the trench .
32 b. Do not handle the pipe in such a way that will damage the pipe.
33 2. At the close of each operating day:
34 a . Keep the pipe clean and free of debris, dirt , animals, and trash -during and
35 after the laying operation.
36 b . Effectively seal the o pen end of the pipe using a gasketed ni g ht cap.
3 7 C. Service Line Installation:
38 I . Service Taps
39 a . Only ductile iron pipe may be directly tapped.
CITY OF FORT WORTH
STANDARD CONS TRUCTION SPECIFICATION DOCUMENTS
Revi sed [04 /0 1/20 1 I]
[North Holl y WTP Pump Stati on Di sc harge Pipe Re pl ace men1]
[Capital Proj ec t No. I 63 1)
2
3
4
5
6
7
8
9
JO
I I
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
4 I
; 42
43
44
45
46
47
48
331210-10
WATE R SE RV ICE S I-INC H T0 2-I NC H
Pa ge I O of I 1
b . Install service taps and/or tap assemblies o f the s pecified size as indicated on
the Drawings, or as specified by the Engineer.
c . Perform taps on a water system that is e ither uncharged or under pressure.
d . Taps consi st of:
I) For Concrete Pressure Pipe or Steel Pipe
a) Standard internal pipe threaded ho les in the pipe walls
(I) Made during pipe fabrication
(2) Provide nylon sleeved inserts for up to I-inch taps.
(3) Provide flange outlet with flange to thread insulator adaptor kits for
I Y:z -inch and larger taps.
2) Other pipe materials :
a) Bronze service clamp with a sealed , threaded port through which the
pipe wall is drilled to complete a service port
e. Tap Assemblies:
I) Consist of corporation stop with iron to copper connection attached to:
a) Copper tubing terminating as shown on the City's Standard Detail
b) May be required adjacent to gate valves
c) Install as shown on the Drawings, or as directed by the Engineer.
d) When required, shall be included in the unit price bid for installing gate
valve.
2) For chlorination and testing purposes :
a) No separate payment will be made for taps required for testing and
chlorination.
2 . Install Water Services in 2 separate operations:
a . Install tap and Service Line in accordance with City Details.
b . Install meter box in accordance with City Details.
1) Adjustment of the Service Line to proper meter placement height shall be
considered as part of the Meter Box installation .
3 . Trenching
a. Provide a trench width sufficiently wide to allow for 2 inches of granular
embedment on either side of the Service Line.
4. Bored Services
a . Services shall be bored utilizing a pil o t hole having a diameter Y:z inch to %
inches lar ger than the Service Line .
5. Arrangement
a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes, and
other associate appurtenances as shown in the City Detail , and to the approval
of the Engineer.
6. Service Marker
a. When Meter Box is not installed immediately subsequent to service installation:
I) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the
service and extending through the backfill approximately 6 inches above
ground at the Meter Box location .
b . Installation of service taps only:
1) Attach service marker tape to the corporation stop or plug and extend
upward and normal to the main through the backfill at the adjacent trench
edge to at least 6 inches above ground to flag the tap location.
7. Corporati o n st o ps
C IT Y OF FORT WOR TH
ST AN D ARD CONST RUCT ION SPEC IFIC.1\ T IO , DOCUMENTS
Rev ise d [04/0 1/20 11 ]
[No rth Ho ll y WTP Pump Stati on Di sc har ge Pipe Re placem ent]
I Ca pital Proj ec t o. 163 1 J
33 12 10 -11
WATER SERV ICES I-IN CH TO 2-INCH
Pa ge 11 o f 11
a. Fully open corporation stop prior to backfill.
2 D. Removal of Existing Water Meters:
3 I . Remove, tag, and collect existing Water Service meter for pickup by the City for
4 reconditioning or replacement.
5 2. After installation of the Water Service in the proposed locati o n and receipt of a
6 meter from the City inspector, install the meter.
7 3. Reset the meter box as necessary to be flush with existing ground or as otherwise
8 directed by the City.
9 4. All such work on the outlet s ide of the service meter shall be performed by a
IO licensed plumber.
11 3.5 REPAIR/ RESTORATION [NOT USED]
12 3.6 RE-INSTALLATION [NOT USED]
13 3.7 FIELD l oR ) SITE QUALITY CONTROL
14 A . Field Tests and Inspections
15 I . Check each Water Service installation for leaks and full flow through the curb stop
16 at the time the main is tested in accordance with Section 33 04 40 .
17 3.8 SYSTEM STARTUP [NOT USED)
18 3.9 ADJUSTING [NOT USED)
19 3.10 CLEANING [NOT USED)
20 3.11 CLOSEOUT ACTIVITIES [NOT USED)
2 1 3.12 PROTECTION [NOT USED)
22 3.13 MAINTENANCE [NOT USED]
23 3.14 ATTACHMENTS [NOT USED)
24 END OF SECTION
25
Revision Log
DATE NAME SUMMARY OF CHANGE
26
[2010 JA N 06]
C IT Y OF FORT WORTH
STAN DARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised [04 /0 1/201 I]
[No rth Holl y WTP Pump Stati on Discharge Pip e Replacement]
[Ca pit al Project No . I 63 1]
33 12 20 - I
RESILI ENT SEATED (WEDGE) GA TE\/ ALVE
Pa ge I of7
SECTION 33 12 20
2 RESILIENT SEA TED (WEDGE) GA TE VALVE
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes :
6 I . Resilient Seated (Wedge) Gate Valves 4-inch through 54-inch for use with potable
7 water mains
8 B. Deviations from this City of Fort Worth Standard Specification
9 I.
10 2 .
11 C. Related Specification Sections include but are not necessarily limited to:
12 I. 331110-DuctilelronPipe
13 2. 33 11 14 -Buried Steel Pipe and Fittings
14 1.2 PRICE AND PAYMENT PROCEDURES (NOT USED]
15 1.3 REFERENCES
16 A . Abbreviations and Acronyms
17 1. NRS -Non Rising Stem
18 2. OS&Y -Outside Screw and Yoke
19 B. Reference Standards
20 1. Reference s tandards cited in this Specification refer to the current reference
21 standard published at the time of the latest revision date logged at the end o f this
22 Specification, unle ss a date is specifically cited.
23 2. American Association of State Highway and Transportation Official s (AASHTO).
24 3. American Society of Mechanical Engineers (ASME):
25 a. B 16 .1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 , and 25 0).
26 4 . ASTM International (ASTM):
27 a. A48, Standard Specification for Gray lron Castings.
28 b. A242, Standard Specification for High-Strength Low-Alloy Structural Steel.
29 c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 p s i
30 Tensile Strength.
31 d . A536, Standard Specification for Ductile Iron Castings .
32 e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus.
33 f. B633 , Standard Specification for Electrodeposited Coatings of Zinc on lron and
34 Steel.
35 5. American Water W o rks Association (A WW A):
36 a. C509, Resilient-Seated Gate Valves for Water Supply Service .
37 b. C5 l 5 , Reduced-Wall , Resilient-Seated Gate Valves for Water Supply Service.
38 c. C550, Protective Interior Coatings for Valves and Hydrants.
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revi sed [04 /01 /20 11]
[North Holl y WTP Pum p Stati on Di sc harge Pipe Replacement]
[Cap it a l Projec t No . 1631 ]
33 12 20-2
RESI LI ENT SEATED (WEDGE) GATE VAL VE
Pag e 2 of 7
2
3
4
5
6
7
8
9
d. C900, Polyvinyl Chloride (PVC) Press ure Pipe and Fabricated Fittin g s , 4 IN
through I 2 IN , for Water Transmission and Distrbution.
6 . American Water Works Association/American N a tional Standards Institute
(AWWNANSI):
a. C 105/ A21 .5 , Polyethylene Encasement for Ductile-Iron Pipe Systems .
b. CJ J l/A21.l l , Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and
Fittings.
c. C 115 / A2 I. J 5 , Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron
Threaded Flanges.
7 . NSF International (NSF): 10
11 a . 61 , Drinking Water System Components -Health Effects .
12 1.4 ADMINISTRATIVE REQUIREMENTS !NOT USED]
13 1.5 SUBMITT ALS
14 A. Submittals shall be in accordance with Section 01300.
15 B. All submittals shall be approved by the Engineer or the City prior to delivery.
16 1.6 ACTION SUBMITT ALS/INFORMATIONAL SUBMITT ALS
17 A . Product Data
18 I. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating sy stem
19 supplied , including:
20 a . Dimensions, weights, material list , and detailed drawings
21 b. Joint type
22 c . Maximum torque recommended by the manufacturer for the valve size
23 2. Polyethylene encasement and tape
24 a . Whether the film is linear low density or high density cross linked polyethylene
25 b . The thickness of the film provided
26 3 . Thrust Restraint
27 a. Retainer glands
28 b. Thrust harnesses
29 c. Any other means
30 4 . Bolts and nuts for mechanical and flange joints
31 5. Instructions for field repair of fusion bonded epoxy coating
32 6. Gaskets
33 B. Certificates
34 I. Furni s h an affidavit certifying that all Re s ilient Seated (Wedge) Gate Valve s meet
35 the provisions of this Section, each valve meets Specifications, all in s pections have
36 been made, and that all tests have been performed in accordance with A WW A
37 C509orAWWAC515 .
38 2. Furni s h a certificate stating that buried bolts and nuts conform to ASTM B 117 .
CITY OF FORT WORTH
STANDARD CONSTRUCT ION SPEC IFICA TI ON DOCUMENTS
Re vi se d [04 /0I /201 1 J
[No nh Holl y WTP Pump Stati on Disc harge Pip e Repl ace ment]
!Capita l Project Nu 163 1]
1.7 CLOSEOUT SUBMITTALS INOT USED]
33 12 2 0-3
R ES ILI EN T S EA TE D (WEDGE) GA T E Y A L VE
Page 3 o f 7
2 1.8 MAINTENANCE MATERIAL SUBMITT ALS (NOT USED]
3 1.9 QUALITY ASSURANCE
4 A. Qualifications
5 I . Manufacturers
6 a. Valves 16-inch and larger sh al I be the product of I manufacturer for each
7 project.
8 I) Change orders, specials, and field ch a nges may be provided by a different
9 manufacturer upon City approval.
IO b. For valves less than 16-inch, valves of each size s hall be the product of I
11 manufacturer, unless approved by the City.
12 I) Change orders, specials, and field changes may be provided by a different
I 3 manufacturer upon City approval.
14 c. Valves shall meet or exceed A WWA C509 or A WW A CS I 5 .
15 d . Resilient Seated Gate Valves shall be new and the product of a manufacturer
16 regularly engaged in the manufacturing of Resilient Seated Gate Valves having
I 7 similar service and size .
I 8 1.10 DELIVERY, STORAGE, AND HANDLING
I 9 A. Storage and Hand I ing Requirements
20 I . Protect all parts so that no damage or deterioration will occur during a prolong ed
21 delay from the time of shipment until installation is completed and the units a nd
22 equipment are ready for operation .
23 2 . Protect all equipment and parts against any damage during a prolonged peri o d at the
24 site.
25 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges ,
26 strongly built, and securely bolted thereto.
27 4. Protect finished iron or steel surfaces not painted to prevent rust and c o rro s ion .
28 5. Prevent plastic and similar brittle items from be ing directly exposed to s unli g ht o r
29 extremes in temperature.
30 6 . Secure and maintain a location to store the material in accordance with Sec tion
31 01600.
32 1.11 FIELD !SITE] CONDITIONS (NOT USED]
33 1.12 WARRANTY
34 A. Manufacturer Warranty
35 I . Manufacturer's Warranty shall be in accordance with Division I .
CIT Y O F FO R T WORTH
ST AN D A RD CON STRUCTION S PEC IFICAT ION DOCUMENTS
Revi sed [04/0 1/2 0 1 I]
[N o rt h Ho ll y WTP P um p Stati o n D isch a rge Pipe Re pl aceme nt]
[C api ta l Proj e c t No. I 63 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
3 1
32
33
34
35
36
37
38
39
40
41
42
43
33 12 20 -4
RES ILI EN T SEA TED (WEDGE) GA TE VAL VE
Pag e 4 o f 7
PART 2 -PRODUCTS
2.1
2.2
OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
EQUIPMENT, PRODUCT TYPES AND MATERJALS
A. Manufacture r s
I . American Flow Control
2. Clow V a lve Company
3 . Mueller Company
B . Description
I. Regulatory R e quirements
a . Valves shall be new and meet or exceed A WW A C509 o r A WW A CS I 5 a nd
shall meet or exceed the requirement s of this Specification .
b . Al l valve components in contact with potable water shall conform to th e
requirements of NSF 61.
C. Material s
I. Valve Body
a. Valve body: ductile iron per ASTM A536
b. Flanged ends: Furn ish in accordance with AWWA/ANSJ Cl I 5 /A2 I. J 5.
c. Mechanical Joints: Furnish with o utlets which conform to AWWA /ANS I
C l 11 /A2 1 .11.
d. Val ve interior and exterio r su rfa ces: fusion bonded epoxy coated, minimum 5
mils , me e ting A WWA C550 requirement s
e . Buried va lves: Provide with polyethy lene encasement in accordance with
AWWA/ANS I C I0 5/A 2 1.5 .
I) P o lyethylene encasement: Furnish in accordance wit h Section 33 11 I 0.
f. Ex posed valves a long Water Lines I A an d 3A in gal lery and vault: Prov ide
sa me external coating as required in Section 33 11 11 for externa l coating in
sa me locat ions.
2 . Wed ge (Gate)
a. Re s ilient wedge: rated a t 250 p sig cold water workin g press ure
b . The wedge (ga te) fo r a ll va lve s izes shall be I piece, full y e ncapsu lated w ith a
permanently bonded EPDM rubber.
3. Gate Valve B o lt s and Nuts
a . Bonnet , Stuffing Box , and Gear Box -Hex head bolt , and hex nut: Steel
ASTM A307 Gr. B , Z in c Plate per ASTM B633 , SC3 for non-buried service (4-
inch throu gh I 2-inch va lves)
b. Hex head bolt and h ex nut : A JSJ 304 st a inle ss ste e l for buried serv ice (all
s ize s)
4. Bolts and Nuts
a. Flan ged Ends
1) Meet require ments of A WWA C509 a nd CS I 5.
2) For buried and non -buri e d a pplic a ti o n s , provide AISI 304 Stain less Stee l
bo lt s a nd AISI 316 S tainle ss Steel nut s .
3) S pray b o lt s a nd nut s with a nti-se iz e compound .
CJTY OF FORT WORTH [No rth Holly WTP Pump Stati on Di sch arg e Pipe Replac ement]
!Cap it al Proj ec t No . 163 1] STA NDAR D CONS TR UC TI ON SP EC IFICAT ION DOC UMENTS
Revi sed J04 /0 I/20 11)
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
3 3 12 20 -5
RESILIENT SEA T ED (WEDGE) GA T E VA L V E
Page 5 o f 7
5. Joints
a. Valves:
1) Flanged-joints: A WW A / ANSl CJ J 5 / A21. I 5, ASME B 16.1 , Class 125
a) Flange bolt ci rc les a nd bolt holes shall match th ose of ASME B 16.1 ,
Class 125.
b) Field fabricated flanges are prohibited .
2) Steel pipe
a) Use flange-joints unless otherwise specified in the Contract
Documents .
3) Ductile Iron Pipe
a) Use restrained mechanical joints in direct buried application .
b) Use flange-joints in exposed (Locations -Water Lines JA in gallery
and 3A in Vault) application.
4) PVC pre ssu re pipe
a) Use mechanical-joints unless otherwise specified in the Contract
Documents.
6. Operating Nuts
a. Supply for buried service valves
b. J -15 / J 6-inch sq uare at the top, 2-inch at the base, and 1-3 /4-inch high
c. Cast an arrow showing the direction of opening with the word "OPEN" on the
operating nut base.
d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE)
direction .
e. Connect the operating nut to the shaft with a shear pin that prevents the nut
from transferring torque to that shaft or the gear box that exceeds the
manufacturer 's recommended torque.
f. Furnish handwheel operators for non-buried service on 12-inch and s maller
valves .
7. Gearing
a. Gate valves that are 24 inch and larger: Equip with a spur gea r.
b . Bevel gears for horizontally mounted valves are not allowed .
c . The spur gear s hall be designed and supplied by the manufacturer o f the valve
as an integral part of the gate valve .
8. Gaskets
a. All rubber joint gaskets utilized on valves shall be in conformance with
AWWA/ANSI Cl l l /A21.l 1.
b . Flanged Gaskets
1) Full face
2) Manufactured true to s hape from approved synthetic rubber stock of a
thickness not le ss than J /16 inch
3) Virgin stock and conforming to the physical and te s t requirements s pecified
in AWWA/ANSI CJ J l /A21.1 l
4) Finished gaskets s hall have holes punched by the manufacture r and shall
match the flange pal"tern in every respect.
5) Frayed cut edges resulting from j o b site gasket fabrication are n o t
acceptable.
6) Furnish Viton® Rubber gaskets hydrocarbon re straint gaskets, where
required.
C ITY OF FORT WO RTH
STANDARD CONSTRUCTION SPECIFICATION DOCU MENTS
Revi se d [04 /0 I /20 11]
[1s o rth Ho ll y WTP Pump Stati o n Discharge Pipe Re pl ace ment]
l Ca pital Proj e c t No. 163 I]
331220-6
RES I LIE 1T SEATE D (WEDGE) GATE VALVE
Page 6 of 7
2.3 ACCESSORJES
2 A. All gate valves shall have the fo llowing accessories provided as part of the gate valve
3 installation:
4 I. A keyed solid extension stem of sufficient lengt h to bring the operating nut up to
5 within I foot of the surface of the ground , whe n the operating nut on the gate valve
6 is 3 feet or more beneath the surface of the grou nd . Extension Stems are:
7 a. Not required o n City stock orders
8 b . Not to be bo lted or attached to the valve-operating nut
9 c. To be of cold rolled steel with a cross-sectional area of I square inch , fitting
1 O loosely enough to allow deflection
11 2. Furnish joint components such as gaskets, glands , lubricant , bolts , and nuts in
12 s ufficient quantity for assembly of each joint.
13 3. Cast Iron Valve Boxes : provide for buried service gate valves, cast iron valve
14 boxes and covers
15 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5-1 /4-inch
16 shafts , screw type, consisting of a top section and a bottom section.
17 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List.
18 c . Valve box covers shall be so designed that they can be easily removed to
19 provide access to valve operating nut.
20 d. Valve box covers must be designed to stay in position and resist damage under
21 AASHTO HS 20 traffic loads.
22 e . Each cover shall be casted with the word "WATER" in raised letters on the
23 upper surface.
24 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 40.
25 g. Box extension material s hall be A WWA C900 PVC or ductile iron .
26 2.4 SOURCE QUALITY CONTROL INOT USED]
27 PART 3 -EXECUTION
28 3.1 INSTALLERS [NOT USED)
29 3.2 EXAMINATION INOT USED]
30 3.3 PREPARATION INOT USED)
3 1 3.4 INSTALLATION
32 A. General
33 I. All valves shall be in s talled in vertical position when utilized in normal pipeline
. 34 installation.
35 2. Valves shall be placed at line and grade as indicated on the Drawings.
36 3. Buried valve: P o lyethylene Encasement installati o n s hall be in accordance with
37 Section 33 11 I 0.
38 4 . Exposed valve: Prepare valve for external coating application according to
39 manufactures ' recommendation.
C ITY OF FORT WORTH
STANDARD CONS TRUCTION SPEC I FIC A T IO DOCUMENTS
Revised fO-l /0 I /20 I I]
!No rth Holly WTP Pump Stat ion Di scharge Pipe Replacement]
!Capital Project No . I 631 J
3.5 REPAIR/RESTORATION INOT USED)
2 3.6 RE-INSTALLATION [NOT USED)
3 3.7 FIELD lo R) SITE QUALITY CONTROL
4 A. Field In specti o n s
33 12 20 -7
RES I LI ENT SEA TE D (WEDGE) G ATE VALVE
Page 7 o f7
5 1 . Before acce pt ance of th e in stall ed valve, th e City Field Operati ons S taff s hall have
6 the opportunity to o pe ra te the valve .
7 2. T h e Operator wi ll be assessi ng the ease of access t o the o perating nut within th e
8 valve box and ease of operating the valve from a fu ll y c losed to fully open e d
9 position.
JO 3. If access and o pe rati o n of the valve m eet the City 's c rit e ri a, th e n the valve will be
11 accepted as in sta ll ed.
12 B . Non-Conforming W o rk
13 I . If access and o p erati o n of th e va lve d oes not m eet th e City 's criteria, remedy the
14 s ituation until th e valve m eet s the C ity 's criteria.
15 3.8 SYSTEM STARTUP [NOT USED]
16 3.9 ADJlJSTING [NOT USED]
17 3.10 CLEANING [NOT USED)
18 3.11 CLOSEOUT ACTIVITIES [NOT USED]
19 3.12 PROTECTION (NOT USED)
20 3.13 MAINTENANCE INOT USED]
21 3.14 ATTACHMENTSINOTUSED)
22 END OF SECTION
23
Revision Log
DATE NAME SUMMARY OF CHANGE
24
[20 IO JAN 06]
C ITY O F FORT WORTH
ST ANDAR D CONSTRUCTION SPEC IFI CA TI ON DOCUMENTS
Revi sed [04/0 1/20 11)
[N o rth Holl y WTP Pump Stati o n Di sc harge Pipe Rep lacement)
[ Capital Projec t No. 16 3 1 J
33 12 25 -I
CONNECTION TO EX ISTING WATER MAINS
Pa ge I of 6
I SECTJON 33 12 25
2 CONNECTlON TO EXISTING WATER MAINS
3 PARTl-GENERAL
4 l.l SUMMARY
5 A. Section Includes:
6 I . Connection to existing water mains to include but not limited to:
7 a. Cutting in a tee for a branch connection
8 b. Extending from an existing water main
9 c. Performing in-line connections
IO d. In sta lling a tapping sleeve and valve
I I B . Deviations from this City of Fort Worth Standard Specification
12 I .
13 2.
I 4 C. Related Specification Sections include but are not necessarily limited to:
15 I. 33 04 40 -Cleaning and Acceptance Testing of Water Mains
16 2. 33 05 IO -Utility Trench Excavation, Embedment and Backfill
I 7 3. 33 I I IO -Ductile lron Pipe
I 8 4 . 33 I I 14 -Buried Steel Pipe and Fittings
19 1.2 PRJCE AND PAYMENT PROCEDURES !NOT USED]
20 1.3 REFERENCES
21 A. R efe rence Standards
22 I. Reference standards cited in this Specification refer to the current reference
23 standard published at the time of the latest revision date logged at the end of this
24 Specification, unless a date is specifically cited .
25 2. American Society of Mechanical Engineers (ASME):
26 a . BI 6. I , Gray Jron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250)
27 3. ASTM International (ASTM):
28 a. A36, Standard Specification for Carbon Structural Steel.
29 b. A242 , Standard Specification for High-Strength Low-Alloy Structural Steel.
30 c. A283, Standard Specification for Low and Intermediate Tensile Strength
31 Carbon Steel Plates.
32 d. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel , Low-
33 and Intermediate-Tensile Strength .
34 e. BI I 7, Standard Practice for Operating Salt Spray (Fog) Apparatus.
35 f. 02000, Standard Classification System for Rubber Products in Automotive
36 A pp! ications.
37 4 . American Water Works Association (A WWA):
38 a. C200 , Steel Water Pipe - 6 IN and Larger.
39 b. C207 , Steel Pipe Flanges for Waterworks Service-Sizes 4 IN through 144 IN .
C ITY OF FORT WORTH
STANDARD CONSTRUCTI ON SPECIFICATION DOCU MENTS
Revi sed !04 /01 /20 11]
[N orth Holly WTP Pump Stati on Di sc har ge Pipe Replacement]
I Ca pital Project No . 1631]
33 12 25 -2
CONNECTION TO EX ISTTNG W A T ER M A TNS
Pa ge 2 of 6
2
3
c . C 2 l 3 , Fu s ion -Bonded Epoxy Coating for the Interior and Exterior of Steel
W a ter Pipelines .
d . C22 3 , F a bric a ted Steel and Stainless Steel Tapping Sleeves.
4
5
6
7
8
5. Americ a n Wate r Works Ass ociation/American National Standards Institute
(A WW A/ANSI):
a . C I 05 /A2 l.5 , Polyethylene Encasement for Ductile-Iron Pipe Systems .
b . C 111 /A2 I . I I , Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and
Fittin g s .
9 6 . NSF International (NSF):
10 a. 61 , Drinking Water System Components -Health Effects .
11
12
13
7 . Manufacturers Standardization Society of the Valve and Fitting Industry Inc.
(MSS):
a . SP-60 , Connecting flange Joint Between Tapping Sleeves and Tapping Valves .
14 1.4 ADMINISTRATIVE REQUIREMENTS
15 A. Pre-installation Meetings:
16 I. Required for any connections to an existing, pressurized 16-inch or larger City
17 water distribution system main that requires a shutdown of some part of the water
18 system
19 2 . May al so be required for connections that in v olve shutting water service off to
20 c e rtain critical businesses
21 3. Schedule a pre-in stallation meeting a minimum of 3 weeks prior to proposed time
22 fo r the work to occur.
23 4 . The meetin g shall include the Contractor, City Inspector, and City Valve Crew .
24 5 . Revi e w w o rk procedures as s ubmitted and any adjustments made for current field
25 c o ndition s .
26 6. Verify that all valves and plugs to be used have adequate thrust re straint o r
27 blocking.
28 7 . Schedule a test shutdown with the City.
29 8 . Schedule th e date for the connection to the existing system.
30 8 . Scheduling:
31 I . Schedule work to make all connections to existing 16-inch and larger mains:
32 a . During the period from November through April , unless otherwi se approved by
33 the City
34 b. During normal business hours from Monday through Friday, unless otherwise
35 approved by the City
36 2 . Schedule City Valve Crew by I :00 P.M. a minimum of I business day prior to
. 37 planned disruption to the existing water sy s tem .
38 a . In the event that other water system activities do not allow the e x isting main to
39 be dewatered at the requested time, schedule work to allow the connection at an
40 alternate time acceptable to the City .
41 I) No additional payment or remobilization shall be paid if the water main
42 cannot be taken out of service at the o riginally requested time .
C IT Y OF FORT WORT H
STAN D A RD CO N STR UC TI ON SPEC I FICA TI ON DOCUMENTS
Rev i~e d 104 /0 1/20 11]
rNo rth Holl y WT P P ump Stati o n Di sc har g e P ipe Rcrla ccm ent]
(Cap i tal Proje ct N o. 163 1)
33 12 25 -3
CONN ECT ION TO EX I STING W A T ER M A INS
Page 3 o f 6
1.5 SUBMITT ALS
2 A. Submittals shall be in accordance with Section 01300.
3 8 . All submittals s hall be approved by the Engineer or the City prior to delivery and/o r
4 fabricati o n for s pecials.
5 1.6 ACTION SUBMlTTALS/INFORMATIONAL SUBMITTALS
6 A. Product Data, if a pplicable:
7 I . Tapping Sleeve noting the pressure rating and coating system supplied including:
8 a. Dimensions, weights, material list, and detailed drawings
9 b . Maximum torque recommended by the manufacturer for the valve by size
10 8. Submittals
11 I . Provide a detailed sequence of work for 16-inch, or larger, connections that
12 includes :
13 a . Results of exploratory excavation
14 b. Dewatering
15 c. Procedure for connecting to the existing water main
16 d . Time period for completing work from when the water is shut down to when
17 the main is back in service
18 e. Testing and repressurization procedures
19 2 . Welders that are assigned to work on connection to concrete cylinder or steel pipe
2 0 must be certified and provide Welding Certificates, upon request, in accordance
21 with A WW A C200.
22 1.7 CLOSEOUT SUBMITTALS !NOT USED]
23 1.8 MAINTENANCE MATERIAL SUBMITTALS jNOT USED]
24 1.9 QUALITY ASSURANCE !NOT USED]
2 5 1.10 DELlVERY, STORAGE, AND HANDLlNG
2 6 A. Storage and Handling Requirements
2 7 I. Protect parts so that no damage or deterioration occurs during a prolon g ed delay
28 from the time of shipment until installation is completed .
29 2 . Protect all equipment and parts against any damage during a prolonged period at the
30 s ite.
31
32
33
34
35
36
37
3. Protect the finished surfaces of all exposed flanges using wooden flan g es, strong ly
built and securely bolted thereto .
4. Protect finished iron or steel surfaces not painted to prevent rust and corrosi o n.
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
01600.
C ITY OF FORT WO RT H
STAND ARD CONSTRUCTI ON SP EC IFICA TION DOCUMENTS
Rev ise d [04 /0 I /20 I I J
[No rth Ho ll y WT P Pump Stati on Disc harge Pip e Re pl ace ment)
l Cap ita l Proj ect No . 163 1)
331225-4
CONNEC TI ON TO EXISTING WATER MAINS
Page 4 of 6
1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY
3 A. Manufacturer Warranty
4 J . Manufacturer 's warranty shall be in accordance with Division l.
5 PART2-PRODUCTS
6 2.1 OWNER-FURNISHED joR] OWNER-SUPPLIED PRODUCTS [NOT USED]
7 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
8 A . Manufacturers
9 1. Only the manufacturers as listed by the City's Standard Products List .
IO a. The manufacturer must comply with this Specification and related Sections.
I 1 2. Any product that is not listed on the Standard Products List is considered a
12 substitution and shall be subject to approval by the City and/or Engineer.
13 B. Description
14 1. Regulatory Requirements
I 5 a. Tapping Sleeves shall meet or exceed A WW A C223 and the requirements of
16 this Specification.
I 7 b. All valve components in contact with potable water shal I conform to the
I 8 requirements of NSF 61 .
19 C. Tapping Sleeve Materials [NOT USED]
20 I. Body
2 I a. Body: Carbon Steel per ASTM A283 Grade C , ASTM A285 Grade C , ASTM
22 A36 Steel or equal
23 b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion
24 applied per AWWA C213.
25 c. All buried tapping sleeves shall be provided with polyethylene encasement in
26 accordance with A WW A/ANSI CJ 05 /A2 I .5.
27 I) Polyethylene encasement shall be in accordance with Section 33 11 l 0.
28 2 . Flange
29 a. Carbon Steel per ASTM A36 in accordance with A WWA C207 and ASME
30 B16.J Class 125.
31 b. Recessed for tapping valve per MSS SP-60
32 3. BoltsandNuts
33 a . Flanged Ends:
. 34 I) Meet requirements of A WW A C207.
35 2) Provide AISJ 304 Stainless Steel bolts and AISI 316 Stainless Steel nuts.
36 a) Spray bolts and nuts with anti-seize compound .
37 4. Gaskets
38 a. Nitrile Butadiene Rubber (NBR , Buna-N) per ASTM 02000
39 b. Bonded into cavity for internal and external retention
40 c. Temperature range : -20 degrees F to + 180 degrees F
C IT Y OF FORT WO RTH
STAN DARD CONSTRUC TI ON SPECIF ICAT ION DO CU MENTS
Rev ise d [04/0 I /20 I I J
[No rth Holl y WTP Pump Stati on Di sc har ge Pipe Re placement)
!Ca pit al Proj ec t No. 163 1)
3312 2 5 -5
CONNECTI ON TO EX I ST ING WA TE R MAINS
Pa ge 5 o f 6
2
3
4
d . Suita bl e fo r wate r , o il , mild a cids, b ases, and m ost (a li p h a ti c) h ydrocar bon
fluid s
5. T est Plu g
a . :Y.-in c h NPT c arbo n st ee l w ith s qu a re head , an d fus io n bo n ded e p o xy coatin g
5 2.3 ACCESSORIES (NOT USED]
6 2.4 SOURCE QUALITY CONTROL (NOT USED}
7 PART 3-EXECUTION
8 3.1 INSTALLERS [NOT USED]
9 3.2 EXAMINATION
IO A. V e rific ati o n o f C o ndition s
I I I. Veri fy by expl o rato ry e x cavati o n , if n eed ed , th a t ex is tin g water m a in is as d e pi c te d
12 in the Drawin g s and th at the lo c a tion is s uita bl e for a co nn e cti o n to th e ex is ting
13 water ma in .
14 a. Excav ate a nd Bac kfill Tre n c h fo r t h e ex pl o ratory excavati o n in accord a n c e w ith
15 3 3 0 5 10 .
16 2 . V e rify th a t all equipm e nt a nd materi a ls a re a va ilabl e o n-s it e pri o r t o th e s h utd own
17 o f the ex is tin g m a in .
18 3 . Pipe Lin es s hall b e c o mplete d , t este d , a nd a uth o ri zed fo r conn ecti o n t o th e existin g
19 syst e m in ac c o rdance w ith S ec t io n 33 0 4 4 0 .
2 0 3.3 PREPARATION [NOT USED]
2 1 3.4 INSTALLATION
22 A . Gen e ral: U p o n di s rupti o n of th e ex is tin g water m a in , continu e work u ntil th e
23 conn ecti o n is compl e te a nd th e ex istin g wate r m a in is bac k in serv ice .
24 B . Proce dure :
25 I. Ex p ose th e proposed conn e cti o n po int in ac cordance wi th Secti o n 33 0 5 I 0 .
26 2. D ewate r th e ex is tin g wate r lin e s o th e c hl o rin ated wate r is n ot unl awfull y
2 7 di sch a rged .
2 8 3. M a intain th e w a te r that m ay bl eed by ex istin g v a lv es o r plu gs durin g in s ta ll ati o n
29 w ithin th e work a re a t o a reaso n a bl e leve l.
30 a . Cont ro l th e water in s u c h a way th a t it d oes n o t inte rfe re w ith th e p ro pe r
3 1 in s ta ll a ti o n o f th e c o nn ecti o n o r c reate a di s cha r ge o f c hl o rin a te d wat e r.
32 4 . If a fi s h kill o c curs a ssociate d w ith the co nstru c ti o n acti v itie s :
33 a. Imm e diately a lter activiti es to prevent furth e r fi s h kill s .
34 b . Imm e diate ly notify W a te r D e p a rtm e nt.
35 c . Co ll ec t and c la ss ify fi s h in acc o rd a n ce w ith TCEQ re quire m e nt s .
36 d . Coordin a te w ith City to prope rl y n o ti fy T CEQ .
37 e . B e res po n s ible for fin es asse ssed.
3 8 5 . C ut a nd re m ove e xi s tin g w a te r m a in in o rd e r to mak e th e conn ecti o n .
39 6. Veri fy th at th e ex is tin g pipe lin e is s uita bl e fo r the proposed co nnec ti o n .
CITY O F FORT WO RTH
STAN D ARD CONSTR UCTI ON SPEC IF ICAT I ON DOCUMENTS
Revised [04 /0 1/20 1 1]
["No n h Holl y WTP Pump Station Discharge Pipe Rep lace ment)
[Ca pita l Pr oj ect No . 163 1)
33 12 25 -6
CONNECT ION TO EX ISTING WATER MAINS
Page 6 o f 6
7. Place trench foundation and bedding in accordance with 33 05 I 0 .
2 8 . In the event that a tappin g s leeve and valve is used , the coupon from the existing
3 water main shall be submitted t o th e City .
4 9. Prevent embedment, bac kfill , so il , wate r o r other debris form entering the pipeline.
5 I 0 . Establish thrust re straint as provided for in the Drawings.
6 11. Clean and disinfect the pipeline associated with the connection in accordance with
7 Section 33 04 40 .
8 12. Place embedment to th e top of the pipe zone .
9 13. Request that the City Valve Crew re-pressurize the pipeline .
IO 14. Directionally flu s h the connection in accordance with Section 33 04 40 .
11 15. Request that City Valve C rew o pen all remaining valves.
12 3.5 REPAIR/RESTORATION !NOT USED]
13 3.6 RE-INSTALLATION !NOT USEDJ
14 3.7 FIELD (oR] SITE QUALITY CONTROL
15 A. Field Inspections
16 I. Observe the pipe for a ny drips o r lea ks.
17 a . If any visible leaka ge is observed, remedy the connection so that no visible
18 leaks are present.
19 3.8 SYSTEM STARTUP !NOT USED]
20 3 .9 ADJUSTING !NOT USED]
21 3.10 CLEANING !NOT USED]
22 3.11 CLOSEOUT ACTIVITIES (NOT USED]
23 3.12 PROTECTION (NOT USED]
24 3.13 MAINTENANCE (NOT USED]
25 3.14 ATTACHMENTS (NOT USED]
26 END OF SECTION
27
Revi sion Log
DAT E NAME SUMMARY OF CHANGE
28
[20 10 JAN 06)
C ITY OF FORT WORTH
STANDARD CONSTRUCT ION SPEC IFI CATIO 1 DOCUMENTS
Revi sed \04 /0 1/2011]
[Nonh Holly WTP Pump Statio n Disc harge Pipe Replacement]
[C apital Projec t No . 16 3 1 J
33 12 3 0 -I
CO MBINATION A IR VALV E ASS EMB LI ES FO R POTABLE WAT ER SYST EMS
Pa ge I o f 7
I SECTION 33 12 30
2 COMBINATION AIR VAL VE ASSEMBLIES FOR POT ABLE WATER SYSTEMS
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A . Section Includes:
6 1. I-inch through 8-inch Combination Air-Release and AirNacuum Valve Assemblies
7 (Combination Air Valves) for potable water systems including:
8 a. Combination air-release and air/vacuum valve
9 b. Tap to water main
l O c. Inlet piping and appurtenances
I I d. Vent piping and appurtenances
I 2 e . Vault enclosure and appurtenances
I 3 B . Deviations from this City of Fort Worth Standard Specification
14 I.
15 2.
I 6 C. Related Specification Sections include but are not necessarily limited to:
17 I. Section 33 05 13 -Frame, Cover and Grade Rings
I 8 2. Section 33 11 10 -Ductile Iron Pipe
19 3. Section 33 11 11 -Ductile Iron Fittings
20 4. Section 33 11 14 -Buried Steel Pipe and Fittings
21 5 . Section 33 12 IO -Water Services I-Inch to 2-Inch
22 6. Section 33 12 20 -Resilient Seated Gate Valve
23 7. Section 33 39 10 -Cas t-in-Place Concrete Manholes
24 8 . Section 33 39 20 -Precast Concrete Manholes
25 1.2 PRICE AND PAYMENT PROCEDURES !NOT USED]
26 1.3 REFERENCES
27 A . Definitions
28 I. Combination Air Valve : A device having the features of both an air-release valve
29 and an air/vacuum valve
30 2 . Inlet: The opening at the base of the Combination Air Valve mechanism through
31 which air from the pipeline enters
32 3. Inlet Piping: The piping and appurtenances between the pipeline and the valve inlet
33 4 . Orifice: The opening in the Combination Air Valve mechanism through which air
34 is expelled from or admitted into the pipeline or piping system
35 5. Outlet: The opening at the top of Combination Air Valve mechanism , including the
36 orifice, through which a ir enters or exits the pipeline
37 6. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet
38 to its termination point outside the vault
C ITY OF FORT WOR TH
ST AN DARD CONSTRUCTION SPEC IFICA TI ON DOCUMENTS
Revi sed [04 /0I /2 0 11]
[No rth Holl y WTP Pump Statio n Disc harge Pi pe Repl acemen t]
l Ca pital Proj ec t No . 163 1]
33 12 30 -2
COMBTNA TION AIR VA LVE ASSEMBLIES FOR POTABLE WAT ER SYSTEMS
Page 2 o f 7
I B. Reference Standards
2 1. Reference standards cited in this Specification refer to the current reference
3 standard publi s hed at the time of the latest revisi o n date lo gged at the end of thi s
4 Specificati on , unless a date is specifically cited.
5 2. American Lr o n and Steel institute (AJSJ).
6 3. ASTM Int e rn atio na l (ASTM):
7 a . A536, Standard Specification for Ductile lron Castings.
8 4. American Wate r Works Association (A WWA):
9 a. CS I 2 , Air-Release, Air/Vacuum, and Combination Air Valves for Waterworks
JO Service.
11 b . MS I , Air-Release, Air/Vacuum, and Combination Air Valves .
12 5. NSF Internati o nal (NSF):
13 a. 61 , Drinkin g Wate r System Components -Health Effects.
14 J.4 ADMINISTRATIVE REQUIREMENTS !NOT USED]
15 1.5 SUBMITT ALS
16 A. Submittals shall be in accordance with Section O I 300.
17 B . All submittals shall be approved by the Engineer or the City prior to delivery .
18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
19 A. Product Data :
20 I . Combination Air Valves
2 1 a. Application type
22 b . Workin g pressure ra ting
23 c. Test pressure rating
24 d . Surge pressure rating
25 e. ln let size
26 f. Small orifice size
27 g. Large ori fi ce s ize
28 2 . Valve vault and a ppurtenances
29 3. Tapping appurtenances
30 4. l so lation valves
31 5. Fittings
32 6. Vent piping
33 7. Vent cover and/o r enclosure
34 8 . Vent enclosure and/or pipe bollard protection
35 J.7 CLOSEOUT SUBMITTALS !NOT USED]
36 1.8 MAINTENANCE MATERIAL SUBMITTALS !NOT USED]
37 J.9 QUALITY ASSURANCE
38 A . Qualifications
39 I. Manufacturers
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC IFIC A TIO DOCUME ITS
Revi se d 104 /0 I/20 11)
[Nort h Holly WTP Pump Stati on Di sc harge Pipe Re pla cement]
[Capital Projec t No. 1631 J
331 230 -3
COMBINATION A IR VA LV E ASSEMBLI ES FO R POTAB LE WAT ER SY ST EMS
Page 3 o f 7
a . Combination Air Valves of the same size shall be the product of I
2 manufacturer, unless approved by the City.
3 b. Combinati o n air valves s hall be in confonnance with A WWA CS I 2 .
4 B . Certifications
5 I. Obtain an Affidavit of Compliance from the valve manufacturer in accordance with
6 AWWAC512.
7 I.IO DELIVERY, STORAGE, AND HANDLING
8 A. Storage and Handling Requirements
9 1. Protect all parts such that no damage or deterioration will occur during a prolonged
IO delay from the time of shipment unti l installation is completed and the units and
11 equipment are ready for operation .
12 2. Protect all equipment and parts against any damage during a prolonged period at the
13 site .
14 3 . Protect the finished surfaces of all exposed flanges by wooden blank flanges ,
15 strongly built and securely bolted thereto.
16 4 . Protect finished iron or steel surfaces not painted to prevent rust and corrosion .
17 5 . Prevent plastic and similar brittle items from being directly exposed to sunlight or
18 extremes in temperature .
19 6. Secure and maintain a location to store the material in accordance with Section
20 01600 .
21 1.11 FIELD CONDITIONS !NOT USED)
22 1.12 WARRANTY
2 3 A. Manufacturer Warranty
24 I . Manufacturer 's Warranty shall be in accordance with Division I .
2 5 PART 2 -PRODUCTS
26 2 .1 OWNER-FURNISHED loR) OWNER-SUPPLIEDPRODUCTS !NOT USED]
27 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
28 A. Manufacturers
29 I. Vent-0-Mat
30 2. A.R.I.
31 B. Description
32 1. Regulatory Requirements
33 a . Combination Air Valves shall meet or exceed the latest revisions of
34 A WWA CS 12 and shall meet or exceed the requirements of this Specification.
35 b . All Combination Air Valve components in contact with potable water shall
36 conform to the requirements of NSF 61 .
37 C. Perfomrnnce / Design Criteria
38 l. Capacities
39 a. Water Application = Potable Water
C ITY O F FORT WO RTH
ST AN D ARD CONSTR UC TI ON S PEC lflCAT lON DOCUMENTS
Rev ise d [04/0 1/20 11]
[N onh Holl y WTP Pump Stati on Di sc har ge Pipe Re pl ace ment]
[Ca pital Project No. 163 1 J
33 12 30 -4
CO MB IN AT IO N A IR VALVE ASSEMBLJES FOR POTABLE WATER SYSTEMS
Page 4 o f 7
b . W o rk in g Pressure fr o m 10 p s i t o 150 ps i
2 c . T est Press ure = 2 25 p s i
3 d. S urge Pre ss ure = 100 p s i minimum , u nl ess st a ted o therw ise in th e C o nt rac t
4 D oc um e nts
5 e. S ize
6 1) Eac h o r i fice s iz e must b e sufficie nt to meet t he requirem ent s set fo rth in
7 A WW A MS I a nd indicate d o n th e D raw in gs.
8 2 . Func ti o n
9 a . Hig h vo lume discharge during pipe lin e fillin g
10 b . Hi g h volume intake throug h the la r ge o ri fi c e
11 c . Pressuri ze d air di scharge
12 d . S urge D a mpe nin g/C o ntrolled di s ch a r ge rat es
13 I ) The valve s h a ll have a n int e gra l s urge a ll ev ia t io n m ec h a ni s m w hi c h sh a ll
14 o perate a uto m a tic a ll y t o limit tra nsie nt press ure rise o r s hoc k indu ced by
15 cl osure due to hi gh ve locity a ir di sc h arge o r th e subsequent rej o inin g o f th e
16 sep a rate d wate r columns . The limita ti o n o f th e press ure ri se s ha ll be
17 a chieved by d e c e le ratin g th e a pproac hin g wat e r pri o r to va lve c losu re .
18 D. M a te ri a ls
19 I. C o mbin a ti o n Air V a lv e
20 a . Int e rn a l pa rt s :
2 1 I ) N o n-corrodin g m a te rial s u c h a s sta inl ess s tee l o r hi g h d e ns it y po ly e th y le n e
22 b . Val ve bo d y:
23 1) A l S I 3 0 4 s ta inl ess st ee l o r AST M A53 6 du c til e iro n
24 2) Equippe d with inta ke a nd di sc h a rge fl a n ges
25 3) Prim e a nd c oat du c til e iro n bo di es in accord a n ce w ith a produc t li s ted in o n
2 6 the C ity's Standa rd Produc ts L ist.
2 7 c . Inl et/Di sc ha rge o rific e are a :
28 I ) E qual t o the nominal s iz e o f th e va lve
29 E . F ini s h e s
30 I . Fini s h M a t e ri a ls
3 1 a . Suppl y a ll du c til e iron C o mbin ati o n A ir Va lves w ith a fa ct o ry a ppl ie d fu s io n
32 bo nd e d e p oxy coatin g w ith a fin a l coa tin g thi cknes s o f 16 mil s minimum .
33 2 .3 ACCESSORIES
34 A . Fo r Combinati o n A ir Val ve A ssembli es in sta ll e d o n 16-in c h wa ter lin es a nd sm a ll e r :
35 I . T a p :
36 a. T a ppin g sa ddl e a nd I-inch c o rpo rati o n va lv e (C.C. thread with fl a re ) in
37 accord a nce w ith Sec ti o n 33 12 I 0
3 8 2 . Inl e t Pipin g:
39 a . K C o ppe r (s tra ig ht )
· 40 b . I -in c h o utl e t between th e tap a nd th e iso la ti o n va lve with th e foll o win g :
4 1 1) Corp o rati o n a nd curb stops (C.C. thre ad with fl a re) in a cco rdan ce with
42 S e cti o n 33 12 I 0 .
43 2) K Co ppe r o r G a lvani zed ri ser bet wee n th e c o rp orati o n and c urb sto p
44 a ) C urb st o p sh a ll be insta lled a m ax imum o f 18 inch es be low th e v ault
45 m a nh o le cove r.
46 3 . Iso la ti o n V a lves :
CITY OF FORT WOR TH
ST A DARO CONSTRUCTION SPEC IFICAT ION DOC UMENTS
Revi~e d !04 /0 1/20 11]
!No rth Ho ll y WTP Pump Station Disc harge Pipe Repl ace ment]
I Ca pit al Pr ojw No 163 I J
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
B.
33 12 30 -5
COMBrNATION AfR VALV E ASSEMBLI ES FO R POT AB LE WAT ER SYSTE MS
a . I-inch ball valve
4 . Vent Piping
I) I-inch Schedule 40 galvanized piping
5. Vent Screen
a. Stainles s Steel (AJSI 304)
6. Dropover Enclos ure
a . Fiberglass , Hotbox EZ 75, or equal , with 4-inch concrete pad
7. Vault:
a. Provide a 4-foot diameter concrete manhole in accordance with
Section 33 39 IO or Section 33 39 20 .
Pag e 5 o f 7
b. Provide a 32-inch cover with frame and grade ring in accordance with Section
330513.
c. Secure Air Valve to vault wall.
For Combination Air Valve Assemblies installed on larger than 16-inch pipelines :
I. Tap:
a . Provide outlet on 24-inch or 30-inch blind flange outlet of water main.
2 . Inlet Piping:
a . For concrete cylinder or steel water lines with:
I) Steel pipe in accordance with Section 33 11 14 .
a) With flanged connection with isolation kit at gate valve
b . For Ductile Iron or PVC water mains:
I) Ductile iron with flanged connection at gate valve
a) In accordance with Section 33 11 IO and Section 33 11 11.
c . Inlet piping shall contain a 2-inch outlet between the tap and the isolati o n valve
with the following:
I) Corporation and curb stop (C.C. thread with flare) in accordance with
Section 33 12 10.
2) K Copper riser between the corporation and curb stop
a) Curb stop shall be installed a maximum of 18 inches below the vault
manhole cover.
3. Isolation Valves :
a . Gate valve (flanged) in accordance with Section 33 12 20 with:
a) Hand wheel operator for 2-inch gate valves
b) 2-inch operating nut, non-rising stem with enclosed miter gearing for 3-
inch and larger gate valves
4 . Vent Piping
a. For 3-inch and larger:
I) Ductile Iron in accordance with Sections 33 11 IO and 33 11 11 .
2) Equipped with loosened flange bolts or breakable flanges at ground level
b. For 2-inch :
I) Schedule 40 galvanized piping
5. Vent Screen
a . Stainless Steel (AJSI 304)
6 . Dropover Enclosure
a . Fiberglass, Hotbox EZ 75 , or equal , with 4-inch concrete pad
7 . Vault:
C ITY O F FO RT WO RTH [No rth Holl v WT P Pump Stati on Discharge Pi pe Replace ment]
I Ca pit al Projec t No . 163 1) ST AN DARD CONS TR UCTION SPEC IFICAT ION DOC UM EN T S
Re vised !04 /0 1/20 11)
33 12 30 -6
COMBINAT ION A IR VALVE ASSEMB LI ES FOR POTABLE WATER SYS TEMS
Page 6 of 7
a. Provide a 4-foo t diameter concre te ma nh o le in accordance with
2 Section 33 39 10 or Section 33 39 20 .
3 b. Provide a 32-inch hin ge d cove r w ith frame and grade ring in accordance with
4 Section 33 05 13.
5 c. Secure Air Va lve to vault wall.
6 C. Finishes
7 I. Primer Materials
8 a. Prime Vent Piping within vault , as well as above gro und , for finish with a
9 product listed in on the City 's Stand ard Products Li st.
10 2. Finish Materials
11 a. Paint Vent Piping within va ult , as we ll as above ground , with a product li ste d in
12 on the City 's Standard Products List.
13 b. Color to be selected by the City .
14 2.4 SOURCE QUALITY CONTROL
15 A. Tests and inspections
16 I . Testing and inspection of Combination Air Valves s hall be in accordance with
17 AWWA C512.
18 B . Markin gs
19 I . Each Combination Air Valve shall be marked in acco rdance with A WWA CS 12 .
20 PART 3 -EXECUTION
2 1 3.1 INST ALLERS [NOT USED]
22 3.2 EXAMINATION [NOT USED)
23 3.3 PREPARATION [NOT USED)
24 3.4 INSTALLATION
25 A. General
26 1. in stall in accordance with manufacturer 's recommendations and as show n on the
27 Drawings.
28 2 . Above gro und and vault interior ductile iron piping a nd valves shall be painted in
29 accordance with City requirements , unle ss otherwise stated in the Drawings .
30 3.5 [REPAIR)/ [RESTORATION) [NOT USED)
3 1 3.6 RE-INSTALLATION [NOT USED)
32 3.7 FIELD QUALITY CONTROL
33 A. Field In s pecti ons
34 I. The va lve sha ll perform as intended with no defo rm ati o n, leaking o r dama ge of an y
35 kind for the pre ss ure ranges indicated .
36 2. Before acceptance o f the installed valve , the City Fi e ld Operations Staff s hall have
37 th e o pp o rtunity to in s pect and opera te th e va lve.
C ITY OF FORT WORTH
STAN DARD CONSTRUCT ION SPEC IFICATION DOCUMENTS
Rev ised 104 /01/20 1 I)
!No rth Ho ll y WTP Pump Stati o n Disc harge Pipe Rep lace ment]
I Ca pit al Projec t No . 16 3 I J
33 12 30 • 7
COMBIN ATION AIR V A L VE A SSEMBLI ES FOR POT ABLE WATER SY STEMS
Pa ge 7 o f7
I 3 . The City will assess th e ease o f access t o th e operat in g nut a nd ease of operat in g the
2 corporation sto p .
3 4. If access a nd o pera ti o n ofthe va lve a nd its appurtena nces meet th e City's criteria,
4 th e n th e va lve will be accepted as in sta ll ed.
5 5. The Comb in atio n A ir Valve assemb ly shall be free from any leak s .
6 B . Non-Conformi n g Work
7 I . If access and o perati o n o f th e va lve o r its appurtenances do not meet th e City 's
8 criteria, the Contractor will remedy th e si tu ati o n until it meets the City 's cr it e ri a.
9 3.8 SYSTEM STARTUP !NOT USED]
IO 3.9 ADJUSTING !NOT USED]
11 3.10 CLEANING [NOT USED]
12 3.11 CLOSEOUT ACTIVITIES [NOT USED]
13 3.12 PROTECTION [NOT USED]
14 3.13 MAINTENANCE [NOT USED]
15 3.14 ATTACHMENTS [NOT USED]
16 END OF SECTION
17
Revision Log
DATE NAME SUMMARY OF C HANGE
18
[20 I O JAN 06 ]
CITY OF FORT WORTH
STAND A RD CONS TR UCTI ON SP EC I FIC ATI ON DOCUMENT S
Re \'i se d 104 /0 1/20 11]
[North Holl y WTP Pump Stati o n Di sch arge Pipe Rep lac ement]
I Ca pita l Projec t No. 1631]
331240-1
DRY-B ARR EL FIR E HYDRANTS
Page I o f 6
I SECTION 33 12 40
2 DRY-BARREL FIRE HYDRANTS
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section lncludes:
6 1. Dry-barrel fire hydrants with 5 1
/4 -inch main valve for use with potable water mains
7 B. Deviations from this City of Fort Worth Standard Specification
8 I.
9 2 .
JO C. Standard Details
11 I . WTR-006 Standard Fire Hydrant
12 D . Related Specification Sections include, but are not necessarily limited to:
13 1. 33 05 l O -Utility Trench Excavation , Embedment, and Backfill
14 2 . 33 04 40 -Cleaning and Acceptance Testing of Water Mains
15 3 . 331110 -DuctilelronPipe
16 4. 33 11 11 -Ductile Iron Fittings
17 5. 33 11 14 -Buried Steel Pipe and Fit1in gs
18 6. 33 12 20 -Resilient Seated Gate Valves
19 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
20 1.3 REFERENCES
21 A. Definitions
22 1. Base: The lateral connection to the fire hydrant lead ; al s o called a shoe
23 B . Reference Standards
24 I . Reference standards cited in this Specification refer to the current reference
25 standard published at the time of the latest revision date logged at the end of this
26 Specification, unless a date is specifically cited .
27 2. American Water Works Ass ociation (A WWA):
28 a. C502 , Dry-Barrel Fire Hydrants
29 b . Manual of Water Supply Practices M 17 (A WWA Manual Ml 7)-Installation ,
30 Field Testing, and Maintenance of Fire Hydrants
31 3 . NSF International
32
33
34
35
36
37
a . 61 , Drinking Water System Components -Health Effects
4. National Fire Protection Association (NFPA)
a . 1963 , Standard for Fire Hose Connections
5 . Underwriters Laboratories, lnc. (UL)
a . 246, Hydrants for Fire-Protection Service
6 . Factory Mutual (FM)
C ITY OF FO RT WOR TH
ST AN DAR D CONSTRUCT ION SPEC IFI CA TI ON DOCUMENTS
Revi sed [04 /0 I/201 1 J
[Nonh Holl y WTP Pump S tati o n Disc harge Pipe Repl ac em e nt]
[Cap ital Project No. 163 1)
33 12 40 -2
DRY -BARREL FIRE HY DRANT S
Pag e 2 of 6
I
2
a. C la ss N u m b e r 1510 , A p proval S t a nda rd fo r Fi re H y dran t (Dry B a rre l T y pe) fo r
Pri vate Fire Service
3 1.4 ADMIN ISTRATIV E RE QU IREME NT S [NOT US ED]
4 1.5 SUBMITT ALS
5 A . S ubm itta ls s ha ll be in acc o rdance w it h Sect io n O 1300 .
6 B . A ll s u b mitta ls s h a ll be approved by th e E n g in ee r o r th e C ity pri o r t o c o n s tru c tion .
7 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS
8 A . Prod uct Data
9 I . D ry-B arre l F ire H ydra nt s t a t in g :
JO a . Ma in va lve openin g s ize
I I b . Nozzle a r ra n ge m e nt a nd sizes
12 c . O pe r atin g nut s ize
13 d. O p eratin g nut operati ng directi o n
14 e. W o rkin g pressure ra t in g
15 f. Co mpo n e nt a s sem b ly a nd m at e rial s
16 g . Coat in gs a nd Fini s h es
17 1.7 CLO SE O UT SUBMITTALS [NOT USED]
18 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED]
19 1.9 QU A LITY AS SU RANC E
20 A . Q u a lifica ti o n s
2 1 I . Ma n ufac ture r s
22 a. D ry-B a rre l F ir e Hy d ra nts s h a ll b e the produc t o f I m a nufac ture r.
23 I ) C h a n ge ord e r s , spec ia l s , an d field c h a n ges m ay b e prov id e d by a diffe r e nt
24 m a nu fac ture r upo n City ap prov al.
25 2 . Dry-Ba rre l Fire H y d ra nt s s h a ll b e in conform a n ce with A WWA C 502, UL 24 6 , a nd
2 6 FM 15 10.
27 1.10 DELIVERY , STORAGE , AND HANDLING
2 8 A. S torage a nd H a ndling R e quiremen ts
29 I . S t o re a nd h a ndl e in accorda n ce w ith the guide lines a s s tated in A WW A C 5 02 and
30 AW W A Manu a l M l 7 .
3 1 2. Protec t a ll p a rts so th a t n o d a m age o r d et eriora ti o n w ill o ccur durin g a p ro lo n g ed
32 de lay fro m the tim e o f s hipm e nt until in s ta llati o n is co mpl e t e d a nd th e unit s a nd
33 e qu ipm e nt a re rea d y fo r o pe rati o n .
34 3 . Protec t a ll e quipm e nt a nd pa rt s aga in s t a ny d a m age durin g a p ro lo n ged p e ri od at the
35 s it e.
36 4. Protec t th e fin is h e d s urfa ces of a ll ex p osed fl a n g e s by wood e n bl a nk fl a n ges ,
37 st ro n g ly built , a nd sec ure ly bo lt e d th e re to .
3 8 5 . Protec t fini s h e d iro n o r s t ee l s urfaces n o t p a inte d t o prevent ru s t a nd c o rros io n .
39 6 . P revent pl asti c a nd s imil a r br ittl e it e m s fr o m being dire ctly ex p osed to s unli g ht o r
4 0 extre m es in t e m perature .
C IT Y OF FORT WORT H
STANDARD CONSTRUCTION SPEC IFICATION DOCUME TS
Re vi se d [04 /0 1/20 1 I ]
[N ort h Holl y WTP Pump Stati on D isc har ge Pipe Repl ace me nl]
I Ca pit al Proj ec t No 1631 J
33 1240-3
DRY-BARREL FrRE HYDR ANTS
Pa ge 3 of 6
1 7. Secure a nd m ain ta in a locat ion to s tore the material in accordance with Section
2 01600.
3 1.11 FIELD CONDITIONS [NOT USED)
4 1.12 WARRANTY
5 A. Manufacturer Warra nty
6 I . Manufacture r 's Warranty s hall be in accordance with Division 1.
7 PART2-PRODUCTS
8 2.1 OWNER-FURNISHED !OR ] OWNER-SUPPLIEDPRODUCTS (NOT USED]
9 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
10 A . Manufacturers
1 I I. Only the manufacturers as li s ted on the City 's Standard Products List.
12 a. The manufacturer mu s t comply with this Specification and related S e ction s.
13 2. Any product th at is not li s ted on the Standard Products List is considered a
14 s ubstituti o n a nd s hall be s ubject to approval by the City and/or Engineer.
15 3. The Dry-Barrel Fire Hydrant s hall be new and the product of a manufacture r
16 regularl y e n gaged in th e manufacturing of Dry-Barrel Fire Hydrants having similar
17 se rvice and s iz e.
18 B . D esc ription
19 I . R egulatory R eq uirem en ts
20 a . Dry-Barre l Fire Hydra nt s h a ll m eet or exceed the latest revisions of A WW A
21 C502 a nd s h a ll m ee t or exceed the requirements of this Specification.
22 b . All Dry -Barrel Fire H y drant components in contact with potable water s ha ll
23 conform to the re quire m e nts of NSF 61.
24 C. Pe rformance / Des ig n C riteri a
25 I. Capacities
26 a. Rated working press ure o f 250 psi or greater
27 2 . Design Criteria
28 a. Operating nut
29 I ) Uniformly tapered sq uare nut measuring:
30 a) I inch at the base
31 b) 7/8 inch at the to p
32 2) Ope n by turning the operating nut to the right (clockwise)
33 a) Prov ide operating direction clearly marked with an arrow and th e word
34 "OPEN " .
. 35 3) Provide weather s hield with operating nut.
36 b . Main V a lve
37 I) Minimum 5 1
/4 -inch o pening
38 2) Compression type
39 a) Opening against pre ss ure
40 b) Closing with pre ss ure
41 c. Nozzles
42 I ) 'T' s h a pe, three nozzle a rrangem e nt
C ITY OF FORT WORTH
STANDARD CON STRUCTION S P EC IFI CATION DOCU MENTS
Revised [04 /0I /20 1 I J
[Nor1h Ho ll y WTP Pump S1ati o n D isc har ge Pipe Rep lacement]
[Capit al Project No . 163 I J
33 1240-4
DRY -B ARREL FIRE HYDRANTS
Page 4 of 6
I 2) Nozzle sizes, threads, and configuration in acco rdance with NFPA 1963
2 a) 2 x 2'1ri nch hose nozzle s
3 (I) 1 80 deg rees apart
4 b) 4 1/r inch pump nozzle
5 d. Hydrant Barrel Configuration
6 I ) Upper barrel
7 2) Breakable flan ge and stem
8 a) To be in stalled above ground at the connection to the upper barrel
9 3) Extens io n barrel (if needed) and low e r barrel
IO a) Extension barrel and stem
11 ( 1) Lengthen in 6-inch increments
12 e. Drain Valve
13 I) Non-corrodible material
14 2) Spring operated drain valves are not allowed .
15 D. Function
16 I. Drain Valve
17 a. Drain fire hydrant barrels when main valve is close d .
18 E. Materials
19 1. Furnish materials in accordance with A WWA C502.
20 2. Dry-Barrel Fire Hydrant Assembly
2 1 a. Internal parts
22 1) Threads
23 a) Prov ide operating thread design e d to avo id m e tal s uch as iron or steel
24 threads against iron or steel pa11 s.
25 2) Stem
26 a) Stem Nuts
27 ( 1) Provide bronze stem nuts .
28 (a) Grades per A WW A C502
29 b) Where needed , stem shall be grooved a nd sea led with 0-rin gs.
30 3 . Provid e c ru s he d rock for placement around base conforming to Section 33 05 10.
3 1 F . Finishes
32 1. Primer Materials
33 a . Furnish primer for Dry-Barrel Fire Hydrants in accordance with A WW A C5 02.
34 2 . Finish Materials
35 a . Dry-Barrel Fire Hydrant
36 1) Exterior
37 a) Above grade
38 (I) Furnish exterior coating for above gra d e Dry -B a rrel Fire H y drant
39 assembly components in acco rdance with A WW A C502 .
. 40 (2) Silver coating in accordance with C ity of Fo11 Worth requirements
4 1 b) Belowgrade
42 ( 1) Furnish exterior coating for below g rade Dry -B a rrel Fire Hy drant
43 assembly components in accordance with A WW A C502.
44 2) Interior:
45 a) Interior coating for Dry-Barrel Fire H y drant s assemblies in ac cordance
46 with A WW A C502
C ITY O F FORT WORT H
STA NDARD CONSTRUCTI ON SPECIFICAT ION DO CU MENTS
Revised 104 /0 1/2 0 11)
!No rth I-lo ll y WTP Pump Stati o n Di sc harge Pipe Rep lacement]
[Capital Project No . 1631 J
33 12 40 -5
DRY-BARREL FrRE HYDRANTS
Page 5 of 6
2.3 ACCESSORIES
2 A. Po lyeth y le ne Encasement
3 1. Prov id e po lyethy le n e e ncasem e nt in accordance with Section 33 1 I I 0.
4 B . Embedment
5 1. Prov id e crushed rock and filter fabric in accordance w ith Secti o n 33 05 I 0 .
6 2.4 SOURCE QUALITY CONTROL
7 A. Tests a nd In specti o n s
8 1. Testin g and in specti on of Dry-Barre l Fire Hy drants in accordance with A WW A
9 C502.
l O B . Markings
l I I . Provide each Dry-Barrel Fire Hydrant marke d in accordance with A WWA C502.
12 PART 3-EXECUTION !NOT USED]
13 3.1 INSTALLERS !NOT USED]
14 3.2 EXAMINATION !NOT USED)
15 3.3 PREPARATION !NOT USED]
l 6 3.4 INSTALLATION
l 7 A . Gen era l
l 8 1. In s ta ll in accord ance with A WWA Manual of Water Supply Practice M 17 ,
l 9 manufacturer's recom m e ndations, a nd as s h own o n the Drawings.
20 2. Provide vertica l in sta ll at io n w ith braces, rest , and bl ocking in accordance with City
2 l S ta nd a rd Detail WTR-006.
22 3. E xcavate a nd Backfill Trenches in accordance with 33 05 10 .
23 4. Embed Dry-Barrel Fire H y drant assemblies in accordance w ith 33 05 I 0 .
24 a . A t the locati o n of the weep hol es, wrap ba rre l with polyethylene e ncas ement
25 an d crushed roc k with filter fabric to prevent dirt and debris from en te rin g th e
26 fir e h ydrant.
27 5 . Polyethylene Encasement installation shall be in accorda nc e w ith th e a pplicab le
2 8 portion of th e Ductil e Iron Pipe Section 33 1 I 10 .
29 6. In s t a ll concrete bl ocking and re s t in accordance w ith Secti o n 03 30 00 as indicated
30 in th e Drawings.
3 l 7 . A minimum o n e-third cubic yard of crushed rock s h a ll be placed arou nd the base, in
32 accord a nc e with A WW A M a nual of Water Supply Practice M 17 , to a llow d rain
33 o utl e ts to o perate .
34 a . The crushed rock should extend 6 inch es a b ove the drain o utl e t s a nd a
35 minimum of I foot o n all sides of the fire h ydrant ba se.
36 8 . Fire hydrant lea d line s hall be installed with a m axim um cover o f7 feet.
37 a. Cover is meas ure d from the invert at the fire h ydran t base, vert ic a l to gro und
38 e levati o n .
CITY OF FORT WORTH
STANDARD CONSTRUCT ION SPEC IF ICAT ION DOCUMENTS
Revi se d [04 /0 1/201 1]
[Nonh Ho ll y WTP Pump Stati on Di scharge Pipe Re pl ace ment)
[C ap it al Project No . 163 I)
33 12 40 -6
DRY-BARREL FIRE HYDRA NTS
Page 6 of6
I
2
b. Fittings may be used along fire lead line to ensure minimum and maximum
cover requirements are met.
3 3.5 REPAIR/ RESTORATION (NOT USED]
4 3.6 RE-INSTALLATION (NOT USED)
5 3.7 FIELD CONTROL
6 A. Field Inspections
7 I. The dry-barrel fire hydrant and assembly shall perform as intended with no
8 deformation , leaking or damage of any kind for the pressure ranges indicated .
9 2. City inspector will issue final inspection notice to City staff.
1 O 3. City field operations staff and Fire Department staff shall have the opportunity to
11 inspect and operate the hydrant, to ensure that the fire hydrant was installed in
12 accordance with A WWA Manual of Water Supply Practice Ml 7. This includes but
13 is not limited to:
14 a. Operation of Nozzles and operating nut are not obstructed.
15 b. Drain valve is not obstructed or plugged
16 4. Keep fire hydrant wrapped or covered to identity that it is out of service until the
17 water line it 's connected to is put in service.
18 B . Non-Conforming Work
19 I. If access and operation of the dry-barrel fire hydrant or its appu1ienances do not
20 meet the criteria of the A WW A Manual of Water Supply Practice M 17 , the
21 Contractor will remedy the situation criteria , at the Contractor's expense.
22 3.8 SYSTEM STARTUP (NOT USED]
23 3.9 ADJUSTING (NOT USED)
24 3.10 CLEANING (NOT USED)
25 3.11 CLOSEOUT ACTIVITIES (NOT USED)
26 3.12 PROTECTION (NOT USED]
27 3.13 MAINTENANCE
28 3.14 ATTACHMENTS
29 END OF SECTION
30
Revision Log
DATE NAME SUMMARY OF CHANGE
31
[20 IOJ AN 06]
C JTY OF FORT WORTH
STANDARD CONSTRUCTION SPEC !FI CA TION DOCUMEN TS
Revised [04 /01 /201 1)
[North Holly WTP Pump Station Disc harge Pip e Repl ace ment]
[C ap ita l Pr oject No . 16 3 1 J
SECTION 33 12 35
2 V ENTU RJ M ETER
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Secti o n Includes:
33 12 35 -I
VENTUR I METER
Page I o f 5
6 I . 4-inch thru 96-inch sh o rt form Cast Iro n V e n turi M e ter fo r po ta bl e wate r syste m s
7 B . D e vi a tion s fr o m this City of Fort W o rth Sta nd ard S p e cifica ti o n
8 I.
9 2 .
IO C. Relate d Specificati o n Sections include but a re n o t necessarily limite d to:
11 I . 33 11 IO -Ductile Iron Pipe
12 2 . 33 11 11 -Du ctil e Iron Fittings
13 3 . 33 11 14 -Buried Ste el Pipe and Fittin gs
14 1.2 PRICE AND PAYMENT PROCEDURES [NOT U SED]
15 1.3 REFERENCES
16 A. Reference Sta ndards
17 I . Refere nce s ta nd a rd s c it e d in thi s S pe cifi ca ti o n refe r to th e c urrent refere n ce
18 standard publi she d at th e time o f the la t est rev is io n d ate Jogged a t th e e nd of thi s
19 Specifica ti o n , unl ess a d a te is s pec ifi ca ll y c it e d .
20 2. America n Iron a nd Stee l In s titute (AISJ ).
2 1 3 . ASTM Internatio n a l (ASTM):
22 a . A5 3 6 , Standa rd S p e cifi c ation fo r Ductil e Iron Castin gs.
23 4. American W at er W orks A ssociati o n (A WWA ):
24 a . C2 07 , St ee p Pipe Flang es for W a te rwo rk s S e rv ice -S iz e s 4 -in th ro u g h 144 -in .
25 5 . NSF Inte rn ational (N S F):
2 6 a. 61 , Drinking W at e r System Compo ne nt s -H ea lth E ffects .
27 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
28 1.5 SUBMITT ALS
29 A. S ubmittal s s hall be in a cco rd a nc e with S e cti o n O 13 00 .
30 B . All submitta ls shall be approve d by th e E n g in eer o r th e C ity pri o r to d e liv e ry.
3 1 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS
32 A. Product D at a:
33 I . V e nturi M e te r
34 a . Si z in g ca lcul ati o n s
35 b . Coeffic ie nt va lu es a nd tol e ranc es
36 c . Effec t s o f up strea m confi g urati o n
C ITY OF FORT WORTH
STAN DARD C O N STRUCTI ON SP EC IF ICATI ON DOCU M ENT S
Revised [0 4/0 I /20 11)
[No rth I lo ll y WTP Pu m p Stati o n D isc harge P ipe Rep lacement]
[Capi tal P roj ect No . 163 1]
I
2
3
4
5
6
7
8
9
d . Working pressure rating
e. Test pre ssure rating
f. Surge pressure rating
g. Inlet s ize
h. Throat s ize
1. Component assemb ly and materials
J. Coat ings and Finishes
2. Tapping appurtenances
3. Fittings
IO 1.7 CLOSEOUT SUBMITTALS !NOT USED]
I I 1.8 MAINTENANCE MATERJAL SUBMITTALS
12 A. Operation and Maintenance Manual
33 12 35 -2
VE TUR I METER
Pa ge 2 o f 5
13 I. Provide operation and maintenance manual after meter is installed and in operation.
14 1.9 QUALITY ASSURANCE
15 A . Qualifications
16 1. Manufacturers
17 a. Venturi Meter shall be the product of 1 manufacturer, unless approved by the
18 C ity .
19 b. The venturi meter shall be a Model HVT-CI as manufactured by Primary Flow
20 Signal, Inc or engineer approved equal meeting the requirements of this
21 spec ification .
22 2. Supplier
23 a. The s upplier of the venturi meter shall be ]SO 9001 certifed with a minimum of
24 20 years ex perience in providing differential type flow meters .
25 1.10 DELIVERY, STORAGE, AND HANDLING
26 A. Storage and Handling Requirements
27 1. Protect all parts such that no damage or deterioration will occur during a prolonged
28 delay from the time of shipment until in stallation is completed and the units and
29 equipment are ready for operation .
30 2 . Prot ec t all equipment and parts against any damage during a prolonged period at the
31 site.
32 3 . Prot ec t the finished surfaces o f all exposed flanges by wooden blank flanges ,
33 stro ng ly built and securely bolted theret o.
34 4 . Protect fini she d iron or steel s urfaces not painted to prevent rust and corrosion.
35 5. Prev en t pla stic and similar brittle items from being directly exposed to sunlight or
36 extremes in temperature.
37 6. Secure and maintain a location to store the material in accordance with Section
38 01600.
39 1.11 FIELD CONDITIONS !NOT USED]
40 1.12 WARRANTY
41 A. Manufacturer Warranty
CITY O F FOR T WORTH
STAN DA RD CONS TR UC TION SPEC IFI CAT ION DOCU M ENTS
Revised [04 /0 1/20 11 )
[No nh Holl y WTP Pump Station Di scharge Pipe Rep lacement]
[Capital Project No . 1631]
1 . Manufacturer 's Warranty s hall be in accordance with Division I.
2 PART 2 -PRODUCTS
3312 35-3
VE NT U RI METER
Pag e 3 of 5
3 2 .1 OWNER-FURNISHED !oR) OWNER-SUPPLIEDPRODUCTS (NOT USED)
4 2 .2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
5 A. Manufacturers
6 I . Prim a ry Flow Signal
7 2. Wyatt Engineering (Badger Meter)
8 B . Description
9 I. Regulatory Requirements
IO a . All venturi meter components in contact with potable water shall conform to
11 the requirements of NSF 61.
12 2. Type
13 a . The venturi meter shall be a Model 24" B HVT-CI as manufactured by Primary
14 Flow Signal, Inc or engineer approved equal meeting the requirements of this
15 specification
16 3. Size
17 a. 24-inch x 14-inch
18 C. Performance / Design Criteria
19 I . Capacities
20 a. Water Application = Po t a ble Water
21 b . Working Pressure from IO p s i to I 50 psi
22 c . Flow Range : Minimum flow 15 MGD, Maximum flow 20 MGD
23 d. Accuracy of +/-0 .5% of actual flow abo ve a pipe Reynolds number of 75 ,000
24 with a discharge coefficient o f 0 .99 and a permanent pressure Joss not exceed
25 I 0 % of differential.
26
27
28
e. Test Press ure = match pressure of adjacent piping
f. Surge Pressure = I 00 psi minimum , unles s stated otherwise in the Contract
Documents.
2 9 D . Tube Des ign
30 I. Cylindrica l inlet section of the same internal diameter as the inlet piping.
31 2 . Contains two (2) high pressure taps and a s in g le vent and drain tap.
32 3. Length of cylindrical throat section to be equal to one-half (1 /2) its diameter.
33 4 . Convergin g secti o n compri sed of a single an g le of30 degrees. No converging
34 s ections us ing a radiu s or multiple inlet angl e s are acceptable .
35 5. Recovery section to be comprised of a s ingle angle of 10 degrees and be truncated
36 at approximately 90% of the downstream pipe in s ide diameter.
37 6. Provide A WWA type I 25 pound flanged ends.
38 E . Material s
39 I. Venturi Body
40 I) ASTM A-126 Grade B Cast Iron
41 2. Throat Section and Press ure Ta p Bu s hings
C IT Y OF FORT WORT H
ST ANDARD CON STR UCT ION SPEC I FICATION DOCU M EN TS
Revi sed [04 /0 I /20 11 ]
[No rth Holl y WTP Pump Stati on Di scharge Pip e Re pl ace ment)
[Ca pit al Projec t No . 16 3 1 J
a) 304 Stainless steel
2 F. Finishes
3 I . Finish Materials
33 12 35-4
VENTURI METER
Page 4 o f S
4 a. Supply venturi meter with a factory applied fusion bonded epoxy coating with a
5 final coating thickness of 16 mils minimum .
6 2.3 ACCESSORJES [NOT USEO]
7 2.4 SOURCE QUALITY CONTROL
8 A Tests and Inspections
9 I . Venturi meter to be flow calibrated by an independent flow lab.
10 2. In lieu of the lab flow calibration, the manufacturer may provide prior independent
11 lab test data substantiating the flow meter's accuracy, discharge coefficient, and
12 head loss.
13 3. Prior test data shall cover at least 36 lab calibrations in sizes from 2 .0 to 72.0" and
14 the venturi meter supplier must have laboratory flow calibrated at least (2) 24.0 "
I 5 venturi meters in the past IO years.
16 4. If the supplier has not laboratory flow calibrated (2) 24 .0" meters within the past I 0
17 years, the 24 .0" Venturi meters on this project will require laboratory flow
18 calibration , over the full minimum to maximum expected flow rates based on a 24
19 point calibration , including discharge coefficient and headloss .
20 5. Hydrostatically test venturi meter at 250 psi.
21 PART 3 -EXECUTION
22 3.1 INSTALLERS [NOt USED]
23 3.2 EXAMINATION [NOT USED]
24 3.3 PREPARATION [NOT USED)
25 3.4 INSTALLATION
26 A Gen e ral
27 I . ln stall in accordance with manufacturer 's recommendations and as shown on the
28 Drawings .
29 3.5 [REPAIR]/ [RESTORATION) [NOT USED)
30 3.6 RE-INSTALLATION [NOT USEO)
31 3.7 FIELD QUALITY CONTROL
32 A. Field Inspections
33 I . The venturi meter shall perform as intended with no deformation , leaking or
34 damage of any kind for the pressure and flow ranges indicated .
35 2. Before acceptance of the installed venturi meter, the City Operations Staff shall
36 have the opportunity to inspect and operate the venturi meter.
C ITY OF FORT WORTH
STANDARD CONSTRUC TI ON SPEC IFICAT ION DOCUMENTS
Rev ise d I 04 /0 J /20 I I]
[No rth Holl y WTP Pu mp Sta ti on Disc harge Pipe Re pl ace ment]
[Ca pital Proje ct No. 163 1)
33 12 35 -5
V EN TU R I MET ER
Page 5 o f 5
I 3 . If operation of the ve nturi meter and its appurtenances mee t th e City 's criteria , th en
2 the venturi m e ter will be accepted as in stal led.
3 B. Non-Conforming W o rk
4 I . If operation of the ven turi meter or its appurtenances do no t m eet the C ity 's c rit e ri a ,
5 th e Contractor will remedy the s ituation unti l it meets th e City 's c rit e ri a .
6 3.8 SYSTEM STARTUP !NOT USED}
7 3.9 ADJUSTING !NOT USED]
8 3 .10 CLEANING !NOT USED]
9 3 .11 CLOSEOUT ACTIVITIES (NOT USED)
IO 3.12 PROTECTION (NOT USED]
11 3 .13 MAINTENANCE (NOT USED]
12 3.14 ATTACHMENTS (NOT USED)
13 END OF SECTION
14
Rev ision Log
DATE NAME SUMMARY OF CHANGE
15
[2010 JAN 0 6]
C IT Y OF FORT WO R T H
ST AN DARD CONSTRUCTI ON S P EC IF ICATION DOCU M ENT S
Revised I 04 /0 Ii20 11]
['N o rth Ho ll y WTP Pump Stati o n D isc har ge Pipe Re place ment]
[Cap ita l P roject No . 163 1)
33 3 1 20 -I
POL YVfNYL CH L OR !DE (PV C) G RAVITY SAN IT A R Y SE W£~ PIP E
Pag e I o f 5
I SECTION 33 31 20
2 POLYVINYL CHLORIDE (PVC) GRAVITY SAN JT A R Y SEWER P IPE
3 PART I -GENERAL
4 1.1 SUMMARY
5 A . Secti o n Includ es :
6 I . Polyviny l Chl o ride (PVC) pipe 4 -inch throu g h 27-in c h fo r g ra v ity sanita ry s ewer
7 a pplicatio n s
8 B . D e vi a ti o n s fr o m this City o f Fort Worth Standa rd S p ec ific a ti o n
9 I.
JO 2 .
I I C. R e la te d Specification Sec tion s include, but a r e n o t n ecessa ril y lim ite d t o :
I 2 I . Secti o n 33 05 IO -U tility Tre nch Exc a v a ti o n , E mbe dm e nt , a nd B a ckfill
13 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
14 1.3 RE FE REN CES
15 A . R e f erence S ta nd a rds
16 I . Refere nce s tandards cited in thi s Specification refer to t h e curre nt r e f e re nce
17 standard publi s h e d a t th e time o f the lates t r ev is io n d ate logged a t the e nd o f thi s
18 S p e cificati o n , unl ess a d ate is s pecifica ll y cite d .
19 2. A m e ri ca n A ssoci ati o n o f S ta te Hi g hway a nd T ra n s p o rt a ti o n (AASH TO).
20 3. ASTM Int e rn a tion a l (A S TM ):
2 1 a . DJ 7 84 , Stand a rd Spec ifi cati o n for Ri g id P o ly(Viny l C hl o rid e) (PV C)
22 Compo und s a nd C hl o rin a te d Poly (Viny l C hl orid e) (C P VC) Compo un ds.
23 b. D24 l 2 , St a nd ard Tes t M e th o d for Dete rmin a ti o n o f Exte rn a l Loadin g
24 C ha ra c teri sti cs o f Pl asti c Pipe by Para ll e l-Pl a te L oading.
25 c. D3034 , Sta nd ard S pe cifi ca ti o n fo r T y pe PSM P o ly(Viny l C hl o rid e ) (PV C)
26 S e w e r Pipe and Fittings.
27 d . D32 l 2, Sta nda rd Spe cific ati o n fo r Joints fo r D rai n a nd Sewer Pl as ti c P ipes
28 U s ing Fl e xibl e El asto m e ric Seal s.
29 e. F679 , Standard Spe cification for P o ly (Viny l C hl o rid e) (PV C) Large-Diame te r
30 Pl astic Grav ity S ewer Pipe a nd Fittin gs .
3 I 4. T exas Commi ss io n o n E nvironm e nta l Qua lity (TCEQ):
32 a. Titl e 3 0 , Part I, Ch a pte r 2 17 , Subcha pte r C , Rule 2 17 .53 -Pipe D es ig n .
33 b . Titl e 30, Pa rt I, Ch a pte r 2 17 , Subchapter C , Rul e 2 17 .54 -C rit e ri a fo r L ay in g
34 Pip e .
3 5 c . Titl e 30, P a rt I, C h a pte r 2 17 , Subch a pte r C , Rul e 2 17 .57 -Testin g
36 Require ments fo r In s ta ll a ti o n o f G rav ity Co ll ect io n Syst e m Pi pes .
37 5 . U nd e rw rit e rs La bo rat ories, Inc . (UL).
C ITY OF FO RT WO RTH
ST AN D AR D CON STR UCTI ON SPE CI FICAT ION DOCUMEN TS
Rev ised 104/0 1/2 01 1]
[No rth Holl y WTP Pump Stat ion Di schar ge Pip e Rep lacem ent]
[Capi tal Projec t No . 163 1 J
33 31 20 -2
POLYVINYL CHLORJDE (PVC) GRAVITY SANITARY SEWER PIPE
Pa ge 2 o f 5
1.4 ADMINISTRATIVE REQUIREMENTS !NOT USED]
2 1.5 SUBMITT ALS
3 A. Submittals s hall be in accordance wi th Secti o n O 1300.
4 B. All s ubmittals sh a ll be approved by the E n g in eer or the C ity prior t o delivery.
5 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS
6 A. Product Data
7 1 . Product data s heet
8 2. Manufacture r
9 3. Nominal pipe diameter
IO 4. Standard dimen s io n ratio (SDR)
11 5. Cell classification
12 6. Laying lengths
13 B . Certificates
14 I. Furnish an affidavit certifying th a t all PVC Gravity Pipe meets the provisions of
15 this Secti o n a nd ha s been air and deflec ti o n te s ted a nd m eet s th e requirements of
16 ASTM D3034 and ASTM F67 9.
17 1.7 CLOSEOUT SUBMITTALS !NO'f USED]
18 1.8 MAINTENANCE MA TERJAL SUBMI'fT ALS !NOT USED)
19 1.9 QUALITY ASSURANCE
20 A . Qualifications
21 I. Manufacturers
22 a . Finished pipe s hall be the product of 1 manufacturer for eac h size per proj ect ,
23 unless otherwi s e approved by the City .
24 I) Change o rd e r s, s pecia ls, and fi e ld changes may be provided by a differe nt
25 manufacture r upon City approval.
26 b. Pipe manufacturing opera ti o ns shall be pe rfo rmed under the contro l of the
27 manufacturer .
28 c . All pipe furni s hed s ha ll be in conformance with ASTM 03034 ( 4-inch through
29 15-inch) and ASTM F679 ( 18-inch through 27-inch).
30 1.10 DELIVERY, STORAGE , AND HANDLING
31 A. Storage and Handlin g Require m e nts
32 I. Gravity pipe shall be s t o red a nd handl e d in accordance with the manufacturer's
33 guidelines.
34 2. Secure and mainta in a locati o n to store the material in accordance with Section
35 01600.
36 B . Do not string pipe unless it is spec ifically called for in the Drawin gs.
37 1. Only the pipe a nd fittings th a t will be in stalled durin g a si n g le work day will be
38 allowed to be s to re d within the barricaded work a rea.
C ITY OF FORT WORTH
STANDARD CONS TR UCT ION SP ECIFICATION DOCUMENTS
Revi se d [04 /0 1/20 11)
[N o 11h Ho ll y WTP Pump Stati on Di sc harge Pip e Rep lace men t)
[Capital Project No . 163 1)
3 3 3 1 20-3
PO LYVINY L C HL O RIDE (PVC) GRAV ITY SAN ITARY S EWER PTP E
Page 3 o f 5
1.11 FIELD [SITE] CONDITIONS [NOT U SE D)
2 1.12 WARRANTY [NOT USED]
3 PART2-PRODUCTS
4 2.1 OWNER-FURNISHED l oR ] OWNER-SUPPLI EDPRODUC TS [N OT USED]
5 2.2 EQUIPMENT, PRODUCT TYPE S AND M AT ERI A LS
6 A . Manufacturers
7 1 . Only th e ma nu fac ture rs as li s ted in th e C ity 's S tan d a rd P ro duct s Li st.
8 a . The m a nu fac ture r mu s t compl y w ith thi s S peci fi cati o n an d re lat e d Secti o n s .
9 2 . Any product that is n o t li s te d on th e S ta nd a rd P ro du c t s Li s t is con s id e re d a
1 O s ubstituti o n a nd s ha ll b e su bj ect to a pprova l by th e City a n d/or E n g in eer.
I 1 B . P e rform a n ce / De s ig n C r ite ri a
12 1 . Pipe
13 a. Meet all r e quire m e nts o f TCEQ .
14 b . Des ig n in a c cord a n ce w ith A S TM 0 3 0 34 fo r 4 -in c h t h rou g h 15-i n c h S DR 3 5/26
15 and ASTM F6 79 fo r 18 -in c h throu g h 2 7 -in c h 46P S/l J 5 PS .
I 6 c . PVC Grav ity Sanitary Sewer Pipe s h a ll b e a p proved by th e U L.
17 d. A ss um e a s ta n da rd lay le n gth o f 14 feet a nd 20 feet exce pt fo r s pec ial fittin gs o r
18 cl o sure pi eces n e c essary to comply with th e Draw in gs .
19 e. U s e g reen c ol o rin g fo r ground id e ntifi ca t io n as sa ni tary sewer pipe.
2 0 f. PV C m eeting th e re quire me nt s o f A ST M D 1784, w ith a ce ll c lass ifi cat io n of
2 1 12454orl 2364
22 g. D e fl ecti o n D es ig n :
23 I) Bas e p i pe d es ig n o n pip e s ti ffn ess , so il sti ffn ess, a nd load o n th e pipe .
24 2 ) D es ig n pipe acc o rdin g to th e M o difi e d l owa For m ul a as d eta il e d by th e
25 U ni-B e ll PVC Pipe Associ ati o n in th e H a n dbook of PV C Pipe , u s in g th e
26 fo ll ow in g paramet e rs:
2 7 a) U nit W e ig ht of Fill (w) = 13 0 po und s pe r c u bic foot
2 8 b) L iv e Load = AA SHTO H S 2 0
29 c) Tre n c h D e pth = 12 feet minimum , o r as indi ca te d in Draw in gs
30 d ) M ax imum (E ') = 1,000 m ax
3 1 e ) D e fl ec ti o n L ag Fact o r (DL) = 1.0
32 t) B e dd in g Facto r co n s t a nt (K ) = 0 .1
33 g) M ean ra dius o f th e pipe (r), in c h es , as indi cate d in Drawin gs
34 h) M a rs to n 's load pe r unit le n gth (W ), po und s pe r in c h , c a lculat e p e r
35 Draw in gs
36 i) PV C m o dulu s o f e lasti c ity (E) = 400 ,0 0 0 p s i
37 j) M o m e nt of in e rti a o f pipe w all pe r u nit le n gt h ,(])= t3/l 2, (in4/i n), p e r
3 8 pipe ty p e a nd s ize
39 (I ) Wh e re (t ) = pip e thickn ess, inches
4 0 k) M ax imum Ca lcul a te d D e fl ecti o n = 5 p ercent
4 I h . Pipe Fl o ta ti o n : If th e pi pe is buri e d in comm o n sa tura te d soil (a b o ut 12 0 po unds
42 pe r c ubi c foo t) w ith a t least I Yi pipe di a m et e rs of cove r, p ip e is gene ra ll y n o t
43 s ubj ec t to fl o ta ti o n . If s ha ll owe r, c h ec k ground wate r fl o t ati o n p o te nti a l.
44 Fl o ta ti o n w ill occ ur if:
C IT Y OF FOR T W O RTH
ST AND ARD C ONSTRU CT ION SP EC IF ICAT ION DOCUMEN TS
R ev ise d [04 /0 1/20 1 I)
[Nort h Ho ll y WTP Pump Stat io n Di scharg e Pipe Rep lace m ent]
[Capi tal Project No. 163 1 J
2
3
4
5
6
7
8
9
JO
I I
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
3 I
32
33 31 20 -4
POLYVINYL CHLORIDE (PV C) GRA VIT Y SAN ITA RY SEWER PIP E
Where : Fb = bu oyant force , pound per foot
WP= empty pipe wei ght , pound per foot
Wr = weight of flood ed so il , pound per foot
W d = weight of dry soil , pound per foot
Page 4 of 5
Value s and formulas for the above variables can be obtained from the pipe
manufacturer and site specific soil conditions.
1. Verify trench depths after existing uti Ii ties are located.
J . Accommoda te vertica l ali gnment changes required because of exis tin g utility or
other conflicts by an appropr iate change in pipe design depth.
k . In no case sha ll pipe be installed deeper than its design a ll ows.
2 . Minimum pipe stiffness of 46 psi at 5 percent deflection whe n test in accordance
with ASTM D24 J 2 .
3 . Pipe markings
a. Meet the minimum requirements of ASTM 03034 and ASTM F679.
b . Minimum pipe markings shal l be as follows:
I) Manufacturer's Name or Trademark and production record
2) Nomina l pipe size
3) PVC cell c la ssificatio n
4) ASTM or Standard Dimension Ratio (SDR) designation
5) Sea l of testing agency th at verified the suitabi lit y of the pipe
4 . Joints
a . Joints shall be gasket , bell and spigot , push-on type confo rmin g to
ASTM 03212 .
b . S in ce each pipe manufacturer has a different design for push-on joints; gaskets
shall be part of a complete pipe section and purchased as such .
5 . C onnection s
a . Only use manufactured fittings .
b. See Sec ti on 33 31 50.
33 2.3 ACCESSORIES [NOT USED]
34 2.4 SOURCE QUALITY CONTROL INOT USED]
35 PART 3 -EXECUTION
36 3.1 INSTALLERS !NOT USED]
37 3.2 EXAMINATION !NOT USED]
38 3.3 PREPARATION !NOT USED]
39 3.4 INSTALLATION
40 A . Ge neral
4 I I . In stal l pipe , s pecials , and appurtenances as s pecified herein , as specified in Section
42 33 05 I 0, a nd in acc o rdance with the pipe manufacturer's recommendations.
CITY OF FO RT WORTH
ST AND ARD CONS TR UCT ION SPEC IFI CATI ON DOCU M EN T S
Revise d 104 /01/20 11]
[No rth Ho ll y WT P Pump Stati on Di sclrnr ge Pipe Re pl acement)
I Ca pital Proj ec t No . 163 1 J
33 3 1 20 -5
PO LYV INYL CHLORIDE (PVC ) GRAV ITY SAN ITARY SE WE R PrP E
Pag e 5 of 5
1 2. L ay pipe to t he lines a nd gra d es as indi ca ted in th e D rawi ngs.
2 3. Excava te and B ac kfi ll T re nc hes in accord an ce w ith Sec t io n 33 0 5 l 0 .
3 4. Emb ed PVC P ipe in acco rd ance w ith Sect io n 33 0 5 10.
4 8 . Pip e Handlin g
5 I. Hau l and dis tr ibu t e pi pe a nd fittin gs at th e project si te.
6 2. Ha ndl e pipi n g wi th ca re to avo id d a mage .
7 a. In spec t eac h j o in t of pip e, a nd rej ec t o r re pa ir a ny d a m ag ed pip e pri o r to
8 lowe rin g int o th e tre nch .
9 b . Use o nl y ny lo n ro pes , s lin gs, o r oth e r liftin g devi ces th a t wi ll n ot d am age th e
10 s ur face o f th e pipe fo r handlin g th e pi pe.
11 3 . At th e close of eac h o peratin g d ay:
12 a . K ee p th e p ip e c lea n and fr ee o f de bri s , dirt , anim a ls, and tra s h -durin g a nd
13 afte r th e lay in g o pera t io n .
14 b . Effec ti ve ly sea l th e o pe n e nd o f th e pip e us in g a gas ke ted ni ght ca p .
15 C. Pip e Joint In sta ll ati o n
16 a. C lea n d irt and fo re ig n mate ri a l fr o m th e gas keted soc ket and th e s pi go t e nd .
17 b. Asse mbl e pip e j o int by s lidin g th e lubri ca ted s pi go t e nd int o the gaske te d be ll
18 end to th e refe ren ce mark .
19 c. In sta ll s uc h th at id e ntifi ca ti o n m a rkin g o n each j oi nt are ori e nt e d up ward toward
20 th e tren c h o penin g.
21 d . Wh e n ma kin g co nn ec ti o n t o m a nh o le , use a n e las to meric sea l, or flexible b oot
22 to fac ilit ate a sea l.
23 3.5 REPAIR I RESTORATJON [NOT USED]
24 3.6 RE-INSTALLATION [N OT USED)
25 3.7 FIELD IOR) SITE QUALITY CONTROL [NOT USED]
26 3.8 SYSTEM STARTUP [N OT USED]
27 3.9 ADJUSTING [NOT U SE D)
28 3.10 CLEANING [N OT US ED)
29 3.11 CLOSEOUT ACTIVITIES [NOT USED]
30 3.12 PROTECTION [NOT USED)
3 1 3.13 MAINTENANCE [NOT USED)
32 3.14 ATTACHMENTS [NOT USED)
33 END OF SECTION
R ev is io n Log
DAT E NA ME SU MM ARY OF CHANGE
34
(20 10 J AN 06)
C IT Y O F FORT WORTH
STA N DARD CON STRUCT ION SPECIFICAT ION DOCUMENTS
Revise d 104 /0 1/20 11]
[No rt h Holl y WTP Pump Stati on Discharge Pipe Replace men t]
[Capi tal Proj ec t No. 163 1]
33 39 IO -I
CAST-IN-PLACE CONCRETE MANHOLE
Page I of 4
I SECTION 33 39 10
2 CAST-JN-PLACE CONCRETE MANHOLE
3 PARTl-GENERAL
4 l.l SUMMARY
5 A. Section Includes
6 I . Sanitary Sewer Cast-in-Place Concrete Manholes
7 B. Deviations from this City of Fort Worth Standard Specification
8 I.
9 2.
10 C. StandardDetails
11 I. SAN-003 Standard 4' Diameter Manhole
12 2. SAN-004 Shallow Manhole
13 3 . SAN-005 Modified 4 ' Diameter Drop Access Manhole
14 4. SAN-009 Manhole, Frame, Cover, Grade Rings and Concrete Collar
15 D. Related Specification Sections include but are not necessarily limited to:
16 I. Section 03 30 00 -Cast-In-Place Concrete
17 2. Section 03 80 00 -Modifications to Existing Concrete
18 3. Section 33 05 I 3 -Frame, Cover, and Grade Rings
19 1.2 PRICE AND PAYMENT PROCEDURES !NOT USED]
20 1.3 REFERENCES
2 1 A. Definiti o n s
22 I. Manhole Type
23 a. Standard Manhole (See Detail SAN-003)
24 I) Greater than 4 feet deep up to 6 feet deep
25 b . Shallow Manhole (See Detail SAN-004)
26 I) Le ss than 4 feet deep with formed invert for sewer pipe diameters smaller
27 than 39-inch
2 8 2. Manhole Size
29 a. 4 foot diameter
30 I) Used with pipe ranging from 8-inch to I 5-inch
31 b . 5 foot diameter
32 I) Used with pipe ranging from 18-inch to 36-inch
33 2) See specific manhole design on Drawings for pipes large r than 36-inch.
34 B. Reference Standards
35 I . Reference s tandards cited in this Specification refer to the current reference
36 s tandard publi shed at the time of the latest revision date logged at the end of thi s
37 Specification, unless a date is specifically cited .
38 2. ASTM International (ASTM):
C ITY OF FORT WORTH
STANDARD CONSTR UCT ION SPECIF ICATION DOCUMENTS
Revised [04 /0 1/2 011]
INonh H o ll y WTP Pump Stati o n Di sc har ge P ipe Replacement]
[Capital Project No . 1631]
33 39 10 -2
CAS T-I N-P LACE CO NCRE TE MAN HOLE
Pa ge 2 o f 4
I a . D 4 258 , Standard Practice for Surface Cleaning Concrete for Coating.
2 b. D 4 259 , Stand ard Practice for Abrading Concrete.
3 1.4 ADMINISTRATIVE REQUIREMENTS (NOT USED)
4 1.5 SUBMITT ALS
S A. Submittal s s ha ll be in acco rdance with Section O 1300 .
6 B. All s ubmittals shall be approved by the Engineer or the City prior to delivery.
7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
8 A. Product D ata
9 I . Drop connection materials
10 2 . Pipe connections at manhole walls
I I 3 . Stubs and stub plugs
12 4 . Admi~ures
13 5 . C o ncrete Mix Design
14 1.7 CLOSEOUT SUBMITTALS [NOT USED)
15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
16 1.9 QUALITY ASSURANCE [NOT USED]
17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
18 1.11 FIELD [SITE) CONDITIONS [NOT USED]
19 1.12 WARRANTY !NOT USED]
2 0 PART 2 -PRODUCTS
21 2.1 OWNER-FURNISHED loR) OWNER-SUPPLIEDPRODUCTS !NOT USED)
22 2.2 EQUIPMENT, PRODUCT TYPES, MATERJALS
23 A. Manufacturers
24 1. Only the manufacturers as listed on the City 's Standard Products List.
25 a . The manufacturer must comply with this Specification and related Sectio ns.
26 2. Any product that is not listed on the Standard Products List is considered a
27 substitution and shall be subject to approval by the City and/or Engineer.
2 8 8 . Materials
· 29 1. Concrete -Confonn to Section 03 30 00.
30 2. Frame a nd Cover -Conform to Section 33 05 13 .
3 1 3. Grade Ring -Conform to Section 33 05 13 .
32 4 . Pipe Connections
33 a. Pipe connections can be premolded pipe adapter, flexible locked-in boot
34 adapter, or integrally cast g a sket channel and gasket.
35 5 . E xt e ri o r Coating
C ITY OF FORT WOR TH
STANDARD CONSTRUCTION SPEC IF ICAT ION DOCUMEN TS
Rev ise d [04/0 1/20 11]
[Nort h Holl y WT P Pum p Stat ion Disc harge Pi pe Re pl ace men t]
[Ca pital Proj ec t No . 163 1)
33 3910-3
CAST-IN -PL ACE C ONCRETE MA N HO LE
Page 3 o f 4
I
2
3
a. Use Coal Tar Bitumastic for below grade damp proofing . Dry film thickness
s hall be no less thanl2 mils and no greater than 30 mils. Solids content is 68
percent by volume ± 2 percent.
4 2.3 ACCESSORIES [NOT USED]
5 2.4 SOURCE QUALITY CONTROL [NOT USED]
6 PART 3 -EXECUTION
7 3.1 INST ALLERS [NOT USED)
8 3.2 EXAMINATION
9 A . Evaluation and Assessment
JO 1. Verify lin es and grades are in accordance to the Drawings.
I I 3.3 PREPARATION
12 A . Foundation Preparation
I 3 1. Excavate 8 inches below manhole foundation.
14 2 . Replace excavated soil with course aggregate, creating a stable base for the
I 5 manhole construction .
16 a. If soi I conditions or ground water prevent use of course aggregate base a 2-in ch
I 7 mud slab may be substituted.
18 3.4 INSTALLATION
19 A . Manhole
2 0 I . Con struct manhole to dimensions shown on Drawings.
2 I 2 . Cast manhole foundation and wall monolithically . A cold joint with water stop is
22 al lowe d when the manhole depth exceeds 12 feet.
23 a . No other joints are allowed unless shown on Drawings.
24 3 . Place, finish , and cure concrete according to Section 03 30 00 .
25 a. Manholes must cure 3 days before backfilling around structure.
26 B . Pipe· connection at Manhole
27 1. Do not construct joints of sewer pipe within wa ll sections of manhole.
2 8 C. Invert
29 I. Con struct invert channels to provide a smooth watenvay with no disruption of flow
30 at pipe-manhole connection s .
31 2. For direction changes of mains, construct channe ls tangent to mains with maximum
32 poss ible radius of curvature .
33 a . Provide curves for side inlets.
34 3. Sewer pipe may be laid through the manhole and the top Yi of the pipe removed to
35 facilitate manhole construction.
36 4 . For all standard manholes provide full depth invert . For example, if 8-inch pipe is
37 connected to manhole, construct the invert to full 8 inches in depth .
38 D. Drop Manhole Connection
C IT Y OF FO RT WORT II
ST AN D A RD C ONSTR UCTION SPECIFI CAT ION DOCU M EN T S
Revi sed 104 /0 1/20 11]
[N o rth H o lly WTP Pump Stati o n Disc harge Pip e Replacem ent)
l Capita l Proj ect No . 163 1 J
33 39 I O - 4
CAST-IN-PLACE CONCRETE MANHOLE
Page 4 o f 4
1. In stall drop connection when sewer line enters manhole higher than 24 inches
2 above the in ve rt.
3 E . Final Rim E levati o n
4 1. In stall concrete gra d e rin gs for he ight adjustment.
5 a. Construct grade rin g o n load bearing shoulder o f manhole.
6 b. Use sealant between rings as shown on Drawin gs.
7 2 . Set frame on top of manhole or grade rin gs u s ing continuous water sea lan t.
8 3 . Remove debris , stones , and dirt to ensure a watertight seal.
9 4. Do not use steel shims, wood, stones, or other un s pecified material to obtain the
IO final surface elevation of the manhole frame .
1 I F. Externa l coating
12 I. Remove di1i , dust, oi l an d other contami nants that could int e rfe re with ad hesion of
13 the coating.
14 2 . Cure for 3 days before backfillin g around structure .
J 5 3. Coat the sa me d a te the forms a r e removed .
J 6 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259 .
J 7 5. Application will follow manufacturer's recommendation .
18 3.5 REPAIR/RESTORATION jNOTUSED)
19 3.6 RE-INSTALLATION !NOT USED)
20 3.7 FIELD QUALITY CONTROL !NOT USED)
21 3.8 SYSTEM STARTUP !NOT USED]
22 3.9 ADJ1JSTING INOT USED]
23 3.10 CLEANING INOT USED]
24 3.11 CLOSEOUT ACTIVITIES INOT USED)
25 3.12 PROTECTION INOT USED)
26 3.13 MAINTENANCE INOT USED)
27 3.14 ATTACHMENTS INOT USED] END OF SECTION
28
Revision Log
DAT E NAME
[20 IO JAN 06)
C ITY OF FORT WORTH
STAN DARD CONSTRUCTION SPEC IFICA T ION DO CU ME NTS
Revi se d [04 /0 1/20 11)
SUMMARY OF CHANGE
[Nor th ll o ll y WTP Pump Stat ion Discharge Pip e Rep lacemen t]
[Capi tal Project No. 1631 J
33 39 20 - I
PRECAST CONCRETE MAN HO LE
Pag e I o f 5
SECTION 33 39 20
2 PRECAST CONCRETE MANHOLE
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A . Section Includes:
6 I . Sanitary Sewer Precast Concrete Manholes
7 B. Deviations from this City of Fort Worth Standard Specification
8 I.
9 2.
10 C. Standard Details
I I 1. SAN-003 Standard 4 ' Diameter Manhole
12 2. SAN-004 Shallow Manhole
I 3 3. SAN-005 Modified 4' Diameter Drop Access Manh o le
14 4. SAN-009 Manhole Frame, Cover, Grade Rings and Concrete Collar
I 5 D . Related Specification Sections includ e, but are not necessarily limited to :
I 6 I. Section 03 30 00 -Cast-in-Place Concrete
17 2. Section 33 05 13 -Frame, Cover, and Grade Rin gs
I 8 3 . Section 33 39 60 -Epoxy Liners for Sanitary Sewer Structures
19 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
20 1.3 REFERENCES
21 A. Definitions
22 I. Manhole Type
23 a . Standard Manhole (See Detail SAN-003)
24 I) Greater than 4 feet d ee p up to 6 feet deep
25 b . Shallow Manhole (See Detail SAN-004)
26 1) Less than four 4 deep with formed invert for sewer pipe diameters s maller
27 than 39-inch
28 2. Manhole Size
29 a . 4 foot diameter
30 I) Used with pipe ranging from 8-inch to 15 -inch
3 I b . 5 foot diameter
32 I) Used with pipe ranging from 18-inch to 36-inch
33 2) See specific manhole des ign on Drawings for pipes la rg e r than 36-inch.
34 B. Reference Standard s
35 1. Reference standards cited in this Specification refer to the current reference
36 standard published at th e tim e of the late st revision date logged at the e nd of thi s
37 Specification, unles s a date is spec ificall y c ited .
38 2. ASTM Intern a ti ona l (ASTM):
CfTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS
Rev ised [04 /0 1/20 11]
fN o nh Ho ll y WTP Pump Stati o n Di scharge Pipe Replacement]
!Ca pita l Project o . 163 I]
33 3920 -2
PRECAS T CONCRET E MANHOLE
Pa ge 2 of 5
a. C4 78 , Standard Specification for Precast Reinforce d Concrete Manhole
2 Secti o n s .
3 b . C923, Standard Specification for R esi li en t Connectors Between Reinforced
4 Con c rete Manholes Structures, Pip es , an d Laterals.
5 1.4 ADMINISTRATIVE REQUIREMENTS INOT USED)
6 1.5 SUBMITT ALS
7 A. Submittals shall b e in a cco rdance with Section O 1300.
8 B. All s ubmitt a ls shall be approved by the Engineer o r the City prior to delivery.
9 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS
JO A. Product Da ta
I I 1. Precast Concre te Manhole
12 2 . Drop connection mate rials
I 3 3. Pipe connections at manh o le wa lls
I 4 4 . Stubs a nd stub plugs
15 5 . Admixtures
16 6 . Concrete Mix Design
17 1.7 CLOSEOUT SUBMITTALS [NOT USED]
18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
19 1.9 QUALITY ASSURANCE [NOT USED)
2 0 1.10 DELIVERY , STORAGE, AND HANDLING INOT USED)
2 1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
22 1.12 WARRANTY
2 3 A. Manufacture r Warranty
24 1. Manufacturer 's Warranty shall be in accordance with Di vis ion I .
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.
30 a . The manufacturer mu s t comply with thi s Specification and related Section s.
3 I 2. Any product th at is no t li sted o n the Standard Products Li st is considered a
32 s ub stituti o n and shall be s ubj ec t to approval by the City a nd /or Engineer.
33 B . Materials
34 1. Conc re te -Conform to Section 03 30 00.
35 2. Precast J o ints -Co nfonn to ASTM C478
C IT Y OF FORT WORTH
STAN DARD CONS TR UCT ION SPEC IF ICAT ION DOCUMENTS
Re ,·ise d !04 /01 /20 11)
[No rth Ho ll y WTP Pump Stati on Di sc harge Pipe Replacement)
l Ca pita l Project No . 163 1 J
33 39 20 -3
PRECAST CON C RETE MA NHOL E
I
2
3
Pag e 3 of S
3 . P recast Secti on s
a. Prov ide be ll -an d-s p igot d es ig n in corp orat in g a pre m o ld e d j o int sea lin g
com po und for wastewate r use .
b . C lea n be ll spigot , a nd gas ke t s, lubri cate, a nd j o in .
c . Mi n im ize number of segment s.
d . Use longjo ints at th e bo ttom a nd s h o rt e r j oi nts t oward th e to p .
4
5
6
7
8
e . Incl ude m a nufac tures s ta mp o n each secti o n . Exc lude fl at top uppe r sectio n
unl ess s pec ifi ca ll y s hown on th e Draw in gs or a pprove d by C ity In s pect or.
9 4. L iftin g Dev ices
IO
11
12
13
a . Ma nh o le secti on s a nd con es m ay be fu rni s he d wi th lift lu gs o r lift h o les.
I ) If lift lu gs are p rov id e d , pl ace 180 degrees a pa rt .
2) If lift ho les are prov id e d , pl ace 180 d egrees a pa rt a nd grout durin g m a nh o le
ins ta ll ati on.
14
15
16
17
18
5 . Fram e a nd Cover -Confo rm to Secti o n 3 3 0 5 13.
6 . Grade R ing-Conform t o Se cti o n 3 3 0 5 13 a nd A STM C 478 .
7 . Pipe Conn ect io ns
a. Utili ze e ith er a n integrally cast e mbe dd e d pipe c o nn e ct o r , o r a boot-ty p e
conn ecto r in sta ll e d in a c ircul a r bl ock out o pen in g con fo rmin g t o ASTM C923 .
19
20
8. S te p s
a . No st eps are a ll owed .
9. Ext e ri or Coatin g 2 1
22
23
24
a . Use Coa l Tar B itum as tic for be low grad e d a mp proo fin g . Dry film thi c kn ess
s h a ll be no less th a n 12 mil s a nd n o g reate r th a n 3 0 mil s. S o lid s cont e nt is 6 8
pe rcent by vo lum e± 2 pe rcent.
25 2.3 ACCESSORJ ES !NOT US ED]
2 6 2.4 SOURCE QUALITY CONTROL INOT USED]
27 PART 3 -EXECUTION
2 8 3 .1 INSTALLERS !NOT US ED]
29 3.2 EXAMINATION
30 A. Eva lu a ti o n a nd Assess m e nt
3 1 I . V e ri fy lin es a nd gra d es a re in ac c o rd a nc e to th e Drawi n gs .
32 3.3 PREPARATION
33 A . Fo und a ti o n Preparati o n
34 I . Excavate 8 in c hes be low m a nh o le fo und ati o n .
35 2 . R ep lace excava te d so il w ith co urse agg re ga te ; c reatin g a sta bl e base fo r m a nh o le
36 con stru c ti o n .
37 a. If so il cond iti o n s o r g round w a ter prevent use o f course aggregat e b ase a 2 -in c h
38 mud s la b may be s u bstitute d .
39 3.4 INSTALLATION
40 A . M a nh o le
C ITY OF FORT WOR TH
STA NDA RD CONST RUC TI ON SPEC IFICA TI ON DOCU MEN TS
Re vi se d [04/0 1/20 11 J
[No nh Holl y WTP Pump Stati on Di scharge Pipe Repla ce ment]
[Cap it al Project No . 16 3 1)
2
3
4
5
6
7
8
9
10
11
12
13
14
15
1. Construct manhole to dimensions shown o n Drawings .
2. Precast Sections
33 39 20 - 4
PRE CAS T CONCR ET E MAN HOLE
Pag e 4 o f 5
a. Provide bell-and-spigot design incorporating a premolded joint sealing
c o mpound for wastewater use.
b. Clean bell spigot, and gaskets, lubricate and join .
c . Minimize number of segments .
d. Use longjoints used at the bottom and shorter joints toward the top .
B. Invert
I . 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. For example, if 8-inch pipe in
connected to manhole construct the invert to full 8 inches in depth.
16 C. Drop Manhole Connection
17 1. Install drop connection when sewer line enters manhole higher than 24 inches
18 above the invert.
19 D. Final Rim Elevation
20
21
22
2 3
24
25
26
27
28
29
30
31
I. Install concrete grade rings for height adjustment.
a. Construct grade ring on load bearing shoulder of manhole.
b . Use sealant between rings as shown on Drawings.
2 . Set frame on top of manhole or grade rings using continuous water sealant.
3 . Remove debris, stones, and dirt to ensure a watertight seal.
4 . Do not use steel shims, wood, stones, or other unspecified material to obtain the
final surface elevation of the manhole frame.
E . External coating
l. 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.
C IT Y OF FOR T WOR TH
ST AN D A RD CONS TR UCT ION SPEC IFI CA TI ON DOCUMENT S
Re vi sed j 04i 0 1/20 1 I ]
[Nor th Ho ll y WTP Pump Stat io n Di sc harge Pi pe Re pl ac em ent ]
!Capit al Projec t No . 163 1 J
2
3
4
5
6
7
8
9
10
I I
12
13
3.5 REPAIR/ RESTORATION [NOT USED]
3.6 RE-INST ALLA Tl ON [NOT USED]
3.7 FIELD QUALITY CONTROL (NOT USED]
3.8 SYSTEM STARTUP (NOT USED]
3 .9 ADJlJSTING [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
33 39 20 -5
PR ECAST CONC RETE MANHOLE
Page 5 o f 5
DATE NAME SUMMARY OF CHANGE
[20 IO JAN 06)
C ITY OF FORT WORTH
STA N DARD CONSTRUCT ION SPEC IFI CAT ION DOCU M ENTS
Revi se d [04 /0 I /20 I I l
[North Ho ll y WTP Pump St ati o n Disc h arge Pipe Replace ment]
!Capi tal Project No. 163 1]
34 7 1 13 -l
TRAFFIC CONTROL
Page l of 4
SECTION 34 71 13
2 TRAFFIC CONTROL
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes
6 1. Installation of traffic control devices .
7 2. Preparation of traffic control plans .
8 B. Deviations from City of Fort Worth Standards
9 1.2 PRICE AND PAYMENT PROCEDURES (NOT USED]
IO 1.3 REFERENCES
11 A. Abbreviations and Acronyms
12 B. Definitions
13 C. Reference Standards
14 I . Reference standards cited in this specification refer to the current reference standard
15 published at the time of the latest revision date logged at th e end of this
16 s pecification , unless a date is specifically cited.
17 2. Texas Manual on Unifonn Traffic Control Devices (TMUTCD).
18 3 . Item 502 , Barricades, Signs, and Traffic Handling of the Texas Depa rtment of
19 Transpo rtation , Standard Specifications for Construction and Maintenance of
20 Highways, Streets, and Bridges .
21 1.4 ADMINISTRATIVE REQUIREMENTS
22 A. Coordination
23 I. Contact Traffic Services Divi s ion (817-392-7738) a minimum of 4 8 hours pri o r to
24 implementing traffic control within 500 feet of a traffic s igna l.
25 B . Sequencing
26 I . Any deviations to the traffic control plan included in th e plans must be fir st
27 approved by the City and design Engineer before implementation .
28 1.5 SUBMITT ALS
29 A . Provide the City with a current list of qualified flagger s before beginnin g fl aggi ng
30 activities. Use only flaggers on the qualified list.
31 B. Obtain a Street Use Permit from the Street Management Section of the Traffic
32 Engineering Division, 311 W . I 0 1
h Street. The traffic control pl a n (TCP) for the project
33 s hall be as detailed on the Traffic Control Pl a n Detail sheets of th e pl a n se t. A copy o f
34 this Traffic Control Plan shall be submit1ed with the Street Use Permit.
35 C. Traffic control plans shall be signed and sealed by a licensed Texas Profess io nal
36 Engineer.
C ITY O F FORT WORTH
STANDARD CONSTRUCTJON SPECIF ICATION DOCUMENTS
Revised l 04 /0 l /20 I I]
[North Holly WTP Pump Stat ion Discharge Pi pe Replace ment]
[ Capital Project No . 163 I]
34 71 13 • 2
TRAFFIC CONTROL
Page 2 of 4
D. Contractor s hall prepare traffic control plans if required by the plans o r s pecifications .
2 The Contractor will be re spon sib le for hav ing a licensed Texas Professional Engineer
3 sign and seal the traffic control plan s heets.
4 E. Contractor respon sib le for having a licen se d Texas Professiona l E n g ineer s ig n and sea l
5 changes to the traffic control plan(s) developed by th e Desi g n Engineer.
6 F. Design Engineer wi ll furnish standard details for traffic control.
7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS !NOT USED]
8 1.7 CLOSEOUT SUBMITTALS !NOT USED]
9 1.8 MAINTENANCE MATERIAL SUBMITTALS !NOT USED]
10 1.9 QUALITY ASSURANCE !NOT USED]
11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
12 1.11 FIELD [SITE] CONDITIONS [NOT USED]
13 1.12 WARRANTY [NOT USED]
14 PART 2 -PRODUCTS
I 5 2.1 OWNER-FURNISHED foR) OWNER-SUPPLIED PRODUCTS [NOT USED)
I 6 2.2 ASSEMBLIES AND MATERIALS
I 7 A. Description
I 8 I. Regulatory Requirements
I 9 a. Provide traffic control devices that conform to detai Is s hown o n the plans, the
20 TMUTCD, and TxDOT's Compliant Work Zone Traffic Control Device List
21 (CWZTCDL).
22 2. Materials
23 a. Traffic contro l devices must meet a ll reflectivity require ments included in the
24 TMUTCD and TxDOT Specificat ions -Item 502 at all tim es durin g
25 construction.
26 b. E lectronic message boards sha f I be provided in accordance with the TMUTCD
27 2.3 ACCESSORIES [NOT USED)
28 2.4 SOURCE QUALITY CONTROL !NOT USED]
29 PART 3 -EXECUTION
30 3.1 EXAMINATION !NOT USED]
3 I 3.2 PREPARATION
32 A. Protection of In-Place Conditions
33 I . Protect existing traffic signal equipment.
CITY OF FORT WORT H
STA NDARD CONSTRUCTION SPEC I FICAT ION DOCUMENTS
Revi sed [04 i0 I /20 I I]
[Nort h Ho ll y WTP Pump S1a1i on Discha rge Pi pe Replacement]
JC apilal Pr ojec l No. 163 1]
34 7 1 13 -3
TRAFFI C CO NT RO L
Page 3 o f 4
3.3 INSTALLATION
2 A. Follow the traffic control plan (TCP) a nd install traffic control devices as s h own on the
3 plans and as directed. In stall traffic control d evices s trai gh t and plumb . D o n ot m ake
4 c hanges t o the locati on of any device o r impl e m en t any other changes to th e t raffic
5 control plan without th e approva l of the Engineer. Minor adjustment s to meet fi e ld
6 constructability and visibility are a ll owed .
7 B . Maintain traffic control devices by t a kin g corrective ac ti o n as s oon as po ss ible .
8 Corrective action in c lud es but is not limite d to cleaning, replacing, st raight eni n g ,
9 covering, or re m oving devices. Maintain the d ev ic es such tha t th ey are p rope rl y
IO positioned, s p a ced , a nd legib le , a nd that re trore fl ective characteristics meet
11 requirements durin g darkness a nd ra in.
12 C. If the In s pector discovers th a t the Contractor has failed to comply w ith applicable federal
13 a nd state laws (by failing to furn is h the n ece ssary fl agmen , warning devices, barrica d es ,
14 1 ights , s ign s, or other precau ti o nary measures for th e protection of person s o r property), the
15 Inspecto r may o rd e r such addi ti onal precaution ary measures be taken to protect persons
16 a nd property.
17 D . Subject to the approval of th e Jn s pe c tor, portion s of this proj ec t, w hich are n o t affected by
18 or in conflict with the proposed method of handlin g traffic o r utility a dju stm e nts, can be
19 constructed durin g any ph ase.
20 E. Barricades a nd signs s ha ll be pl aced in s uch a ma nner as to not int erfere wi th th e s ight
21 di s ta nce of drive rs e nt erin g the highway from dri veways o r s id e street s . To faci litate
22 s hiftin g, barrica de s a nd s ig ns used in lane clos ures o r traffic staging may be erected a nd
23 mounted o n portable support s . T he design of th ese s uppo rt s are s ubj ect to the approval of
24 the engineer.
25 F. Lane closures s hall be in accordance with the approved traffic contro l plans .
26 G. If at any time th e existin g traffic s ig n a ls become inoperable as a result of con s tructi o n
27 o perati o ns , the Contractor s h a ll prov ide portable sto p s ign s with two ora n ge fla gs, as
28 approved by the engineer, to be used for traffic control.
29 H . F la ggers
30 I . Provide a Con t rac tor re presentat ive who has been certified as a flagging instructor
31 throu g h courses o ffere d by th e Texas Engineering Ex ten s io n Serv ice, the American
32 Traffic Safety Services Associati o n , the Nati o nal Safety Co un c il , o r o th e r approved
33 organizations. Prov id e the ce rtificate indi ca tin g course completion when re qu este d .
34 This repre sent a ti ve is responsible for trainin g a nd ass urin g th a t a ll fla gge rs a re
35 qu a lifi e d to pe rform flagging duties.
36 2. A qu a lified fla gger mu s t be independ e ntl y certified by o ne o f th e o rgani zati o n s
37 li st e d above o r trai n ed by the Contractor's certified fla gg in g in stru c to r.
38 3 . Flaggers mu s t be cou11eous a nd able to effectively communicate with the public.
39 4. When direc tin g traffic , fl agge rs mus t u se standard attire, fl ags, s ig n s , and s ig nal s
40 a nd follow the fl aggi n g proce dures s et fo11h in th e TMUTCD.
41
42
43
44
5 . Provide and m a int ain fl agge rs at such points and for s uch periods of time as m ay be
required to provid e for th e safety and convenience of public travel a nd Contract o r 's
personnel , and as s h own o n the plan s or as directe d by the En g in ee r. Th ese fla gger s
s hall be locate d a t each end o f the la ne closure.
C IT Y OF FORT WO RTH
STA N DARD CON ST RUCT ION SP EC IFICATION DO CU MENTS
Rev ise d [04/0 1/2 0 11]
fN orth Holl y WTP Pump Stati on Di sc har ge Pipe Re placem ent]
[Cap it al Pr ojec t No . 163 1]
I. Removal
347113-4
TRAFFIC CON TROL
Pa ge 4 o f4
2 a. Upon completion of work, remove from the jobsite all barricades, signs, cones,
3 lights, and other traffic control devices in a tim e ly manner used for work-zone
4 traffic handlin g, unless otherwise s hown o n the plan s .
5 3.4 !REPAIR] / [RESTO RA TJON] [NOT USED]
6 3.5 RE-INST ALLA TJON [NOT USED)
7 3.6 FIELD loR] SITE QUALITY CONTROL [NOT USED]
8 3.7 SYSTEM STARTUP [NOT USED)
9 3.8 ADJUSTING [NOT USED]
IO 3.9 CLEANING [NOT USED]
11 3.10 CLOSEOUT ACTIVITIES [NOT USED]
12 3.11 PROTECTION [NOT USED]
13 3.12 MAINTENANCE [NOT USED]
14 3.13 ATTACHMENTS [NOT USED]
15 END OF SECTION
16
Revision Log
DATE NAME SUMMARY OF CHANGE
17
[2010 JAN 06)
C ITY O F FORT WO RTH
STAN DARD CONS TR UC TIO N SPEC IFI CA TI ON DOCUMENTS
Rev ise d [04 /0 I /20 I I]
[North Ho ll y WTP Pump Stati on Di scharge Pipe Replacem ent]
[Ca pital Pr~ject No. 163 1]
Appendix A
Geotechnical Report
GEOTECHNICAL ENGINEERING SERVICES
DISCHARGE HEADER REPLACEMENT
NORTH HOLLY HIGH SERVICE PUMP STATION
FORT WORTH, TEXAS
Presented To:
Kimley-Horn and Associates, Inc.
January 2011
PROJECT NO . 103-10-113
C.MJ ENGINEERING, INC.
January 28 , 2011
Report No 103-10-1 13
Kimley-Horn and Associates, Inc
801 Cherry Street , Suite 950, Unit 11
Fort Worth , Texas 76102
Attn : Mr John R Atk ins. P E
Dear Mr Atkins :
GEOTECHNICAL ENGINEERING SERVICES
DISCHARGE HEADER REPLACEMENT
NORTH HOLLY HIGH SERVICE PUMP STATION
FORT WORTH, TEXAS
7636 Pebble Drive
Fort Wo rth, Texas 7 6118
www.cmjeng:c .com
Submitted here are the results of a geotechnical engineering study for the referenced project
This study was performed in general accordance with our Proposal No . 10 -3276 dated August
26 , 2010 The geotechnical services were authorized on December 8, 201 O v ia Kimley-Horn
and Asso c iates, Inc Order Number 061018077 -01
Engineering analyses and recommendations are contained in the text section of the report
Results of our field and laboratory services are included in the appendix of the report We would
appreciate the opportunity to be considered for providing the construction consultation services
during the construct ion phase of this project
We apprecia te the opportunity to be of service to Kimley-Horn and Assoc iates, Inc Please
contact us if you have any questions or if we may be of further service at this time
cop ie s su bm itt ed : (3} Mr John R Atk ins . P E ; K im le y-H orn a nd A ssoci at es. Inc
Pbonr (81 7 )284-94 00 Fu (817) 589-9993 Meuo (81 7) 589-9992
TABLE OF CONTENTS
1 0 INTRODUCTION------·--------------------------
2 0 FIELD EXPLORATION AND LABORATORY TEST ING-------
3 0 SUBSURFACE CONDITIONS -------------------
Page
1
2
·----4
4 0 FOUNDATION RECOMMENDATIONS ---------------6
5 0 EXPANSIVE SOIL CONSIDERATIONS -------------------13
6 0 RETAINING WALL RECOMMENDATIONS -----------14
7 0 OPEN CUT, SLOPED AND BRACED EXCAVATIONS -----------------------16
8 .0 SEISMIC CONSIDERATIONS
9 0 EARTHWORK ------------------------
·----17
--17
10 0 CONSTRUCTION OBSERVATIONS---------------------------21
11 0 REPORT CLOSURE-----------------------------------------21
APPENDIX A
Plate
Plan of Borings ----------------A 1
Unified So il Classification System--------------------------A2
Key to Cl assification and Symbols ------------------------------A 3
Logs of Borings -------------------------------------A4 -A 10
Free Swell Test Results -------------------------------------------------------A 11
1.0 INTRODUCTION
1.1 Project Description
The project site is located at the existing North Holly Pump Station in Fort Worth , Texas. The
project, as currently planned , consists of replac ing the exist ing pump station discharge headers
and access tunnel with a new concrete pipe gallery . A new op e n-t rench setup , housing the new
piping , will incorporate a below-grade slab/mat foundation situated on the order of 10 feet below
existing grade. A deep foundation system will also be necessary for select structures . In addition ,
two 36-inch high pressure lines will be replaced to the south and east of the pump house _ The
project vicinity and boring locations are illustrated on Plate A. 1, Plan of Borings
1 .2 Purpose and Scope
The purpose of this geotechnical engineering study has been to detennine the general subsurface
condit ions , evaluate the engineering characteristics of the subsurface materials encountered , and
develop recommendations for the type or types of foundat ions suitable for the project
To accomplish its intended purposes, the study has been conducted in the following phases : (1)
dri!!ing sample borings !o determine the ge nera! subsurface conditions and to obtain samples for
te sting ; (2) performing laboratory tests on appropriate samples to determine pertinent engineering
properties of the subsurface materials; and (3) performing engineering analyses , us ing the field
and laboratory data to develop geotechnical recommendat ions for the proposed construction
The design is currently in progress and the locations and/or elevations of the structure could
change Once the final design is near completion (BO-percent to 90-percent stage), it is
recommended that CMJ Engineering , Inc be retained to rev iew tho se portions of the construction
documents pertaining to the geotechnical recommendat ions , as a means to determine that our
recommendations have been interpreted as intended
1 .3 Report Format
The text of the report is contained in Se ctions 1 through 11 All plates and large tables are
contained in Appendix A _ The alpha -numeric plate and table numbers ident ify the appendix in
which they appear Small tables of less than one page in length may appear in the body of the text
and are numbered according to th e se ction in which they occur
Report No 10 3-10-11 3 C MJ EN G I NEER ING . I N C
Units used in the report are based on the English system and may include tons per square foot
(tsf), kips (1 kip = 1,000 pounds). kips per square foot (ksf), pounds per square foot (psf), pounds
per cubic foot (pcf), and pou nds per square inc h (psi)
2.0 FIELD EXPLORATION AND LABORATORY TESTING
2.1 Field Exploration
Subsurface materials at the project site were explored by seven (7) vertical soil borings . The
borings were drilled using hollow-stem or continuous flight augers at the approximate locations
shown on the Plan of Borings , Plate A.1 . Boring B-2 was not drilled due to underground utility
conflicts . The boring logs are included on Plates A.4 through A 10 and keys to classifications and
symbols used on the logs are provided on Plates A2 and A 3.
Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled
(Shelby) tube samplers at the locations shown on the logs of borings . The Shelby tube sampler
consists of a thin -w alled steel tube with a sharp cutting edge connected to a head equipped with a
ball valve threaded for rod connection . The tube is pushed into the soil by the hydraulic pulldown
of the drilling rig . The soil specimens were extruded from the tube in the field, logged, tested for
consistency with a hand penetrometer, sealed , and packaged to limit loss of moisture.
The consistency of cohesive soil samples was evaluated in the field using a calibrated hand
penetrometer. In this test a O 25-inch diameter piston is pushed into the relatively undisturbed
sample at a constant rate to a depth of 025 inch The results of these tests, in tsf. are tabulated at
respective sample depths on the logs When the capacity of the penetrometer is exceeded, the
value is tabulated as 4 5+
To evaluate the relative dens it y and consistency of the harder formations, a modified version of the
Texas Cone Penetration test was performed at selected locations Texas Department of
Transportation (TxDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a
170-pound hammer freely falling 24 inches . This results in 340 foot-pounds of energy for each
blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches This
results in 350 foot-pounds of energy for each hammer blow In relatively soft materials, the
penetrometer cone is driven 1 foot and the number of blows required for each 6 -inch penetration is
tabulated at respected test depths . as blows per 6 inches on the log In hard materials (rock or
Repo rt No 103-10-11 3 CMJ ENGlNEERING, l .'iC
2
rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for
the first and second 50 blows, a total of 100 blows The penetration for the total 100 blows is
recorded at the respective test ing depths on the boring logs .
Continuous, relatively undisturbed samples were obtained at selected intervals with a nominal 3-inch
I D. barrel sampler which operates inside the hollow-stem augers during drilling .
Continuous coring was performed at selected intervals in rock and rock-like materials using an tfvV
(formerly NX) size , double-tube core barrel . This core barrel produces a nominal 2-inch diameter core
sample . The core recovery and Rock Quality Designation (RQD) in percent are included in the
appropriate column on the logs of borings The recovered percent is presented first for each core run
and the RQD percent is presented immediately beside the recovered percent, in the adjacent column .
Ground-water observations during and after completion of the borings are shown on the upper right
of the boring log Upon completion of the borings, the boreholes were backfilled with soil cuttings ,
plugged by hand tamping, and capped with asphalt patching where applicable
2.2 Laboratory Testing
Laboratory soil tests were performed on selected representative samples recovered from the
borings In addition to the classification tests (liquid limits, plastic limits, and percent passing the
No . 200 sieve), moisture content, unit weight , and unconfined compressive strength tests were
performed Results of the laboratory classification tests, moisture content , unit weight, and
unconfined compressive strength tests conducted for this project are included on the bor ing logs
Three swell tests were performed on specimens from selected samples of the clays . These tests
were performed to help in evaluating the swell potential of soils in the area of the proposed
structures The results of the swell tests are presented on Plate A.11
The above laboratory tests were performed in general accordance with applicab le ASTM
procedures, or generally accepted practice
Repo rt No 10 3-10-11 3 CMJ ENG I N EE RING, l NC
3
3.0SUBSURFACE CONDITIONS
3.1 Site Geology
According to the Dallas Sheet of the Geologic At la s of Texas , the project site is geologically
located in the Al luv ia l Terrace deposits overly in g the soils and rock of the Fort Worth and Duck
Creek (undiv ided) geological formation of the Lower Cretaceous Age . The alluvi a l and terrace
deposits are generally a mixture of fine-grained and coarse materials, which are typically layered
with grain sizes increasing with depth . At the surf ace the clay port ions of these deposits can be
moderately to highly active . Groundwater is typically present in these deposits , especia lly in the
proximity of a river or creek .
The Fort Worth Limestone consists of limestone and clay, with the limestone portions typ ica lly
being relatively hard . This formation typically weathers to form relatively shallow deposits of active
clay soils . The Duck Creek Formation cons ists of limestone with some shaly portions This
format ion typically weathers to form relatively deep active clay soils .
3.2 Soil Conditions
Specific types and depths of subsurface strata encountered at the boring locations are shown on
the boring logs i n Appendix A The genera lized subsurface stratigraphy encountered in the borings
are discussed below . Note that depths on the borings refer to the depth from the ex isting grade or
ground surface present at the time of the investigation, and the boundaries between the various
soil types are approximate
Aspha lt paveme.nt was encountered at the surface in Boring B-5 and was 5 inches in thickness .
Borings B-1, B-3 , B-4, 8-6, and B-7 encountered approximately 2 to 10 feet of fill co nsi sti ng of
clays, sandy clays and clays often containing grave l. Select portions of fill also cont ai ned br ick
fragments, asphalt fragments, and sand
Natural so ils encountered consisted of various dark brown, brown, light brown, reddish brown, light
gray, gray, and dark gray sandy clays, silty clays , clayey sands, shaly clays, and clays . The clays
are generally stiff to hard (soil basis) in cons istency with pocket penetrometer readings of 1 5 to
over 4 5 tsf The various soils had tested Liquid Limits (LL) of 24 to 64 w ith Plasticity Indic es (Pl) of
6 to 42. and are class ified as SC , CL and CH by the uses T es ted dry unit we ig ht va lue s were 90
Report No 103-10-113 C MJ ENG INEFRING . I NC
to 123 pcf and unconfined compressive strength test values were 1,120 to 10,000 psf Select
strength tests reflect more granular materials or soils containing appreciable amounts of gravel .
Gray shale was next present in Boring B-1 at 23 feet The gray shale contains limestone seams
and is soft (rock basis), with a Texas Cone Penetration (THD) test value of 93 blows for 11 inches
of penetrat io n
Gray limestone was next encountered in Borings B-1, B-3, and B-4 at depths of 23 to 31 feet.
Shale seams and layers up to 1 foot in thickness were present within the gray limesto ne A layer
of gray shale was also present within the gray limestone in Boring B-4 from 26 feet to 32 fee t The
gray limestone was hard (sedimentary rock bas is) with Texas Cone Penetrometer (THO) values of
1 to 11/.. inches per 100 blows .
Rock qual ity designation (RO D) measurements of recovered core samples range from 14 to 42
percent, with an average RDQ value less than 50 percent, indicating poor to fair rock quality, or
generally highly fractured in-situ rock Laboratory testing of gray limestone samples in unconfined
compression testing resulted in strength values varying from 245,700 to 795,000 psf These
values are considered moderate to high strength values from the viewpoint of rock strength .
Unconfined compression testing of tl1e gray shale strata and layers was not possible due io their
highly shaly and brittle structure
The Atte rbe rg Limits tests indicate the clays encountered at this site are generally moderately
active to highly active with respect to moisture induced volume changes Act ive clays can
experience volume changes (expansion or contraction) with fluctuations in their moisture con tent.
3.3 Ground-Water Observations
T he borings were drill ed using continuous hollow stem and continuous flight augers in order to
observe ground-water seepage during drilling Ground-water seepage was encountered during
drilling in Borings B-1, B-3 throu gh B-6 and B-8 at depths of 8 to 23 feet below existing grade Wet
rotary drilling methods were util iz ed in Borings B-1, B-3, and 8-4 below depths of 25 to 35 feet
Therefore, accurate water level readings were not possible in these borings Water levels of 10 to
18 feet were measured in Borings B-5, B-6, and B-8 at drilling completion Boring B-7 was dry
during drilling and at completion of drilling operations .
Re port No 103-10-113 CM) E;-,.;G L'\'EH!IN G, ]NC
5
Tab le 3 .3-1 summarizes observed wat er le v e l da ta f or t he b oring s Whil e it is no t possible t o
accu rat ely predict the magnitude of s ubs urfa ce wate r fl u ctuatio n th at might oc cu r based upon
th es e s hort-te rm o bservat ions , it s hou ld b e re cogn ize d tha t ground -wa ter condi ti ons w ill va ry wi th
flu ct u atio ns i n rainfall Seepage near th e ob se rv e d leve ls sh oul d be an tic ipat ed th ro ughou t th e
year.
TABLE 3.3-1
Ground-Water Observations
Boring Seepage During Water at
No. Drilllng (ft .) Completion (ft.)
B-1 23 N/A
B-3 16 N/A
B-4 18 N/A
B-5 10 10
B-6 18 18
B-7 Dry Dry
B-8 8 12Y2
Fluctuations of the ground-water level c an occur due to sea s onal v a ri at ions in the amou nt of
rainfall; site topography and runoff; hydraulic condu ctivity of soil st rata; an d ot he r fac tor s not
evident at the time the borings were pe rformed . T he poss ibil ity o f g roun d-wa te r leve l flu ctu at ions
s hou ld be cons ider ed when developing the de s ig n a nd cons tru ction plans fo r the pr oj e ct
4 .0FOUNDATION RECOMMENDATIONS
4 .1 General Foundation Considerations
T wo indepe ndent design criter ia mus t be sat is fied in the sele ctio n of t h e typ e of found ation to
s upport th e propos ed structures . Fir st , t h e ulti ma te beari ng cap ac ity , re du ce d by a s uffici e nt factor
of sa fety , must not be ex ce eded by the bea rin g pre ss ure tr ansfer red to th e f o und ati on soils
S econd , due to consolidation or expansion of the unde rlying so i ls d u r ing the op e rat ing life of the
st r uct ure , total an d differential v e rtic a l movemen ts mu st be wi th in to !e r ab le li m its The
re commended foundation alternatives fo r th e propos ed structures are di sc u s sed be low
T he m o ist ure induce d volum e cha ng es assoc iate d wi th the mo dera te ly act iv e to hi g hly ac tiv e cla ys
indicate tha t s ha llow or ne a r s urface foot ings cou ld be s ubj ect to differentia l movemen ts of a
po tentia ll y de tr ime nt al m agnit ude The most posi t ive fo u ndation sys tem fo r the pro po s e d
struct u res wo uld be si tu ate d in na tu ra l so ils or rock below th e zone o f most sig n if ica nt seas on a l
R epo rt No 103-10-113 CM) E:si G I N HRI NG, I NC
6
moisture variations and below the existing fills . A deep foundation system transferring column
loads to a suitable bearing stratum is considered the most positive foundation system Deep
foundations at this site may consist of straight drilled reinforced concrete shafts penetrating the
gray limestone with shale seams and layers and/o r gray shale with lime ston e sea ms
Consideration can be given to a mat foundation system for the pipe gallery open-t rench struc ture if
movement can be tolerated and the slab is designed to tolerate potential movements due to
moisture induced volume changes in the surficial soils without inducing unacceptable distress in
the foundation or structural elements The key to the success of slab performance incl udes
obtaining the proper design parameters for design, designing the slab for the representative
movements anticipated, and construction and post-construction techniques to reduce the
possibility of undue movements . Expansive soils will neither heave nor shrink unless the actual
moisture content of the soil changes . Therefore, mainta ining as constant a moisture content aside
and below slab foundations becomes of paramount importance to reduct ion of soi l movements
Foundation recommendations for the various sections are provided in the follow ing sect ion s
4.2 Straight Shaft Design Parameters
4 .2 .1 De sign Criteria
Recommendations and parameters for the design of cast-in-place straight-shaft drilled piers are
outl ined below Specific recommendations for the construction a nd in stallation of the st ra igh t
drilled piers a re included below, and shall be fol lowed during construction
Bearing Stratum Unweathered gray LIMESTONE with shale seams
AND/OR gray SHALE with limestone seams
Depth of Be ar ing Stratum : Appro xima tely 23 to 31 feet below exist ing grades
Required Penetration/Depth: All piers should penetrate into the bear ing stratum a
minimum of 3 feet Deeper penetrations may be
requ ired to develop addit ional s kin fri ction and/or uplift
resistance
Allowable End Bearing Capac ity: 20,000 psf
Allow a ble Skin Friction: Appl icable below temporary casing; 1,800 psf for
compre ssive loads and 1,000 psf for tensi le loa ds
The gray sha le is variable in its presence ov e r this site The gray shale is significantly weake r than
the gray limestone and therefore governs the design parameters
R eport No 103 -10-11 3 C M) E:-I GINEER ING, ]'\IC
7
The maximum ratio of overall shaft length to shaft diameter is 20: 1 The above values contain a
safety factor of three (3) Penetrations greater than the minimum penetration may be required to
develop addit ional skin friction and/or uplift resistance
For lateral shaft resistance , an allowable passive resi stance of 4 ,000 psf may be considered in the
unweathered gray limestone and/or gray shale An allowable passive resistance of 1,000 psf may
be considered in the overlying soils Lateral shaft resistance should not be considered within the
upper 10 feet
It should be anticipated that ground-water seepage above the bearing stratum will be encountered
during installation of the straight shafts and temporary casing will be required for proper
installation . In order to develop full load carrying capacity in skin friction, adjacent shafts should
have a minimum center-to-center spacing of 3 times the diameter of the larger shaft . Closer
spacing may require some reductions in skin friction and/or changes in installation sequences
Closely spaced shafts should be examined on a case-by -case basis As a general guide, the
design skin friction will vary linearly from the full value at a spacing of 3 diameters to 50 percent of
the design value at 1.0 diameter
We recommend a minimum pier diameter of i8 inches . Settlements for properly installed and
constructed straight shafts in the gray limestone and/or gray shale will be primarily elastic and are
estimated to be one inch or less with differential settlements of less than one-hatf an inch
4 .2 .2 Soil Induced Uplift Loads
The drilled shafts could experience tens ile loads as a res ult of post construction heave in the site
soils . The magnitude of these loads varies with the shaft diameter , soil parameters, and
particu larly the in-situ moisture levels at the time of construction For design purposes , an uplift
load of 1,500 psf over a shaft length of 10 feet is estimated This load must be resisted by the
dead load on the shaft , continuous vertical reinforc ing steel in the shaft , and a shaft adhesion
developed within the bearing strata In order to aid in the structural design of the reinforcement,
minimum reinforcing should be equal to O 5 percent of the shaft area
4.2.3 Drifled Shaft Con struction Considerations
Drilled p ie r construction should be monitored by a representative of the geotechnical engineer to
observe , among other things , the following items :
Report No 103-10-11 3 CMJ ENG !NEFRIN G . l NC
8
• Identification of bearing material
• Adequate penetration of the shaft excavation into the bearing layer
• The base and sides of the shaft excavation are clean of loose cuttings
• If seepage is encountered, whether it is of sufficient amount to require the use of temporary
steel casing If casing is needed it is important that the field representative observe that a
high head of plastic concrete is maintained within the casing at all times during their
extraction to prevent the inflow of water
Precautions should be taken during the placement of re inforcing steel and concrete to prevent
loose, excavated soil from falling into the excavation . Concrete should be placed as soon as
practical after completion of the drilling, cleaning, and observation . Excavation for a drilled pier
should be filled with concrete before the end of the workday , or sooner if required to prevent
deterioration of the bearing material Prolonged exposure or inundation of the bearing surface with
water will result in changes in strength and compressibility characteristics . If delays occur, the
drilled pier excavation should be deepened as necessary and cleaned , in order to provide a fresh
bearing surface.
Excavations for the shafts should be maintained in the dry . It should be anticipated that ground-
water seepage will be encountered during installation of the straight shafts and that seepage rates
and/or caving will be sufficient to require the use of temporary casing for installation of the straight
shafts The casing should be seated below the zone of seepage with all water and most loose
material removed prior to beginning the design penetration Care must then be taken that a
sufficient head of plastic concrete is maintained within the cas ing during extraction
The concrete sh·ould have a slump of 6 inches plus or minus 1 inch The concrete should be
placed in a manner to prevent the concrete from striking the reinforcing cage or the sides of the
excavation . Concrete should be tremied to the bottom of the excavation to control the maximum
free fall of the plastic concrete to less than 10 feet , or focus concrete in the middle of the
reinforcing cage to prevent segregation
A drilling rig of sufficient size and weight will be necessary for drill ing and/or coring through the
hard layers to reach the desired bearing stratum and achieve the requ ired penetration . In addition
to the above guidelines , the specifications from the A ssocia tion of Drilled Shaft Contractors Inc
"Standards and Specifications for the Foundation Drilling Indu stry " as Revised 1999 or other
Report N o . 103-10-113 C MJ ENGINHRING . lN C.
9
recognized spec ific ati ons for proper install at ion of drilled shaft foundation systems should be
followed .
4 .2.4 Grade Beams
In conjunction with a drilled shaft foundation system , grade beams should be supported by the
drilled shafts . A min imum 8-inch void space should be provided beneath all grade beams to
prevent contact w ith the swell ing clay soils This void w ill serve to minimize distress resulting from
swell pressures generated by the clays .
Grade beams may be cast on cardboard carton forms or formed above grade If cardboard carton
forms are used, care should be taken to not crush the carton forms, or allow the carton forms to
become wet prior to or during concrete placement operations A soil retainer or trapezoidal void
forms should be provided to help prevent in-filling of this void .
Backfill against the exterior face of grade beams or panels should be properly compacted on-site
clays Compaction should be a minimum of 93 percent of ASTM D 698, at a minimum of 2
percentage points above the opt imum moisture content detenmined by that test. This clay f ill is
intended to reduce s urface water infi ltration beneath the structures
4 .3 Stiffened and Thickened Slab-On-Grade (Pipe Gallery)
4 .3.1 Design Con siderations and Potential Movements
A s tiffened monol it h ica lly pl aced s lab -on-grade foundation used at this site must be designed to
tolerate potential movem ents due to moisture induced volume changes in the soils expected to be
encountered at fin ished grade Finished grade for the pipe gallery structure is understood to be on
the order of 1 O feet below existing grade or greater Cons ideration should be given to the
installation of pressure rel ief valves or drains to prevent the structure from "floating" due to perched
wa ter W ater s hould be modeled at ground level for buoyancy considerations
The foundation should be designed by a structural engineer familiar with stiffened mats subject to
diffe rential movement Foundation movements are ant icipated due to post construct ion heave of
th e underlying so ils or as a res ult of settlement A monolithic, slab on-grade will be subject to
movement as a resu lt of moisture induced volume changes in the moderately active to highly
ac tive cla y s The clay s ex pa nd (hea ve) with increases i n mois ture and contract (sh ri nk) with
Repo r1 No 103-10-113 C MJ ENG l :-IHR I NG, }NC
10
decreases in moisture . The move ment typ ically occurs as post construction heave The potential
magn itude of the moi sture induced mov ements is rather indeterminate It is influenced by the soil
properties. overburden pressures, and to a great ext ent by soil moisture levels at the time of
construction The greatest potential for post -construc ti on movement occurs when the soils are in a
dry condition at the time of construction . Based on the conditions encountered in the borings,
potential moisture induc ed movements for slabs s ituated ne ar present existing grade are estimated
to be on the order of 3 inches for soils in a dry cond ition with no structure load applied . Moisture
induced movements for slabs situated approximately 10 feet below existing grade are estimated to
be on the order of 1~ inches .
~ Design Criteria
Design parameters are presented below in Table 4 3 2 .1 for Potential Vertical Rise (PVR) for slabs
situated on the order of 10 feet below existing grade The PVR values presented below are for two
different conditions: 1) pad site with no subgrade preparation with dry moisture condit ions; 2) a pad
with subgrade preparation consisting of a minimum of 1 foot of non-expansive select fill over a
minimum of 2 fe et of mo isture conditioned soils as described below in Section 4 .3 3 Moisture
conditioning is recommended to be achieved by mechanically reworking the clays The use of
these methods will not el imin ate th e risk of unacceptab le movements
TABLE 4.3.2-1 -SLAB DESIGN PARAMETERS
Subgrade Preparation PVR
(in.)
No subgrade preparation, dry moisture condition 1~
1' non-ex pan si ve select fill over 2' moisture 1 condit ioned so ils
Beams may be designed based o n an allowable so il bearing pressure of 2. 0 ksf within the soils
T he beams should extend at leas t 12 inches into compacted fill or natural soils The beam depth is
given in regard to bear ing ca paci ty , and is not int e nd ed to be a structural recommendation . A
modulus of subgrade rea c tio n of 75 pci is appropr iate for a mat foundation situa ted on native so ils
w ith no subgrade preparation A modulus of subgrade reaction of 100 pci is appropriate for a mat
foundation supported by a minimum of 1 foot of non-ex pansive select fill The a bove de sign v a lu es
conta in a factor of safety of thr ee (3)
Re po rt No 103-10 -113 C MJ E~GfNHR ING, I NC
1;
If slab stiffness is not sufficient to res ist the ground movements, these movements can cause
cracking of the slab and differential movements The PVR values presented above are applicable
only when s ite moisture conditions are controlled by the climate alone on a well graded site (ie no
imprope r drainage , water leaks or free water sources) Under these conditions, moisture increases
within the supporting soils and the resulting differential foundation movements are much lower than
differential movements that can occur due to post-construction movements due to localized
saturat ion caused by free water sources near or beneath the structures . Such movements from
these unusual sources can result in greater differential movements than the slab was designed to
tolerate . Soil movements, significantly larger than estimated, could occur due to inadequate site
grading, poor drainage, ponding of rainfall, and/or leaking pipelines
The performance of a slab foundation can be significantly influenced by landscaping maintenance,
recessed landscaping additions near the structure; water line leaks, any other free water sources,
and deep-rooted trees and shrubs . For example, should leaks develop in underground water or
sewer lines or the grades around the structure are changed and cause ponding of water,
unacceptable slab movements could develop A greater risk of unsatisfactory foundation
performance exists with a slab-on-grade design than for a drilled shaft design extending below the
zone of seasonal mo isture change
The ke y to the success of this foundation is proper design/construction . and providing control of the
below-slab water. Providing excellent drainage away from the structure, preventing ponding water
aside the structure, and using relatively impermeable backfill to prevent water intru s ion v ia utility
line backf ill enhance the slab performance
4 .3 .3 Mechanical Re working of Near-Surface Clays with 1 ' Select Fill Cap
In general. the procedure is performed as follows:
1 . Remove all existing pavements, surface vegetat ion , trees and associated root mats, organic
topsoil and any other deleterious material .
2 Excavate surficial clays to a minimum of 2 .5 ieet below finished subgrade eievation. Scarify
the exposed clay subgrade at the base of the excavation, to a depth of 8 inches, adjust the
moisture, and compact at a minimum of 2 percentage points above optimum moisture to
between 93 and 98 percent of Standard Proctor density (ASTM D 698) Over-compaction
should not be allowed
3 Fill pad to 1 foot below finished subgrade elevation using site excavated or similar clay soils
Compact in maximum 9-inch loose li fts at a min imum of 2 percentage points above optimum
moisture to between 93 and 98 percent of St andard Proctor density (ASTM D 698) Over-
compaction shou ld not be allowed
R eport N o 103-10-113 CMJ ENGINEERING. ]NC
1 2
4 . Complete pad fill using a minimum of 1 foot of sandy clay/clayey sand , non-expansive select fill
with a Liquid Limit less than 35 and a Plasticity Index (Pl) between 4 and 16. The select fill
should be compacted in maximum 9-inch loose lifts at -2 to +3 percentage points of the soil's
optimum moisture content at a minimum of 95 percent of Standard Proctor density (ASTM D
698) The select fill should be placed within 48 hours of completing the installation of the
moisture conditioned soils. Any crushed stone/rock used to replace the select fill must meet
the requirements of TxDOT Item 247 , Type A, Grades 1 or 2
5.0EXPANSIVE SOIL CONSIDERATIONS
5.1 Site Drainage
An important feature of the project is to provide positive drainage away from the proposed
structures If water is permitted to stand next to or below the structure, excessive soil movements
(heave) can occur. This could result in differential floor slab or foundation movement.
A well-designed site drainage plan is of utmost importance and surface drainage should be
provided during construction and maintained throughout the life of the structure . Consideration
should be given to the design and location of gutter downspouts, planting areas , or other features
which would produce moisture concentration adjacent to or beneath the structure or paving
Consideration should be given to the use of self-contained, watertight planters Joints next to the
structure should be sealed with a flexible joint sealer to prevent infiltration of surface water Proper
maintenance should include periodic inspection for open joints and cracks and resealing as
necessary.
Rainwater collected by the gutter system should be transported by pipe to a storm drain or to a
paved area If ~ownspouts discharge next to the structure onto flatwork or paved areas , the area
should be watertight in order to eliminate infiltration next to the buildings.
5.2 Additional Design Considerations
The following information has been assimilated after examination of numerous projects constructed
in active soils throughout the area It is presented here for your convenience If these features are
incorporated in the overall design of the project, the performance of the structures should be
improved
• Special consideration should be given to complet ion items outsid e th e build ing areas .
such as stairs , sidewalks, signs , etc They should be adequately designed to susta in the
potential vertical movements mentioned in the report
Re p o rt No 103-10-11 3 C MJ E~C l"NEER l"NG l NC
13
• Roof drainage should be collected by a system of gutters and downspouts and
transmitted away from the structures where the water can drain away without entering the
building subgrade
• Sidewalks should not be structurally connected to any buildings . They should be sloped
away from the buildings so t hat water will drain away from the structures.
• The paving and the general ground surface should be sloped away from the buildings on
all sides so that water will always drain away from the structures Water should not be
allowed to pond near the buildin gs after a slab has been placed .
• Every attempt should be made to limit the extreme wetting or drying of the subsurface
soils since swelling and shrinkage will result. Standard construction practices of providing
good surface water drainage should be used A positive slope of the ground away from
foundations should be provided to carry off the run -off water both during and after
construction.
• Backfill for utility lines or along the perimeter beams should consist of on -site material so
that they will be stable . If the backfill is too dense or too dry, swelling may form a mound
along the ditch line . If the backfill is too loose or too wet , settlement may form a sink along
the ditch line . Either case is undesirable since several inches of movement is possible
and floor cracks are likely to result The soils should be processed using the previously
discussed compaction criteria .
6.0 RETAINING WALL RECOMMENDATIONS
6 .1 Permanent Retaining Walls
6.1 .1 General
Retaining walls associated with the pipe gallery are anticipated to be double formed The type of
construction affects the lateral earth pressures acting on the retaining walls . Design parameters
are provided below for double formed walls The retaining walls are assumed to be incorporated
into the associated structure and will be supported by the previously recommended foundation
systems , as appropriate
6.1 .2 Double Formed Wall
Recommended lateral earth pressures, expressed as equivalent fluid pressures . are presented
below for a rigid double formed wall w ith a dra i ned condition and a leve l backfill behind the top of
the wall. The equivalent fluid pressure for an undrained condition should be used if a drainage
system is not present to rem ove water trapped in the backfill and behind the wall and for the pipe
gallery structure Pressures are provid ed for an at-rest and active earth pressure conditions In
Repo rt No 103-10-11 3 CMJ F.NC l.'J EE RJN C I NC
14
order to allow for an active condition the top of the wall(s) must deflect on the order of 04 percent.
Active earth pressures are not considered appropriate for rigid structure walls, particularly those
assoc iated with the building
For the select fill or free draining granular backfill these values assume that a "full " wedge of the
material is present behind the wall The wedge is defined where the wall backfill limits extend
outward at least 2 feet from the base of the wall and then upward on a 1 H:2V slope For narrower
backfill widths of granular or select fill soils , the equivalent fluid pressures for the on-site soils
should be used
Surcharge loads must be included in the wall design where appropriate, as previously discussed .
Piping and electrical conduits through the fill should be designed for potential soil loading due to fill
settlement
TABLE 6.1.2-1 -EQUIVALENT FLUID PRESSURES
At-Rest Equivalent Active Equivalent Passive Equivalent
Backfill Material
Fluid Pressure (pcf) Fluid Pressure (pct) Fluid Pressure (pct)
Drained Undrained Drained Undrained Drained Undrained
Excavated on-site clay 100 110 85 100 175 150 or clay fill materi al
Sel ect fill or on -site
soils meeting material 65 90 50 85 300 210
specifications
Free draining granular 50 90 35 80 500 330 wall backfill material
Granular Wall Backfill : All free draining granular wall backfill material should be a crushed stone,
sand/gravel mixture, or sand/crushed stone mixture The material should have less than 3 percent
passing the No . 200 sieve and less than 30 percent passing the No 40 sieve . The minus No 40
sieve material should be non-plastic Granular wall backfill should not be water jetted during
installation
Select Fill Behind Walls: All wall select backfill should consist of clayey sand and/or sandy clay
material with a plasticity index of 16 or less, with a liquid limit not exceeding 35 The select fill
should be placed in maximum eight inch lifts and compacted to between 95 and 100 percent of
Standard Proctor density (ASTM D 698) within a moisture range of -3 to +3 percentage points of
Repo rt No 103-10-113 CMJ E NG IN EE RfNG 1 NC
15
the optimum moisture Compaction within five feet of the walls should be accomplished using
hand compaction equipment and should be compacted between 90 and 95 percent of the Standard
Proctor Density
On -Site Soil Backfill : For wall backfill areas with site-excavated materials, or sim ilar imported
materials all oversized fragments larger than four inches in maximum dimension should be
removed from the backfill materials prior to placement. The backfill should be free of all organic
and deleterious materials, and should be placed in maximum 8 inch compacted lifts at a minimum
of 95 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus
three (3) percent of optimum moisture Compaction within five feet of the walls should be
accomplished using hand compaction equipment, and should be between 90 and 95 percent of the
Standard Proctor Density
6.2 Wall Backfill Settlement
Settlement of the wall backfill should be anticipated . Piping and conduits through the fill should be
designed for potential soil loading due to fill settlement. Floor slabs, sidewalls, and pavements
over fills may also settle Backfill compacted to the density recommended above is anticipated to
settle on the order of O 2 to 0.5 percent of the fill thickness .
6.3 Wall Drainage
Drained conditions must incorporate drainage behind the retaining wall to prevent the development
of hydrostatic pressures For double formed walls a perimeter drain should be prov ided . The
bottom of the drain should be situated a minimum of 12 inches lower than the adjacent below
grade floor slab The perimeter drain should be a perforated or slotted drain with a minimum pipe
diameter of 4 inches and be wrapped in filter fabric for protection against infiltration Accessible
clean-outs should be provided
7.0 OPEN CUT, SLOPED AND BRACED EXCAVATIONS
7.1 General
The overburden soils can be excavated by conventional methods including the use of large
backhoes , bulldozers. track or wheel loaders and scrappers. Groundwater could be encountered
Report No 103-10-11 3 C MJ EN G JN H RI N G. l NC
16
in the overburden soils, particu l arly if construction proceeds during wet periods of the year. This
water can generally be handled during construction by perimeter ditches and pumping
Exposed subgrades will deteriorate rapidly due to both dry ing and wetting conditions Ramps in
the clay soils will become slick during w et weather and affec t rub ber tired equipment
7.2 Open Cut
The soils present in the excavation are subj ect to caving and sloughing and must be sloped or
braced in the interest of safety If sufficient space is ava ilable to provide a stable slope , an open
cut can be used . For excavations less than 5 feet into predom i nately clayey soils, walls may be cut
near vertical in accordance with OSHA regulations All other excavations at this site will require
sloped sidewalls, temporary bracing , or trench shields in accordance with OSHA regulations , in
order to prevent sidewall and/or slope sloughing . Excavated soils should not be stockpiled and/or
existing structures should not be within 3 feet or one-ha lf the depth of the excavation , whichever is
greater, from the edge of the excavation
7.3 Retained Cut
Temporary retention syst em s could be required due to proximity of the existing structures and
paving and where there is insufficient clearance to lay back the slopes . Various types of retention
systems can be considered. Typ ically , the most app li cab le systems are cantilevered shafts or
soldier piles with wood lagging These are usuall y designed and construct e d by sp ecial ty
contractors .
8.0 SEISMIC CONSIDERATIONS
Based on the conditions encountered in the borings for the above referenced project the IBC-2006
site classification is TYPE C for seism ic evaluation .
9.0 EARTHWORK
9.1 Site Preparation
The subgrade should be firm and able to support the construc ti on equ ipment without displacement
Soft or yielding subgrade should be corrected and made stable before construction proceeds The
Report No 103-10-11 3 CM) EN C IN H RI NC, I NC
1 7
subgrade should be proof rolled to detect soft spots , which if exist, should be excavated to provide
a firm and otherwise su itable subgrade Proof rolling should be performed using a heavy
pneumatic tired roller , loaded dump truck , or sim ilar piece of equipment The proof rolling
operations should be observed by the project geotechnical engineer or his/her representat ive
9.2 Placement and Compaction
Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness . The
uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring
hand-operated power compactors or small self-propelled compactors . The fill material should be
uniform with respect to material type and moisture content. Clods and chunks of material should
be broken down and the fill material mixed by disking, blading, or plowing, as necessary , so that a
material of uniform moisture and density is obtained for each lift. Water required for sprinkling to
bring the fill material to the proper moisture content should be applied evenly through each layer
The on -site soils are suitable for use in site grading . Imported fill material should be clean soil with
a Liquid Limit less than 55 and no rock greater than 4 inches in maximum dimension The fill
materials should be free of vegetation and debris .
The fill material should be compacted to a density ranging from 95 to 100 percent of maximum dry
density as determined by ASTM D 698, Standard Proctor. In conjunction with the compacting
operation . the fill material should be brought to the proper moisture content. The moisture content
for general earth fill should range from 2 percentage points below optimum to 5 percentage points
above optimum (-2 to +5). These ranges of moisture contents are given as maximum
recommended ranges For some soils and under some conditions, the contractor may have to
maintain a more narrow range of moisture content (within the recommended range) in order to
consistently achieve the recommended density .
Field density tests should be taken as each lift of fill material is placed As a guide . one field
density test per lift for each 5,000 square feet of compacted area is recommended For small areas
or critical areas the frequency of testing may need to be increased to one test per 2,500 square
feet A minimum of 2 tests per lift should be requ ired . The earthwork operations should be
observed and tested on a continuing basis by an experienced geotechnician working in conjunction
with the project geotechnical engineer
Report No 103-10-1 13 C MJ ENGlNHRJNC N C
18
Each lift should be compact ed , tested , and approved before another li ft is add ed . The purpose of
t he field density tests is to provide some indication that un iform and adequate compaction is being
obtained The actual q ua lity of the fill , as compacted, should be the respons ibi lity of th e con t ractor
and satisfactory results from the tests should not be considered as a guarantee of the qual ity of the
contractor's fi llin g operations
9.3 Trench Backfill
Trench backfill for pipelines or other util ities should be properly placed and compacted Overly
dense or dry backfill can swell and create a mound along the completed trench line Loose or wet
backfill can settle and form a depress ion along the completed trench line D istress to overlying
structures , pavements, etc . is likely if heaving or settlement occurs. On -site soil fill material is
recommended for trench backfill. Care should be taken not to use free draining granular material ,
to prevent the backfilled trench from becoming a french drain and piping surface or subsurface
water beneath structures, pipelines, or pavements . If a higher class bedding materia l is required
for the pipel ines . a lean concrete bedding will limit water intrusion into the trench and will not
require compaction after placement The soil backfill should be placed in approx imately 4-to 6-
inch loose lifts The density and moisture content should be as recommended for fill in Section 92,
Placement and Compaction, of this report A minimum of one field density test should be taken per
lift for each 150 linear fe et of trench, with a m inimum of 2 tests per lift .
9.4 Excavation
The side slopes of excavations through the overburden soils should be made in such a manner to
provide for their stability during construction, as discussed in Section 7 .0 . Existing structures,
pipelin es or other f aci lities, which are co nstructed prior to or during the currently proposed
construction and which requi re excavation, should be protected from loss of end bearing or lateral
support
Temporary construction slopes and/or permanent embankment slopes should be prntected from
surface ru noff water. Site grading should be designed to allow drainage at planned areas where
e rosion protection is provided, instead of allowing surface water to flow down unprot ec ted slopes
Permanent slopes at th e site should be as flat as practical to reduce creep and occurre nce of
shallow sl ides Th e following slope angles are r ecomm e nd e d as maximums .
Report No 103-10-113 CMJ EN C JNHRJNG, I NC
19
TABLE 9.4-1 Maximum Slope Angles
Height (ft.) Horizontal to Vertical
0-3 1 1
3-6 2:1
6 -9 3 1
>9 4 :1
The above angles refer to the total height of a slope Site improvement should be maintained
away from the top of the slope to reduce the possibility of damage due to creep or shallow slides.
Trench safety recommendations are beyond the scope of this report The contractor must comply
w ith all applicable safety regulations concerning trench safety and excavations including , but not
limited to , OSHA regulations .
9.5 Acceptance of Imported Fill
Any soil imported from off-site sources should be tested for compl iance w ith the recommendations
for the particular application and approved by the project geotechnical engineer prior to the
materials being used . The owner should also require the contractor to obtain a written , notarized
certification from the landowner of each proposed off-site soil borrow source stating that to the best
of the landowner's knowledge and belief there has never been contamination of the borrow source
site w ith hazardous or toxic materials The certification should be furnished to the owner prior to
proceeding to furnish soils to the site . Soil materials derived from the excavation of underground
petroleum storage tanks should not be used as fill on this project
9.6 Soil Corrosion Potential
Based upon past experience on other projects in the vicinity, soil resistivity and pH levels in so ils
encountered at this site are potentially corrosive to steel or cast iron piping . Standard construction
practices for protecting metal pipe and simiiar facil ities in contact with these soils should be used
Concentrations of sulfates generally do not occur in sufficient concentrations in this area to indicate
potential damage to Type I Portland cement concrete piping .
Re port No . 103-10-11 3 C M) E."IG J NEER I NG, I NC
20
9. 7 Erosion and Sediment Control
All disturbed areas should be protected from erosion and sedimentation during construction, and
all permanent slopes and other areas subject to erosion or sedimentation should be prov ided with
permanent erosion and sediment control facilities All applicable ordinances and codes regarding
erosion and sediment control should be followed
10.0 CONSTRUCTION OBSERVATIONS
In any geotechnical investigation, the design recommendations are based on a limited amount of
information about the subsurface conditions . In the analysis, the geotechnical eng ineer must
assume the subsurface conditions are similar to the conditions encountered in the borings ..
However, quite often during construction anomalies in the subsurface conditions are revealed
Therefore, it is recommended that CMJ Engineering , Inc be retained to observe earthwork and
foundation installation and perform materials evaluation during the construction phase of the
project . This enables the geotechnical engineer to stay abreast of the project and to be readily
available to evaluate unanticipated conditions, to conduct additional tests if required and, when
necessary , to recommend alternative solutions to unanticipated cond itions . Until these
construction phase services are performed by the project geotechnical engineer, the
recommendations contained in this report on such items as final foundation bearing elevations ,
proper soil moisture condition , and other such subsurface related recommendations should be
considered as pre liminary
It is proposed that construction phase observation and materials testing commence by the project
geotechnical engineer at the outset of the project Experience has shown that .the most suitable
method for procuring these services is for the owner or the owner's design engineers to contract
directly w ith the project geotechnical engineer. This results in a clear, direct line of communication
between the owner and the owner's design engineers and the geotechnica l engineer.
11.0 REPORT CLOSURE
The boring logs shown in this report contain information related to the types of soil encountered at
specific locations and times and show lines delineating the interface between these materials . The
logs also contain our field representative's interpretation of conditions that are believed to exist in
those depth intervals between the actual samples taken Therefore , these boring logs contain both
Report No 10 3 -10-1 13 CM) ENGIN EE R ING, ]NC
2 1
factual and interpret ive information. La boratory soil class ifica ti on tests were also perform ed on
samples from selected depths in the borings . The results of th ese tests, along with visual-ma n ual
procedures were used to g e n e rally cl assify ea ch strat um Therefore , it should be understood t hat
the classification data on the logs of bori ngs represent visual estimates of classificat ions for those
portions of each stratum on w hic h t h e full ra nge of laboratory soil classification tests were not
performed It is not implied th at th es e logs are representative of subsurface conditions at ot he r
locations and t imes.
With regard to ground-water conditions , this report presents data on ground-water levels as they
were observed during the course of the field work In particular, water level readings have been
made in the borings at the times and under conditions stated in the text of the report and on the
boring logs It should be noted that fluctuations in the level of the ground-water table can occur
with passage of time due to variations in rainfall, temperature and other factors Also, this report
does not include quantitative information on rates of flow of ground water into excavations, on
pumping capacities necessary to dewater the excavations , or on methods of dewatering
excavations Unanticipated soil conditions at a construction site are commonly encountered and
cannot be fully predicted by mere so il samples, test borings or test pits Such unexpected
conditions frequently require that add itional expenditures be made by the owner to attain a properly
designed and constructed proj ect. T herefore, prov ision for some contingency fund is
recommended to accommod ate such potential extra cost
The a nalyses , conclus ions and recommendations contained in this report are based on site
condit ions as they existed at the tim e of our field investig ation and further on the assumption that
the exploratory borings are representative of the subsurface conditions throughout the site ; that is,
the subsurface conditions everywhere are not s ign ificantly different from those disclosed by the
borings at the time they were complet e d If, during construction, different subsurface conditions
from those encountered in our borings are observed, or appear to be present in excavations, we
must be advised promptly so that w e can review t he se co ndit ions and reconsider our
recom mendations where necessary If there is a substantia l lapse of time between submission of
this report and the start of the work at the site, if cond itions have changed due either to natural
causes or to construction operations at or adjacent to the s ite , or if structure locations , structural
loads or finish grades are chang ed, we urge that we be promptly informed and retained to review
our report to determine the applicability of the conclusions and recommend at ions , considering th e
chang ed conditions and/or time lapse
Report No 103-10-11 3 C M J EN GINEER!NG, I NC
22
Further, it is urged that CMJ Engineering , Inc. be retained to review those portions of the plans and
specifications for this particular project th a t pertain to earthwork and foundations as a means to
determine whether the plans and specifications are cons istent w it h the recommendations
contained in this report . In add ition , we are available to observe construction, particularly the
compaction of structural fill , or backfill and the construction of foundations as recommended in the
report, and such other field observations as might be necessary
The scope of our services d id not include any environmental assessment or investigation for the
presence or absence of wetlands or hazardous or toxic materials in the soil , surface water, ground
water or air, on or below or around the s ite .
This report has been prepared for use in developing an overall design concept Paragraphs,
statements, test results , boring logs, diagrams , etc should not be taken out of context , nor utilized
without a knowledge and awareness of their intent within the overall concept of this report The
reproduction of this report, or any part thereof, supplied to persons other than the owner, should
indicate that this study was made for d e sign purposes only and that verification of the subsurface
conditions for purposes of determining difficulty of excavation, trafficability , etc are responsibilities
of the contractor
This report has been prepared for the exclusive use of Kimley-Horn and Associates , Inc for
specific application to design of this project. The only warranty made by us in connection w ith the
services provided is that we have used that degree of care and skill ordinarily exercis ed under
similar conditions by reputable members of our profession practicing in the same or s imilar locality.
No other warranty , expressed or implied , is made or intended . These recommendations should be
reviewed once a grading plan is finaliz ed
* * * *
Repo rt No 103-10-113 CM) ENGI NHR J NC IN C
2 3
I I I
/ 1//...--------....
i I
/ / /
/ i
I I I I . ./ I
I ,
/§I
:0 ' ;~ I
I '>-, I ;!;!
/10/
~ Q) / t /
~I /~/ I ~ I
I I
/ I
I I
I I
lLDD
13-7
Middle Holly
Substo!,on ,,
CJ
B-3 ~
-0
f -1-__ _
I / ----1-----.---t-__________ +------------·---/---;----
r-r---7-------H---t------
1 ' ------/_.,,.(____ J-lr 8-8 I I
I I I I I
WEST L ANCASTER A VENUE
L[GEND:
Bor,ng Loc ol ion
N
i
11
'Note: Bor,ng 8 -2 wos not drilled
duP. lo u tility con/f;c/s .
0 1.S 150 Feel
PLAN OF BORINGS
DISCHARGE HEADER REPLACEMENT
NORTH HOLLY HIGH SERVICE PUMP STATION
FORT WORTH, TEXAS
Approx,motP. Seate
CM }ENGINEERING, !NC.
CM J PROJ ECT No. /03-10 -113
a>'
!::I
"' QJ
> QJ
iii
0
0
N
6 z
C
"' ro == .c
0 -(/) ai
-0 0)
Q) L..
C m ~;
Ol-
Q) -~
(/) Q)
ro ro 8 E
Q)
:5
0 -m
.c
C ro
:5
Q)
0
E
a,
> ~
(/)
0
0
N
0 z
C ro .c
"' :: '6 _<l:)
"' ro u E ~ (/) ~= O> ro
~2
u: E
0
ro .c
C ro
£
Q)
0
2
Major Divisions Grp
Sym . Typ ica l Names Laboratory Classificat io n Cr ite ria
We ll -grade d gra vels , gravel-
GW sa nd mix tures, little o r no
fin es
Poo rly grad ed gravels . gravel
G P sand mixtu res , little o r no
fi nes
~ cu
!t!
0
"' TI
Q)
C
~
O>
d,
!:" ro
0 u
~C ID
a> g GM Si lty grave l s, gravel-sand-silt N
c E w· iii mixt ures .cm~ 2 ~
·1 i -~ 1----1--------------l a ~
~ro~ ru o -0 ._ N 0 ~ ~ 0 GC Cl ay ey grav els , gravel-sa nd -.;; N ro C.. C () 0 a. clay mix tures iii z
~ O> ~
E£
~ ~ g~ -w SW W ell -gra ded sands , gravelly E -g .§ sands, little or no fines j ~
C/) roo '-c ~ VJC Cl o
o .. (D,0)2
c.= ---g rea ter than 4
D,o
Cc-·-·--·----be tw ee n 1 and 3
D,0 x 0 60
Not meeting al l grada1ion requ i rem en ts fo r GW
Liquid and Pla stic limits
below "A" line or P I
great er than 4
~<-----------'
Liquid and plastic limits
plotting in hatched zone
betwe en 4 and 7 are
borderline cases
requ iring use of dual
symbols
(/)
ro u
. (l) . c::
: 'c:
Liquid and Plastic limits
above "A" line with P I
greater than 7
: (l) :~1------------'-------------1
:a : : en 0 50 (D,o)'
C0 = ---g rea ter th an 6· Cc=-----be tween 1 a nd 3
D,o 0 10 x 0 60
g a, ~ 0 1----+--------------l-g g
. ., N w a> Poorly graded sands: ro ~ ...i c
~ : O ~-S P gra velly sands, little or no ~ i a3 ~ : Not m eeting all gradation requirements for SW
-> -fin s (/) ,~ ~ a.> .ig~!!? e --a>a....; c'-"'l-------1---+-------------lOO a.N~l-----------~-----------1
ro~v o (/)OJ lflr-u
(/) .:=
0 2
o "' c s ·it d d -11 g;, ~ ~ iij v Liquid and Plastic limits
a, :::, 1 y sa n s. san -s 1 ro c .c .c a. b 1 'A" 1-p 1 1 c o SM m·ixtures c Cll .,; --N e ow · me or ess Liquid and plastic limits
::!::Ct.=E (l.)~~!J)Q)r-1 £ :5 ro ~ ~ ~ g ~ o 2 than 4 plotting between 4 and 7
c -~ ..'l:' cOJ 1----+-------------1 ~ c P -' 2 ,n 1------------.J are borderline cases ro n o ~
£ -g ~ .:: ~ .f ~ Liquid a nd Pla stic limits requir ing use of dual
OJ w SC Cl ayey sands , sa nd -clay E u w symbols 0 m .._ .._ c ,;:: above "A" line with P I
~-Cf) g mix ture s 2 ~ ·::l 7 -:::;_ ~ c3 "i3 grea ter th an
0
tr)
C
"' ro >-.c ro -
0 ~ u (I)
C -
ro --= ~ :§
(/)U s
0-::;
ML
C L
Inorg anic si lts and very fine
sands, rock flour, silty or
cl ay ey fin e sands, or clay ey
si lt s w ith sli ght plasticity
Inorg anic clays of low to
medium pl as ticity , gravelly
cl ays , sandy clays, silty clays ,
and lean clays
OL O rgan ic silts and organ ic silty
cl ays of low plast icity
50,~-~-~--+--~--~--+-----r---~--r/---;r
5C /
CH V
/ 401~-+---+----1---1----+--+---+,/+-+---+----i
~ I /
I-------+---+------------,£ I/
~ 30L--...!.--1-__J_---l----+----l<~f---f---l-----j
0
tr)
C ro (/) .c >--
~ ID
u iii
-0 Q)
C ~ ro O>
~E
Cf')=
'O s
0-
2
MH
CH
O H
Pt
In org a nic silts, mi ca ceous or ~ i _ /
diatoma ce ous fine sandy or {l_ • ~ OH a, d MH
silty soil s, ela stic silts ~~ 20,1----1----+---+----11---.£-+----l-----l---+----f-----<
Inorgan ic clays of high
plasti city, fa t clays
Org anic c lay s of med ium to
high plasti city , or ganic silts
Peat and oth e r highly org ani c
soils
CL /v
17
7 1.-~~~~~_...,-~~.......,.,~0-,~Y..1 ML ahd OL
4 V O L__!...__L-_..!.._ _ _i_ __ L-_-L __ L_ _ _,_ _ _,_ _ __,
O 10 20 30 40 50 60 70 80 90 100
Liq uid Limit
Plas ti ci ty Char1
UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2
SOIL OR ROCK TYPES
= -GRAVEL
• • ..
•. • SAND ....
SILT
CLAYEY
LEAN CLAY
HIGHLY
PLASTIC CLAY
LIMESTONE
SHALE
CONGLOMERATE Shel by
Tube Auger Spl~
Spoon
TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL
Fine Grained Soils (More th an 50% Passing No 200 Sieve)
Descriptive Item Penetrometer Reading, (tsf)
Soft O Oto 1 0
Firm
Stiff
Very Stiff
Hard
1 0 to 1 5
1 .5 lo 3 0
3 0 to 4 5
4 5+
Coarse Grained Soils (Mo re than 50% Reta in ed on No 200 Sieve)
Penetration Resistance Descriptive Item
(blows/foot)
0 to 4
4 to 10
10 to 30
30 to 50
Over 50
So il Structure
Very Loose
Loose
Medium Dense
Dense
Very D ense
Relative Density
0 to 20%
20 to 40%
40 to 70%
70 to 90%
90 to 100%
Rock
Core
Contains appreciable deposits of calcium carbonate; generally nodular
Having inclined planes of weakness tha t are slick and glossy in appea rance
Composed of thin layers of v arying color or texture
Conta ining cracks , sometimes filled with fine sand or silt
Cone
Pen
No
Recovery
Calcareous
Slickensided
Lam inated
Fissured
lnterbedded Composed of alternate layers of different soil types. usually in approximately equal proportions
TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK
Hardness and Degree of Cementation
Very Soft or Plastic
Soft
Moderately Hard
Hard
Very Hard
Poorly Cemented or Friable
Cemented
Degree of Weath ering
Unweathered
Slightly Weathere d
Weathered
Extrem e ly Weathered
Can be re molded in hand ; corresponds in consistency up to very stiff in soils
Can be scratched w it h fingern a il
Can be scratched easily with knife ; cannot be scratched w ith fingernail
D ifficult to scratch wi th knife
Cannot be scratched with k ni fe
Easi ly crumbled
Bound together by chemically precip itate d material; Quartz, calcite , dolomite , siderit e ,
and iron oxide are c ommo n cementing materials and iron oxide are common cementing materials
Rock in its natural state before bei ng ex posed to atmospheric agents
No ted predomin antly by colo r c hange w ith no disintegrat ed zones
Complete color c ha ng e w ith zones of sl ightly decomposed rock
Complete color cha nge w ith consis tency , tex ture. and general appearance approaching soi l
KEY TO CLASS!F!CAT!ON AND SYMBOLS PLATE A.3
....
0
" :?
l)
-,
a.
l.?
6
8
l.?
:.l.
(!
0
"' "-0 s
I Boring No Project ENG INEERING INC -Project No Discharge Header Replacement
103-10-113 8-1 North Holly High Service Pump Station -Fort Worth, Texas
CM]
Location Water Observations
See Plate A.1 Seepage at 23' during drilling, wet rotary drilling below 25'
C ompletion I Co mplet ion
Depth 40 .0' Date 1-3-11
Surface E le vation Type
CME-55, w/ HSA
u:: 0 <JI 0
<O 0
C ti .c .0 a. en N E E -C 0 ~u:: uO . a. 0 --~ >-"' Stratum Description .u ;,~ a> Ln cr ell rJ) rJ) -<ti .::-QJ ..; c::i .§ ~~ 0 ~ ~ ~~ . ~ u~ ·o ~ C C .3 a, 0~ C -"0 u 0 3 CU.._ in~ :2..; ~-~ =x .,,-0 0. C :,·-<JI tl) -C ~ U) o E :, UJ a .2 QJ rJ) ~-!t? uE "'E ro "O Oo C .0 CO 0 I Cl'. Cl'. CD (l._ r (l_(J) J'.:j Q:_:j 0:E ~u ::L..J :::)(.)(l_
-~
CLAY ANO SANDY CLAY dark brown, w/ gravel 4 .5+ 12
I-a nd ca lcareo us nod ules stiff to hard (FI LL) 4 .5+ 53 20 33 17
I---w/ redd is h brown 2' to 3' 2.0 14
~ -2 .0 2 5 98 2520
I-., CLAY, dark brown, w/ occasiona l calca reous 4 .25 22 '-5-nodules, very s liff to hard
I--
I--4 .5+ 55 24 31 23 91
I--
I--4 .5+ 20
'-10-
I--
I--
I--SIL TY CLAY, brown to light brown w/ calc areous
I--nodules hard 4 .5+ 18 113 7460
-15-
I--
I--
~-
CLAYEY SAND, ligh t brown
I--
I--I 0 .75 28 24 18 6 18 t2~ -w/ grave l below 20'
I----SHALE , gray , w/ limestone seams so ft
I------. 93/11" --~25-
I----=----
I--LIMESTONE g ray, w/ shale seams and layers u p --to 8" th ick hard
--100/1"
-30-86 43
--
--
--
--403300
r 3s-_ ~ ~ -
399900
~'": ~------------------------LL
I-
I
I
I
I I I
I
LOG OF BORING NO. B-1 PLATE A.4
,-
0
C)
i u
" ;;;
a:
0
C!J
0
I.'.' s
Project No I Boring No Proj ect ENGINEERJ NG IN C -
Discharge Header Replacement
103 -10-113 B-3 North Holly High Service Pump Station -Fort Worth, Texas
CMJ
Locat ion Water Observations
See Plate A.1 Seepage at 16' during drilling , wet rotary drilling below 35'
Com ple tio n I Comple tion
Dept h 45.0' Date 14_11
Surface Elevation Type
CME -55 , w/ HSA
ii" 0 "' 0 ..Q? 0 cG:: .c .0 Q o.t N
ii E E 0 ~ ~Li'. -oO . >-(1) Stratum Description . -0 ;,~ Q) vi C" (I) (/) (/) -ro ?::-(!)..; ;2 ~~ 0 ~ '$. u. (I) '$. ~ ·u ~ C ~:i ,I 0: . C ,:, . u o .2 (I) 0\2 c~u
u 0 3: CU._ en §! ·5 :-= ~:-=· :;::; )( o,-8 C. C "'(I) -C -~ ti) E ~
\ w a £? (I)(/) :.~ o-E "'E "'-0 oo C .0 CO 0 0:: 0:: CD Q. I-Q. (/) :::;::; a::::; ciE zu :) _, :)UQ.
-~
SANDY CLAY, dark brown wl sand and gravel, 4 .5+ 32 17 15 32 -very st iff to hard (FILL} 4 .0 16 -
I
CLAY/ SANDY CLAY, dark brow n , w/ occasional 3 .5 20 --gravel, very st iff to hard 3 .5 21 107 5200 --4 .5+ 55 2 1 34 20 90 >-5 -
1---
4 .5+ 16
1---
~ -
~10-4 .5+ 17 107 10000
1---
~ -
~ -SIL TY CLAY/ CLAY brown l o light brown very stiff
1---
~15-3 .75 88 49 19 30 19
~ -SANDY CLAY , brown, light br own and gra y stiff
I--
I--
~ --wl gra v el seams below 19' 2 .25 16 116 1120 ~20-
I--
~ -
I--
1--
SHAL Y CLAY , ligh t brown and gray, wl limestone 1 .5 36 ~25-seams, stiff
I--
1---
~ -
-SHAL Y CLAY dark gray hard 4 .5+ 20 1-30-
~ -LIM ESTONE, gray , wl shale seams and layers up
~ -to 1' thick. hard
1---
1----, 100/1 " I 1-35 ~ 79 18 ! 245700
1---:
1---~ ! I >-4v
~ -
1---
~ -386700
~ -
-45-b! +------------------------
I
I B-3 PLATE A.5 ! LOG OF BOR ING NO .
!
I
I
I
Project No I Borin g84 Project ENGINIERJNG INC -
Discharge Header Replacement
103-10-113 North Holly H igh Service Pump Station -Fort Worth, Texas
CM]
Locat ion Water Observations
See Plate A.1 Seepage at 18' during drilling, wet rotary drilling below 25 '
Completion I Completio n
Depth 45.0' Date 1-5-11
Surface Elevation Type
CME-55, w/ HSA
u: 0 U) 0
(I) 0
Cu: .c .D ci ~ Ol N
0. E E o .~ 0 -;F. ~u:: "00.
>-Cl) Stratum Description . "O z (1) U) 0
<I) (/) (/) -Cl) o,;/!. ~ ., . C V) ~ 0 -;F. !,!: (I) ~ o;ft ~c ~ :i 'C <I) (/) ";J!. C i3 C ~ "O
0 (/) ll'.'. u.: -CD 32 ~ ~~ :;:; X -., 0~ 0 Q. C {) ~ C . ~.~ 6-E "' Q)
111-u E::, -C .. ~ (/)
\ w a _9 CD C/l ~E "'"O 0 0 C .D co o
ll'.'. Q'. a'.) a.. f-O..C/l ::i :i a..:::. Q.!:: :::Eu ::J _J ::J(.)O..
SANDY CLAY AND CLAY , brown an d dark brown . 4 .5+ 9
r--w/ gravel, sand, and brick fragments very stiff to 4 .5+ 19 98 2480
r--hard (FILL) 4 .25 19 --SIL TY CLAY/ CLAY dark brown very stiff to hard 3 .5 23 --4 .0 24
f-5 -
r--
--4 .5-+ 27 95 5450 --
--4 .5+ 47 18 29 24 93
-10-
--
--
--
r-SANDY CLAY, gray, ha rd 4 .5-t 20 113 667 0
>--15----
r--
r---~ CLAYEY SAND light g ray 1 .0 35 24 16 8 19
f--20-
--~ --LIMESTONE , g ray, hard
noo,1 25·
-25 ~ 60 14 --SHALE gray --------------------------30-
--------- -LIMESTONE, gray, w/ shale layers an d seams up --to 1' thick and gravel sea ms . h ard 795000
r--
>--35-65 16 --I
r--
' r--
:: r--
§--4v
I i-:--
0
l.'.lr---;
3 --
a.: r--t ------------------------~>--45-I
I
6 -i Note : Hydocarbon odor noted below 9'
.;,
~
I
I.'.) I z
iii I i 0 i I CD I
u.
0 PLATE A.6 I.'.) LO G OF BORING NO . 8-4 0
...J ·-
...
0
t:)
i
t)
c., z
ix
0
"' 0
t:)
0
EN INEERIN INC -Project No I Bo rin g No Project Discharge Header Replacement
103-10-113 8-5 North Holly High Service Pump Station -Fort Worth, Texas
CMJ C G
Location Water Observations
See Plate A.1 Seepage at 10' during drilling, water at 10' at completion
Completion I Completion
Depth 20.0' Date 1-6-11
Surface Elevation Type
CME-55, w/ CFA
u:: 0 <I) 0 QJ 0 cU:: -5 n 0. ~ ,:j, N
E E o .~ 0 ~ 3 u: -oD . a. >· n, Stratum Description . -0 z Q.) iii CT QJ (/) (/) -"' rn'$. ~-QJ -c:-::; ~~~ 0 ~ ~ ~~ . ~ ~ :SC C: uo u 0~ C ~"U -ai -0 -~~-= X -QJ 0 a. C: u 0 3: c: u., <I)> ~E <I) QJ .,,-~ vi u E::, ~.~ -C:
\ UJ a .9 ., U) .!!? E n, -0 0 O C:,:, coo Cl'.'. Cl'.'. co a.. I-Q_ (/) ::::;::::; O..:.:::i a::.::: ~u ::> ...J :::>uo..
"'"'-ASPHALT. 5 inches thick r 4 .5+ 9
L--SANDY CLAY brown to light brown, w/ calcareous 4 .5+ 16
~ -nodules and gravel very stiff to hard 4 .5+ 15
~ -4 .5+ 15
L--4 .5+ 68 35 1--5-15 20 15
~ -
~ -4 .0 15
L--.
~
CLAYEY SAND reddish brown and light brown w/ 1.25 18 1--10-gravel
L--SANDY CLAY light brown. w/ calcareous nodules
~ -and gravel , very stiff to hard
~ -
' ~ -· 3 .0 49 44 19 25 16
1--15-
~ -
~ --w/ gravel seams below 17'
I---w/ gray below 18'
~ -4 .5+ I 17 123 562 0
'--20-~------------------------
I
I
I
I I i
I
I I
I !
I I
I
I
i i
I I u I I
I i I i l
LOG OF BORING NO . 8-5 PLATE A.7
--------
...
0
<:)
i u
<:) :;;
"' 0
"' u.
0
<:)
0
..J
ENG JNEIRJNG INC -Project No I Boring No . Project Discharge Header Replacement
103-10-113 8-6 North Holly High Service Pump Station -Fort Worth, Texas
CMJ
Locatio n Water Observatio ns
See Plate A.1 Seepage at 18' during drilling, water at 18' at completion
Completion I Co mpletio n
Depth 20 .0' Date 1-6-11
Surface Elevation Type
CME-55, w/ CFA
Li'. 0 "' 0 Cu: a, 0
.c .0 a. L 0) N
a. E E o .~ 0 °;I!. ~Li'. u Q ci->-"' Stratum Description .u z ~:~ Q) en en -"' o,i?-2: (l)~ <'=' :, 0 °;I!. ;f-!i:: a, ;f-u"-u LC IC a, <I)
.,, C( u.: C u .2 (l) DS2 CL"
0 -.,-·:5:t:f ~-~ ·= X ,n-0 0. C u ,I: C . "' > "' ., -C ~ ti) u E::, w 0 .2 a, en ~-~ cr E "'E "'" 0 O C.o coo a: a: [I) n. f-n. (/) ~~ a:=:; a:-'= ::'2U ::,_, ::iua.
-~ CLAY AND SANDY CLAY. dark brown and brown . 4.5+ 6 <-w/ gravel and asphalt fragments stiff to hard 4 .5+ 25
~ -(Fill) 4.5+ 18
<--4 .5+ 23
~ -2.0 12 -5-
--
--4.5+ 64 22 42 12 109 3460 --
--4.5+ 26 -1: SANDY CLAY brown and gray stiff to very stiff
~ -
<--
~ -
~ -3.0 17 113 7000 <-1:;
I
CLAYEY SAND , light brown an d gray
~ -
2:,
~ -[;;.
<--1.0 45 39 16 23 17
~20-w ~------------------------
I
I
I
I I
I I I
I I I
I
l I
I I
~L
LOG OF BORING NO . B-6 PLATE A.8
------
Project No P roject Discharge Header Replacement CM J ENGINEERING INC -
103-10-113
I Boring No.
B-7 North Holly High Service Pump Station -Fort Worth, Texas
Location Water Observations
See Plate A.1 Dry during drilling, dry at completion
>-0
'-'
:/ u
'-' 2
0:
0
CD
u.
0
Completion I Completion
Dept h 20.0' Date 1-6-11
Surface El evation Type
CME-55, w/ CFA
U: 0 II)
CD
.s::; .D 0. a. E E >-"' Stratum Description II) (/) V) 0
SANDY CLAY light brown and dark brown w/ --gravel, ve ry s tiff to hard (FIL L) --
--
--
-5 -.·
--
--
-CLAY/ SIL TY CLAY dark brown , hard --
-10----
------
>--1:
I SIL TY CLAY , brown and gray, w/ calcareous --nodules stiff ------
>--20---------------------------
I
I
91 LO G OF BOR ING NO . 87 -
~ oi o .~ .u
-m ~ ~ u. Q}
0 V> a:: u.: 0 t) 3 C . w a .2 II) V) ex: ex: co a.. ...
4 .5+
4.5+
4 .0
4 .5+
4 .5+
4 .5+
4 .5+
4 .5+
2 .7 5
I I
I I
I
I
I
I
I
i
0
0
C ii N
0 ~ ~u:: "O Q ci-~~ ~~~ ;:, Q}..; ~ o?. ·;:; ~ C: C: :::i «= Q) II) C: ~-~ u o .2 11) 0~ C: ~ u
-CD -~-~ '..;j X 8 ~3 "'> "'II) "'-~-~ EE -C: :-::'.' ti) er E ro u o o C: .0 C: 0 0
Cl.(/) :.::;:] Cl.::i a: ..s ::z t) :::, _J :::, t) a..
18
16
33 14 19 15
12
14
17 105 3360
18
20
19
I I
I
I
'
I I
PLATE A .9 '
>--0
" :?
<.)
'i
ii'
0 co
I.I.
0
" s
Project No I Boring No . Project ENG INEERING !NC -
Discharge Header Replacement
103-10-113 B-8 North Holly High Service Pump Station -Fort Worth, Texas
CMJ
Locatio n W a ter Observations
See Plate A.1 Seepage at 8' during drilling, water at 12.5' at completion
Completion I Completion
Depth 20.0' Date 1-6-11
Surface Ele va tion Typ e
CME-55, w/ CFA
Li'. -<J> 0
0 -! 0 cii'. ..c .D o.t "' 0. E E 0 '$. ~u: -u .Q CT >, ro Stratum Description .u z ~~~ ., U? U? -ro o,'$. ~ ., . 0 ';;F. ~~ . '$. u ""*' :5 C ?: ;:; ..: Q) ti) ;I?. C: ·o C ~ -0 -ai u ~-~ :;::: >< -Q) 0~ 8 a. C (.) 0 3 C LL <J> > ·3 :t <Jl Q) v,-~ Cl) E :, ~-~ -C:
\ w 0 Q ., VJ CT E .!l! E <O -0 Oo C .D CO 0 a: a: co a.. .... a. (/J ::]~ a.:::; 0:E :!;(.) ::J _, ::J (.) a.
SANDY CLAY , reddish brown hard 4 .5+ 16 --4 .5+ 16 ---w/ grave l above 2' 4.5+ 16 ---stiff below 3' 2.5 18 --2.0 20
-5-.
--~ CLAY, dark brown, w/ gravel, stiff --2 .75 55 21 34 18 --
2 .75 29 90 2930
-10-
- --w/ gray, gravel seams below 11'
>--
f-----ab undant gravel at 14' 0.5 31
>--15-
f----
f--
---hard b e lo w 19' 4 .5+ 64 23 41 14 111 4680
,-20-~------------------------
I
I
i I I
I
I I
I I I
LOG OF BORING NO . B-8 PLATE A.10
FREE SWELL TEST RESULTS
PROJECT: Discharge Header Replacement
North Holly High Service Pump Station -Fort Worth , Texas
PROJECT NO : 103-10-113
8-1 7-8 Clay 55 24 31 23 4 25 3 1 8
8-3 4 -5 Clay/ Sandy 55 21 34 19 6 24 4 2 .7 Clay
B-4 9-10 Silty Clay I 47 18 29 23 8 25 3 1 9 Clay
Free swell tests performed at approximate overburden pressure
CMJ ENGlNEERING, IN C. PLATE A.11
Appendix B
Cathodic Protection Report
March 30, 20 I I
Mr. John Atkins
Kimley-Horn & Associates
801 Cherry Street, Unit # 11
Suite 950
Fort Worth, Texas 76102
Reference:
Mr. Atkins :
Corrosivity Study and Corrosion Protection Design -Rev 1
Cathodic Protection System for Direct Bury Piping
North Holly Pump Station Pipeline Replacement Project
Fort Worth, Texas
Enclosed you will find a revised draft of the corrosivity study and corrosion protection design
document, including specifications and drawings for the above referenced project.
We appreciate this opportunity to provide our services to Kimley-Horn & Associates . Sho uld
you have any questions or need additional information please do not hesitate to contact the
undersigned at 713-460-6000 .
Very truly yours,
CORRPRO COMPANIES INC.
James "Trey" Johnston , E .I.T .
Project Engineer
NACE Cathodic Protection Technician #22605
G \Reg i onal\JOBS \20 11 \J O H OUS T ON \307520 K IML EY -H O RN AN D A S SOC I A TES\E R 1-2701 .doc
DRAFT
CORROSIVITY STUDY AND
CORROSION PROTECTION DESIGN
NORTH HOLLY PUMP STATION PIP ELINE REPLACEMENT
PROJECT
FORT WORTH, TEXAS
PREPARED FOR
KIMLEY-HORN & ASSOCIATES
FORT WORTH , T E XA S
PREPARED BY
CORRPRO COMPANIES, INC.
HOUSTON , TEXAS
MARCH ,2011
G \Regiona l\JO BS\20 11 \30 HOUS TON\307520 K IM L EY-HO RN A N D ASSOC I A T ES\E R 1-270 1.doc
TABLE OF CONTENTS
1.0 Introduction
2.0 Execu ti ve Summary
3.0 Corrosivity Evaluation
3.1 Results and Analysis
3.2 Corrosion Protection Requirements
4 .0 Design Report
4.1 Summary
4 .2 Pr otec tive Coating
4.3 Pipe Bedding and Backfill
4.4 Cathodic Protection
4 .5 Joint Bonding and Electrical Isola ti on
4.6 Te st Stations
4. 7 Co nclu sio ns and Recommendations
Appendices
Appendix A Laboratory Data
CORROSIVlTY STUDY AND CORROSION PROTECTION DESIGN
NORTH HOLLY PUMP STATION PIPELINE REPLACEMENT PROJECT
FORT WORTH, TEXAS
1.0 INTRODUCTION
Corrpro Companies Jn c. ha s been reta ined by Kimley-Hom & Assoc iate s to pe rfo rm
corrosivity eva lu ati on an d corro s ion protection des ign serv ic es fo r various water lin es
assoc iated with the North Ho lly Pump Station Pipeline Replacement Project in Fort
Worth , Texas. The proposed direc t bury water pipelin es vary in di amet e r fr o m 36" to
54 ", and a re li sted as fo ll ows:
Line No . Di ameter (inches) Length (feet)
IA 36 I 54 216
IB 42 I 48 130
I C 42 60
2A 48 348
28 36 39
3A 36 155
4A 36 780
4C 42 70
5 36 443
The wa ter pipelines will be offe red for bid with the following pipe m ate rial a lt e rnati ves:
• Ductile Iron Pipe (A WWA C l 51 ).
• Dielectrically Coated Steel Pip e (A WWA C200).
Upo n co mpl eti on o f the corrosivity evaluation, a corrosion prot ec ti on des ign was
pr epare d· includin g th e re quire me nt s for j o int bo ndin g, e lec tri ca l iso la ti on, corrosion
control te st stati ons and cathodic protecti o n .
T hi s repo rt pr ese nt s th e res ult s of th e corrosivity eva lu ati on and co rr os ion protection
de s ig n .
2.0 EXECUTIVE SUMMARY
2.1. So il s a long th e pipeline route are considered corrosive to th e ductile iro n pipe
(DIP) a nd the dielectric a lly coated stee l pip e material o pti ons. Co rros io n
pro tec ti o n me as ur es are reco mm end ed fo r both pipe a lt e rn ati ves to he lp pr ese rve
th e integrity of th e water pipelin es.
2.2. The a nn ea li ng ox id e and asph a lt ic shop coati n g typ ica ll y prese nt o n the DIP
o pt io n sh o ul d be supp le m e nt e d wit h the in st a ll a ti o n o f a p o lyethy le n e
e n case m e nt.
2.3 . T h e d ie lec tri c coatin g p rov id es corrosion protecti o n fo r th e carb o n s tee l pipe
o pti o n . Howeve r , acce lerated corrosion may occu r a t coatin g brea ks. Th erefore , it
is recommended t h at th e die lec tri ca ll y coated st ee l p ipe o pti o n b e ca th od ica lly
p ro t ected to minimi ze th e pro bab il ity of corrosio n .
2.4. J o int bo nd ing o f th e DIP o pti o n is r equi red t o m a int a in the e lectric a l cont inui ty
throu g h o ut th e le ngth o f th e wat e r lin e. Jo in t bond in g of m e ch a ni ca l j o ints is a lso
n e c essary fo r the st ee l pip e o pti o n s.
2.5. Test st ati o n s s ho uld b e in s t al le d a t ga lvanic a n o d e ground b e d lo c a ti o n s a nd a t a ll
buri e d in-l in e iso la t o r s to m o nit o r th e effec ti ve ness o f th e corros io n pro t ecti o n
syst e m .
3 .0 CORROSIVITY EVA LUATION
T he so il c o rros ivi ty a n a lysis a nd corr os io n co nt ro l r eco mme nd a ti o ns present ed in thi s
re po rt a re ba se d o n hi s t o ri ca l fi e ld so il r es is ti v it y s u rv e y d a t a a nd la b orat o ry so il a n a lys is
condu c t e d b y Co rrpro Compa n ies , In c.
Th e eva lu a ti o n p e r fo rm e d is th e bas is fo r det e rmi nin g t h e corrosio n p ro t ecti o n
require m e nt s fo r th e du c til e iron pipe (DIP) a nd di e lectri ca ll y coat e d st ee l pipe o pti o n s.
3.1 RESULTS A ND ANALYSIS
F ie ld a nd laborato ry t estin g we r e p e r fo r med t o co ll ec t c h e mi ca l a nd e lectri ca l d a ta
p e rt a inin g t o th e corr os iv it y o f th e propose d pipe lin e a li g nme nt s w ith res p ec t t o
th e DIP and s tee l p ip e opti o ns.
As p a rt of th e So uth H o ll y Wa te r T reatm en t P la nt P r oj ec t in 200 9, so il res is ti v ity
m easur e m e nt s were r ecord e d fr o m grade t o d e pth s o f fi ve, t e n a nd fift ee n feet a t
seve n (7 ) locati o ns in th e a rea .
Us in g th e B arnes Laye r procedu re , so il resist ivi t ie s were ca lcul a t e d fo r th e 5 t o I 0
fee t an d I O to 15 fee t laye r s. St a ti s ti ca l d istribu ti o n o f th e so il res is ti v ity fo r th e
laye r s o f int e r es t , w h e r e th e wa te r line is to be in s t a ll e d , is s umm a ri zed as fo ll ows:
M inim um
Max imum
Average
S ta nd ard Dev.
5-10 F ee t
I ,3 I 8 o hm -cm
15 ,5 99 o hm -cm
3 ,82 I o hm -c m
5 ,2 I 2 ohm-cm
10-15 Feet
430 o hm -c m
2 ,652 o hm-c m
1,62 0 o hm-cm
72 1 o hm -c m
Percent < 1,000
Percent < 2,000
Percent< 3,000
Percent 2: 3,000
0%
57%
86%
14%
29%
86%
100%
0%
The results of the resi stivity measurements reveal that most of the soil in th e area
has resistivity lower than 3,000 ohm-cm, which is indicative of a corrosive
environment.
Four (4) soil samples collected by CMJ Engineering perso nnel at va rious
locations within the pump station were tested in the laboratory for moisture
content, pH, chloride ion concentration, sulfide ion concentration, conductivity
and resistivity. Laboratory test results are tabulated in Appendix A.
With respect to the chemical properties of the so il , the test re s ults of the samples
indicate :
• Moisture content from 18 .0% to 25.0%.
• ApHfrom7.8to8 .l.
• Chloride ion concentration of 2 to 18 ppm .
• No detectable s ulfide ions.
• Conductivities from 290 to 1,3 00 microhmo s.
• Resistivities from 760 to 2,900 ohm-cm.
Considering each of the chemical and electrical soi l properties that are te s ted in
the fie ld and the laboratory, general guidelines for interpreting the re s ult s are as
follows:
• Soil Moisture -The higher the soi l moi s ture content , the g re a ter the
anticipated rate of corrosion. Moi s ture contents can range from I % (very dry
sands) to 40% (clays holding a great deal of moisture). Typical values are I 0
to 15% with over 20% moi sture considered hi g h.
• pH -Acidic soi ls and groundwater are more co nducive to galvanic corrosion
of ferrous material s than alkaline so ils and groundwater.
• Conductivity -For a given corrosion cell with a fixed potential difference
between the anode and cathode, the hi g her the conductivity , the g re a ter the
metal lo ss. Conductivities over 350 microhmo s/cm (equivalent to a resi s tivity
of 2850 o hm-cm ) are considered hi g h .
3.2
• S ulfid e Con cent ra ti o n -A ny d e t ec t a ble c o n ce ntrati o n s o f s ulfide io n s a re
in d icati ve o f a n aerobic conditi o n s th a t m a y s uppo rt hi g h r at es of m e t a l
di sso luti o n du e to mi cro bi o logica ll y influ e nc e d corros io n .
• C hl o rid e Concent ra ti o n s -C hl o ri de io n s a re c a th o d e d e p o la ri ze rs, w hi c h
e nh a nc e the rate o f co rr os io n . Th e hi g h e r th e conc e ntrati o n , th e g reate r th e
ra te o f c o rros io n. M a n y so il s h ave c hl o ride c o ncentrati o n s less th a n IO ppm .
Con c ent rati o ns over 5 0 ppm a re s ig nifi ca nt fr o m a c o rros io n st a ndpo int.
• S o il Res is tivity -Resi sti v ity is a c o mmon para m e te r for e v a lu atin g the
c o rro s iv e n e ss of th e soil. R es isti v it y is the inverse o f c o nductivity a nd is
m e a s ured in units o f o hm-centim e t er s. Corro s ivity is o ft e n a n inv e r s e function
o f res is tivity with lo w res is tivity so il s usu a lly m o re corros iv e th a n hi g h
res is ti v ity so ils . R es is tivity is a lso r e la t e d to the c o n ce ntrati o n o f sa lt s w ith
lo w re s istivity indi ca tin g hi g h leve ls o f sa lt.
Jt s h o uld b e s tr essed th a t th e re is n o s in g le ch e mical o r e lectri ca l p rop e rty o f th e
so il th a t d e termines th e ra te o f corro s io n . Co n s iderati o n o f the int e rre la t io n s hip o f
all o f the a b o v e fact o r s is impo rt a nt to a n accurate assess ment o f the p o t e ntial
ra t es o f c o rros io n a nd th e d es ig n o f corros io n p rotection syste m s .
CORROSION PROTECTION REQUIREMENTS
A n an a lys is o f th e hi st o ri ca l fi e ld d at a, la b o rat o ry dat a and o f th e ty p es o f
p ro posed pipe m a te ri a ls was m a d e to d e t e nnine the r e quire m e nt s fo r a nd ty p es o f
cath od ic p rot ecti o n th a t co uld be con s id e r e d fo r the w a t e r lin es.
Th e DJP o pti o n is e lec tric a ll y di s c o ntinuo u s a lo n g it s le n g th b eca u se o f the
di e lec tri c sea lin g m a t e ri a ls u se d a t eac h pipe j o int. J o int bo ndin g is th e r efor e
re quire d to est a bli s h a nd m a int a in e lec tric a l c o ntinuity. J o int b o ndin g is a lso
r e quire d fo r th e di e lec tri ca ll y coa te d s tee l pipe o pti o n s a t a ll n o n -we ld e d
(m ec ha ni ca l) j o int loca ti o n s.
T h e di e lectri c c o atin g o n the carb o n s t ee l pipe o ption is the prim a ry co rro s io n
c o nt ro l m e chani sm . C o r ros io n ,v iii o ccur, h o wev e r , a t th ose a r eas w h e r e th e re a re
brea k s in th e di e lectric c oatin g. T h e r efor e , th e c o rros io n p ro t ec ti o n p rov id e d b y
th e di e le ctric c o ating mu s t b e s uppl e m e nt e d with c a th o dic prot e cti o n .
T h e a nn ea lin g ox ide a nd as ph a lti c s h o p coatin g typic a ll y prese nt o n th e ductil e
iro n pipe s urface are th e prim a ry b a rriers aga in st c o rro s io n . P o ly e thylene
e nc ase m e nt s h o uld b e u sed t o s uppl e m e nt the c o rros io n protec ti o n prov ided by
th e a nn ea l in g o xide a nd as ph a lti c s h o p coat throu g h o ut th e length of th e DIP
o pti o n .
In s umm a ry . 1t 1s r eco m me n ded th a t ca th o d ic p ro tec t io n be in s t a ll ed fo r th e
di e lec tri ca ll y coa te d s t ee l pipe m a ter ia l o pti o n . ln a dditi o n to th e in s t a ll a ti o n o f
cathodic prote cti o n , e le ctrica l co ntinuity bo nd s mu st be in stall e d o n all buri e d
m e ch a nical j o int s fo r th e stee l pipe and the DIP options. A p o ly e th y le n e
e nc asement s h o uld a lso b e in st a ll ed o n th e e ntire le n gth o f th e DIP o pti o n .
It is n e c essary to e lectri ca ll y iso la te th e wa te rlin e at all ti e -in s to o th e r buri ed
m e tallic pipe line s. In a dditi o n , w h ere the pipe m ay p ass throu g h s tee l r e in fo r ced
c o ncre te, th e carri e r pipe mu st b e e lec tri ca ll y is o lated fr o m the s tee l re b a r.
M o nit o ring tes t st ati o n s s h o uld b e in s ta lled a t gal vani c a n o d e groundbed locati o n s
a nd at a ll buried in-lin e pipe line iso lati o n fittin gs.
4.0 CORROSION PROTECTION DESIGN REPORT
4 .1 SUMMARY
The proposed w at e r pipe lin es will be o ffere d based with the followin g a lt e rn a ti ve
confi g urati o ns :
• Di e lectri ca lly coat e d carbo n st ee l pipe (A WW A C 200): A corros io n control
syste m co n s is tin g of ga lva nic a n o de c ath o dic protecti o n , j o int continuity
b o nds fo r a ll n o n-we ld e d m e ch ani ca l j o int s, m o nit o rin g t e st s t a ti o n s , e lectric a l
iso lati o n a t ca s in gs/tunne ls a nd connecti o n s to e xi stin g pipe lin es is
r ecomm e nd e d for thi s pipe lin e confi g u ra ti o n .
• Du c tile iron pipe: A c o rros io n c o ntrol sy s te m co n s is tin g o f p o lyeth y le n e
e n casem e nt th ro u g h o ut th e pipe le n g th , j o int co ntinuity jo int bo n ds ,
m o nit o rin g test st ati o n s, a nd el ec tri ca l iso lati o n a t c as in gs/tunn e ls a nd
c o nn e cti o n s to ex is tin g pipe lin es is recomm e nd e d fo r thi s pipe lin e
c o nfi g u ra t io n .
4.2 PROTECTJVE COATINGS
It is re c o mm e nd ed th a t a p o ly ure th a ne coatin g syst e m b e u s e d t o preve nt
c o rros io n o f th e ex te rn a l s urfaces o f th e carbo n st ee l pipe o pti o n . The
p o ly u re th a n e coatin g s h a ll be in acco rd a n ce w ith th e ANSI / A WW A C 2 22
S t and ard . O th e r di e le ctri c coatin gs su c h as t a pe w ra p s a re a lso acce pt a bl e.
Rega rdl ess of th e coatin g, th e pipe sur fa c e pre p a r ati o n a nd c oatin g a ppl ica ti o n s
s h o uld be p e r fo rm e d a cc o rdin g to p roj ec t s p e cific a ti o n s. A ll we ld e d a nd/o r
m ec h a n ica l j o ints s h o uld b e c oate d with h ea t s hrink s leeves. P ro p e r in s ta ll a ti o n
o f th e heat s hrink s leev e mu st b e ass ur ed t o prev e nt any d e la min ati o n b e twee n th e
c oa te d p ip e and th e s leeve.
T h e d u ctil e iro n pipe o pti o n s h a ll b e pro tecte d w ith p o lye th y le n e enca s e m e nt
th ro u g h o ut it le n gth in accord a n ce w ith th e A WW A C -I 0 5/ A2 I .5 s ta nd a rd . A
hi g h-den s ity , cross -l a min at ed p o lyethyl e ne film 1s r ecommend e d for thi s
appl icati o n.
4.3 PIPE BEDDING & BACKFILL
There may be pla ces a lon g the pipeline ri g ht-of-way where th e p ip e wi ll be
installed in rocky a reas. It is essential th at th e pipe be p r ov id ed w ith proper
bedding to pre vent physical damage to the pipe , m o rt ar a nd/or di e lec tric coatin g.
It is recommended th a t bedding materials s uch as clean river sa nd be used fo r thi s
purpose . B ac kfill m a terial s hould also be fin e ly graded t o prevent d am age t o
e ith e r th e diel ectric or m o rta r coating .
4.4 CATHODIC PROTECTION
For diel ectric a lly coated s t ee l pipe, the r ecomm e nded ga lv a nic anode cathodic
protection system s h a ll include fiv e (5) groundbe d s, eac h con s isting of fi ve (5)
32-p o und , 5" x 5" x 21" prepa ckaged high potenti a l m agne s ium a n odes, in st a ll ed
vertically at a depth o f 10 feet, a nd s paced IO feet ( c e nt e r-t o -c e nt e r). R efe r to th e
cathodic prot ec ti o n drawings for a sc hedul e of groundbed in s t a ll a ti o n s.
Cathodic prot ecti o n is n o t require d for the D1P o ption .
R efe r t o Appendix D , Specification for galvanic anode cath o dic protecti o n
syste m s.
4.5 JOINT BONDING AND ELECTRICAL ISOLATION
The DIP o pti o n requires two b o nding cables welded across eac h joint t o e n su r e
e lec tric a l continuity . The di e lectrica lly coated s teel pipe o pti o n re quires two
bo nding wire s we ld e d acro ss a ll n o n-we ld e d joints.
A ll proposed wate r pipelines s h o uld be e lectri ca ll y iso la t e d from ex ist ing main s
an d lat era ls.
R efer to Appendix B , Joint Bondin g a nd E lectric a l Iso la ti o n .
4.6 TEST STATIONS
Te s t st a ti o n s will a ll ow peri o dic m o nit o rin g of the effec tiveness o f the ca th od ic
protection syst e m a nd futur e m on it o rin g o f p oss ibl e interference fo r a n y of th e
pipe m at e ri a l alternatives .
Te s t s tati o n s a re re quire d fo r a ll pipe mate rial s a t cathodically prot ec t ed fore ig n
l ine cross in gs, ga lva ni c anod e gro und bed locati o ns a nd buried und e r gro und
e lec trical pipeline isolation joint s.
Test Station ty pes are as fo ll ows:
I . AGB -Standard pipe-to-soil pot enti a l measureme nt tes t stati on at a node
gro undb ed locatio ns. See detail s on the cath odic protection drawin gs.
2. PTS -Sta nd ard pip e-t o-so il poten ti a l me as urem e nt tes t station. See
deta il s on the cat hodic pr otec tion drawin gs .
3. IF -Tes t stati on in sta ll ed across buried iso la ti o n j oi nts . See IF type te st
station o n the ca th od ic prot ec tion drawin gs.
4.7 CONCLUSIONS AND RECOMMENDATIONS
4.7.1. The in sta ll at io n of ga lv a nic anodes for the stee l pipe material optio n wi ll
provide the means fo r ex te rnal c orros io n contro l.
4.7.2 The wa te r pipelines shou ld be e lec trically isolated from ex ist in g metallic
tran smissio n mains and la tera ls, e lec tric a lly grounded eq uipm en t , as wel l
as a ny rei nforcin g steel where the pipe passes throug h co ncr ete.
4.7.3 In sta ll ati on of bonding cables across a ll mechanical joints is required for
the DIP o pti o n. The di e lec trically coated stee l pipe op ti on requires two
bonding w ir es across a ll mec hanic a l (non-welded) joints .
4.7.4 In stall ati on of a polyethylene e ncasemen t is recommended fo r the DIP
op ti on.
4.7 .5 Proper monitoring of th e ca th odic protection system w ill be achieved
th ro ugh tes t s tati o ns installed at galvanic a node gro und beds loca ti o ns and
buried underground electrical isolation fittings. In addition , permanent
reference cells w ill ass ist in monitoring of pipe-to-so il pote nti a l
me asu rem ent s at gro und bed a nd potential tes t stati o n loca ti on s.
Monitoring tes t sta ti ons a re recommended fo r a ll three pipe material
a lt ern atives .
APPENDIX A
LABORATORY DATA
CLIENT : Kimley Horn and Associates
PR OJECT/JOB NO : North Holly Pump Station Project
CORRPRO CONTACT/PHONE : Jam es Johnston 1713-460~012
SPREADSHEET REFERENCE NO . 1
SOI L SAMPLE NO . B-1
STATION NO . (x+xx) e.g. for "5+67 " enter "567"
IN TE RVAL TO P RIOR -FEET :
M ILES FR OM START 0.00
SOIL SAMPLE DEPTH -FEET
2
B-5
0
0.00
SO IL TYPE Clay Sandy day
SO IL COLOR
DOM LIKELIHOOD FACTORS :
La b Conduc tivity (conductivity meter) -Micromho-Cni 1
Calcu laled Lab Resistivity (conductivity meter) -Ohm-Cm
Lab Resistivity -Quad Box -As Rece ived -Ohm-Cm
Lab Res ist ivity -Quad Box -Saturated -Ohm-Cm
Resis tivity Used For DDM -Ohm-Cm
Moisture Content -% Water e .g. for "10%" enter "1 O"
Frequently Fluctuating Groundwater Influence -Y(es) or N(o)
pH
Ch lorides -ppm
Sulfides -ppm
Redox Potential -Lab Measured -Mill ivolts
Redox Potential -Field Measu red #1 -Mi ll ivolts
Redox Potential -Fie ld Measured #2 -Millivolts
Redox Potential -Field Measured #3 -M illivo lts
Redox Potentia l Used for DOM -Millivolts
Aquamate Conductivity -As Received -Micromho-cm·
Aquamate Conductivity -Saturate -M icromho-Cm·'
Aq uamate Ca lculaled Resistivity -As Received -Ohm-Cm
Aquamate Ca lcu lated Resistivity -Saturated -Ohm-Cm
Aquamate LPR-Corrosion Rate -As Received -mpy
Aquamate LPR-Corrosion Rate -Saturated -mpy
Aquamate LPR-lmbalance -As Received
Aquamate LPR-lmba lance -Saturated
Gray
570
1,75 4
3,800
1,200
1,200
19 .0
8 .1
2
o
370
370
256
648
3,906
1,5 43
1.33
19 .1
0.69
1.21
Light
brown
290
3.448
8,800
2,900
2,900
18 .0
8.1
2
0
320
320
111
283
9,009
3,534
1.53
12 .2
2.83
5.10
OFFICE : Houston
3 4
B-6 B-8
o o
0 .00 0.00
Clay Clay
Dark gray-Gray brown
1,300 550
769 1,818
3,000 2,200
760 1,500
760 1.500
25 .0 21.0
7.8 7 .9
18 4
0 0
310 210
310 210
337 525
623 543
2,967 1,905
1,605 1,842
2.34 13 .5
80 .2 23.4
3.57 3.60
3.41 7.34
5
DATE SAMPLES RECEIVED : 3110 /2 011
LAB ANALYSIS BY: Nancy Jac o b
REVIEWED BY : James Johnston
6 7 8 9 10
PROJECT START STATION NO .
PROJECT END STATION NO.
11 12 13
N/A
N/A
14
Appendix C
GHA Shop Drawing No. 1116-057
;�'y.�"'_ . ;,r•'+�K' r�� 'w1r��1 �� . � � ,�" ' ;1' � I:�." �� i1�i ���1�'i"Aliry1� f r: ',r �;�4r;,'� ���;�y•n
� i� �" 1,��: :{��; ':"�� �y7'��,'r'o:Jt S �.,p,�; `�ti..F1.,{,�.7.{,.�y
!,ti: • ` i� � I �• .�y', i�2��' ,(-'�' i� i i S:
�e� ��,�� ,-. �^ ;t;:�1 � '�,, �1�<: 'r 'r�::,,�,;n�:�, t,�
�, '� �<�,� ;
'� I�y �'.� . ti '�� � �:� �„ ,y . 1 4.�,„�. ',i..r. �t, �� y� `{ IJ, � i�l, � � 1
� 9 _�� ��-1�'<,' •,t�i�i `�-'ri tr . i "'i91, 'yt. ,. �m � t
,, .. 1 ,� y �.�'.-�' .r. a� {�'i' . �� ��� �.4"� , i r
, i � , i �; ; � ; •' � L � 1-�'� �;
� ��•] � i�c r � r��`' �
' /�,'"_"';."( jU�Y._�f.�'1-f � V ' . v �l� f �,�;i� � �,'�j�.r,v';it�`�A ����lv��f ;e�'•'�':Zf;.` � .�
� •�' `
� , ,:,�s Cb' , � , � .%� ' rJ � ���� { fi�� ,',��kd:
. � /��1 �� ��' (;:� � ` �� �. � +il�i '� ��,,41'p� si t.t� ei"`^,�r�ly_ls,� �:
u � � \ , ? h ��, �t N ,yu�' ,
„ � � ',1, � �QI �' L� . f�""�'r�.�i'�� � : � '� ii ,�'�� �7'` �� '�Y�`:ti} ��' � `� ;; ''I'� r"a�� {�, ,.a.'�` 1 .
'] j` .�_,_.:,}...:".._I. t � 1 ,.tL- .` - . � t_ ' � � 6 �' �p¢� �r � � i� � ' y.��'F,! r :
3S/ '� -v t^� �,' ����%.�, �� � �; V W � `6\r�i ��v �s � u( �� 4 r r ��, ii ��' � �?5
_ !') '`i �/�i; .-r= ijJ�rY Q� � � y(.� ',y,� , �ir t � � �t+,F,�� . �; ���5 �'�2 �f � P „�E
. l :; � � � � 1(�sf't �� . � I �1�y �t _��,�, � � v �:, i�„ � �,ti,; t r .i.�`�� 1 �� '�' � � � �
�— i �h A p, � ri 4�q '� i dj
' � �C^_ .� .�/ � �i'� � iih' y � ��,t � � '�f!� ys {,k:''��j�{{S ��� �J ; !� � � ��)���'�+��� ''y:
�==_..L y.W,` � r y � '' :5 � +�4� w � ' ��"1,; , �;, ^ i �
' i 0 , ' � i�--�_`� : .1 y t y ,t � Z t . ,, � i �tic � , � � ; 9'+ a � 4�� F � i� �
,. / r. r a,, �j F� o ,.� ' •'w...-,._ ' t' a i; T � S^� Ii J, } 'I� �'� J z �4'�i;
/ tb {� , . • rI/�`{ opa' 5 i �{ S£r .� � ���!"� � y� A i y�..�o �� � � r +� � '� � � � ) �� �r� ?':
� ' M 1 `�;e�)if:��� � ��,}+�� i , � 4y� � . � y,� i�"� .,;i ;l�i';,,�i r � : :`h }j t l;} 1i '�i��,� ':�}��,., �! � i b
V , i� �� ey � � 9,:ti F k�'7�� 5 ��{� � qta,����y,L,�ri��.
I C0 Id '�'" r�; .� ^�, ,� �,� :�� �$'�+�!��cl 7'',t� z�,��'�I !�.�� a� �+,I�P �' ,�4�
4 , 1"• S c Vr` �.�. ?� .4� 1.,.. .�£��. h��� � 1 I.I� ,li,
� 4.� •.4{:; � � ,`j��. . � � �' � ,��7� , 1, � =tr fy-.b ,�� ���e ,�.�c . ��`� �f' :�;,� ���, . �� � �.;,�a3'i��'�" t
' �C A �; � 'X .,R� ', !�,' ,`y�,�j c;,G' '�;, � � ."���, � d':'��.F' ,'l p�,�
J'!� � ?it 1�� I, �G i�. � n � �` *" '};,,*�=�%' 1 �'+,�s ,4�•'Y� ��lnidt��'-j���,,;.a ,i4��.� fi
. (.' �I' �' 1 t — S' �v.i„
� .� 3 ,�r. J f � �1, !t`,, � �f �`�`� - �qnri�r .�a r,��+; �•�. •� � ? � ; fXi ?a'M� 1�.5� I�
; �Q , ; `� pJ _1 � b;, � ,�. . 'r�A, ���qq � '9��c;,= � � �] �?• 4n d y.�, n�� 4;, _,y�%� ., rti
,� ,�; ,� � i� 4 v' � �t,y �ii '{ �t� 4i� �,� "pv�^��y� ,�4 f t1 �4. p,,� p.
1� " ,J�'. ��e'"r' !. �� '�� �������� ' �ti l s!"1 f'a `��'Fiy?�,�� tjs� %�y,q'r' �," �i;�'uh�r��'si,,u��}� �'�;�
` o�'� I S ' 4� �` ` � y' `"�,`( r 9'' St."� '�� R`
..y, I ��-`�.� �� � ;i ��: y'�l � t }yy¢ }2 p• '� , �• ���`qi ;I�`�{�. � �s'r�� 1 t�S �f i
, � 1' ';�i'y�� �v � � �� '�j+�1 ? �t� �, � ,y i ��-�"ill. � ;� ,,I' � �i'; � ��� ��� � �
� '�'�i� R:i,,, Iy��, $ �j ?.' �'{'i � .q 1. �� ,%, �'.�:�.;: �.�i.;i• �����;�. ,�'. l � ��� ����1,�,
. f � `� :. .� ,�, �. � , t� �;r � � ;� „
��', ( 4 � � d� . 4 t� • _ � S . ' � y; .� + �r!. �., . r
� * � � �''n �'�: ,, � I � � � � ,'y�� . � `�f �z `�',C«.�,n' `, � v 7 _e, r � , s. � , g� 1e ..�
�� y 4 ' � ; �,, •, � � � ,y�,,�� ,�," � � _, � ti*�,�l';� �� �d , "�},,,���, � � �.��� �>, �� � �t�L;
., " tn ��y� ' �t��` f � � �} � " '"►��!'� p s 'i ;1, � t' ;fi�i ;f �'�•"��R? 4` � ,� �l `a;:s' .� �� �;p•{ "; �}'i.
V V M 1 u.: ,�7 �j � �S: ��!' { I�s '7� � i
� �?'; �� 'S*.i i Y:�.��� ,� � �%l�• � �� � r
r�a ' v ? '►• r' r�'! . �:'�t4� C � pV7, ;U ��r' �C� ;[:F,�y,9r`�j` ;'�� � ,[i'ii� �• .�:r,- .�
r,• > �� Y?'-""�'" .f r*. �� J� g, �°y1, ' ^�,, :�.�..c` � <'`��� c y 4� . s ,
� t t`,� � : � t .,�, , � � �:-+ � h i P � y � .
� U ' , j{ . .y ' i � �;y� � J�� .��,,
„ O J Y�.�, � ` fi .e`� � p��1i u. �j � � y � '��c1 �;r;i ,C ��, �Ird iC.if^ '� _ t �'�k��yy' � �
i'; � . _ , � r �d� .Qi , 'P� r�l . A �' i� ,� L'l'.� ,.} ��� � �lA S�'.i
� 0 � � k-'{;. , .'� � U � IT,., ! � 1 �,� ,!.. )
��, y �, a - -�, � ��--��';o �� — rt �'� � � � �, - .� °� � ' � TM;�'����;`,� `�� . ��,� �;� s�-�:
, � .,, f���, . �. ' 4 � +� �� ,�,'� S 'A'.` i` 7 4 � ' t"J �� �� ��^, "� 'r
' y ".i' � � � �.i': �c • � � �'� v �' �v4�� ' �u� y.t d �k•, OC; j� i�j It�G��s��.r ^ {�i
.w Q Yr�e,�`P� �P. �;p. ":i' .G�ri,,'� �,'�, Q� �'�`ri:���'/�'�y��i'1',��", �►` �;�.\�',�;•H j;ii i �'rjr,'Y�`��t�ry;
"� w ai`��;'I �:.h���r ;�n..�{�» k'f ��r�i��(,. ,u����`•li1 �t�,xf�.�,�i�� �E �{,��! 01��:1 �
� �i YL7 I p`.��' � �� M�'�u } �. . , � � V� ��. • 3 w�(: 1.. ��� ��E�p1� ��F, J � �'�.i11�" tj �
� I .�� i o;fw d� �. �,�.Y ;�,?i ;��/��r! _y; �E :i y�'�'��,�, ��� ^ � r �'��,� 5°.
' �; ' ^� �; s' n�.� � �: �. , �d �.�, i �u �'�} � � , a E -: ��.
', ' � �� d #� i �- t'! �.t �� � � �
� ;�i�, '° �"' ��" .� ��'yli�=:��#��„?�p;��:''1 4`,4'��'r+-�.�1:;�'' €��;� .">C� S
�; ;� �
. T� 1 � ' .,� � � r j, -�ji � r i t4V � Y- �it•, ji,• ; "Z 'i �',� � �} -`J � �t;yi�l � � �{ .
}� '��r, �y t? i{. �1 r, "j , �� "�i t� ,� �
� , � o' � � � � �� �,':i�,"�y��j � �� '� (d ;(� � i ry ,L��!' '. '(}IV� ,rj �,���F:��:�, i.� �: �;i��'��� ¢�7�'�
' � G ���..t(� ���� Du.tr :�f� 1—� __�.-.L �� "�. :�e����hv' �{ ��'rl�r �t.� f'� P�
� ..�� M .� ...It.,i�.�L � ` � � ��: � s,: r�
� � . , ' � ,1;''��{,'..''� ��1 t•>�i �. �- �
� u I � ,� `. " .�,cr��) dr ; �b; . , � � r�: `i '( P �.?i 'i � R �)� �f '^ , �,fI.x.'pr "�L', . Y�� f� �.0
� �^ i' k l�. . :t,� �� + 7..1 1i { �{n :j,. i rr;J:�`' :!�' �;3'� '�;� 'Yi
I ` � . � �?.y� � --; T�''��'_::' '7 � ', '.i �il., ;3 :i: �„{� .i, +y�1�: I
�'��y � �� . i� ":'jf{,7'ri�;. �.-^'` '� �=7'� :—ir ;';k��1 tz A� �liy '�,! �.�.� �
. ?h, ., C/J ` 1 .r ���;y�l�� ���� , , , �t u� `:�l'�-f�:, "1�' �;:i,+�_ rti�'�'�, ck �qA,�A��i��T.,'��'� �.���.���.�
�; .. � I � �;�;��" �. ���., �, ;�����.,t�,� ;�.J,�.�,.4.-� .�,,.
� � � � ° ,� ��. ,�; � , _ r• :s.��� L � y �. � :o�.i 1 7 .'�i', .�ep .,�' ` fJ,�� '���,y t1�;
y' t � A t� y�
y I ' .YZ tWnf' � l�f ' •' J` 4., i`� ;:�' '�.; 7 S� (�}� � {4, t�' ,
��� ' � 7��� � �� ` � t �1� ,� 'ri i� 1 • 7��� �i,. �� �a �� �i�i��A'n^�
'' .,(;,� � ;"� � J : ,': ti �l :+;- �!'±,�,.. 2 S'�j U 3: -�: �� ��.
i i �� �� ' �`�: ��r i�Y�I�I�S'
n �.� � 'f ' � � � � ° ; ��; ` ;s _, ;, ,: `_ � i � tl � ' .i p:�, t
�r�� �
.'_1._.--_ � __L � � qa� ��'' � ': �t: ., ily� �,;' � ;., ,�.�, , �,. I� ,�•`. a} �,
� , � , , f�" -:': � ; , �� ' � ' ,,, � . �� ,'� � �
„� 7 --.�.-----r _... _�___-. — � . '�,. �, ; , , �
�' ��� . 7� - i. .��r�,�.;Y ,
' �' �; � '': . ry ;�,Y;� �;; ' � ' ;^;' ' .
' � � �� _ . . .. ...• h � rv�' ..., i: :�.. .1 r.
/ �
� � � X--9011 C
; �� � r; r' � a��i
, � j}Y,,� ,� :� �'�� ;�� �; �
A !!��j � i
� •, r.��l �y.;;�, '{ '� ��.' ., <
�, � i-�'
� � � ��,� �' ,° t P'N` i 7 �t"
r
qt1S�p �J , .� ; � '� a 1 yZ � ; '"
r
' �P�}u ���� � � Gj �,��"tl �� ;i }�Y��i
do' �,H. }�.,'�.� �U �, %• 7 1) }�i
, � , i �, J
r ; ' i.� i / �t ' t � ' ���
, u� v) , ; ' � �y� W ,� � � .-1 U1 i I� � ' j��y ��F
u� ..r�.,r B%}�,"i� d l" �'� �.;` i' �; rt'1 h C7 c
. . '' �( t � , a ii '� � � �+ r C�l�( �lr�^.Yi.
, , ,� r� If'`�;�',i�w6�� � r , i N , �t � T� f �' ': �����'�k
, , ''�, 3� I if �� t� , r Kis��
, d. '��i � a . , •d'". �
� ;�.� i ' �: f� I . 4� �' A.",y,� U9,'
I � r' ; i,. FS'�;.�h � :� I a�" �* ^ ���:
, � l,.�i, �f �14`'I �:� �o, �'k' ';�9,i��'�"J�,t,C`
1:'- '� ��� � �''.F �. fi�l�� y�a
. ''{�,���'``k��'.P� + m f �;, '���If' ,�': `��
�. � �I`; �S ' � ,"�+' g
� .
, y � k l�'� 1�;,'t , , � � { �'�+�;, � ; , , � 'c�;� ,��'
i { � } � „ � � � ,s�
�� � � �, r , N � i42t ;� , �', � i � . .. ,,.i f. �,� ,',..
Y• ' .� .�r'�i � �+� ��r� ��� ����i ',. � ip hv ° ,'� � �
� � , �� , � ,�
t � � � I � '�1' �' � Y � � ' �N�� ���� � �, ��+�f
I , , � ' ' , � �.; � r� � '���4 .:h.i ����,� I� �?^
� � . � , �� �-�
? �� . � t�l ri ,1 I �. �!}'�;��F�{ ����',� lJ� �� �M�. F!y��Ty �l
" ,I r;� � � �,� r�� ' i ;.���11��� v
7� �
� � �! ��� , i �, ��r".�'td t,l. ' � �' � ��, d ,� �r"' ���' �b;.
� N � � ,;, ,� �� �'. "� ���;f,' �� "ti��1
.V � � ,,r{ , i't' ' ' � ' �1 `�'�� ' + , � , � ',f� � � �� �'�'t�
.� � ��� i. '; ,�, , � ti� , ���� - � ,�f� •� �� �, y � r�
° � . i' '' 'f iy�;•'s,�Q.,f ip�l } ^�kir�;�`����}�M i"''S �"
� ��i ' ��r ��:� �' � � � � �f'R i� `�� � t'��<�' '� 9 �� tii�
t� { y, � � �' S � } }�' ��t
�' ' � ���� ��
,., a7 � . d r�� i�r •� 7 , k' � ';:�YS �_t � i `°f�'�� ` � �� t i
¢,� � ��I nJ �x,�1 . ..�'� }rn. �4 �; /
7 O 'tl I+ � �� tf: . t� ti �5�, �t�J ?, ) � , S'' '1
'� � p, � + � � �1 5 ,� f� �i� i` '
'�� � vS�.,� i5 I���Af J:�yA ';'j' . Y� 1� �7:
,� � y R � 7 p i *'� ' 't�` . I �4, ' " � � ',
Y i 'X �� �i �� � �`�r �, '�� �F i (��� a
� ���(' �'l�t�(`�� ��, � :t ��,p. � 1 r, i�.r „ i�� >� ¢'�
�r ,!{ ,{ J ,� �tT n: uf , � "+ �� , �t' 'Y
�?�'71' �!'' F^ �y� .A ��, ,1 .Sii ,�' i . l','r��;F( I� .
�� A ��^/ � 'U, t: � � ��ftk� ��' ' f'}�
.b li 1���� fi� 6r .it ,. `F',11T���' ," �t�4 ,:a
r� �'' �`� ' '� �;� �Y � �, ;'i' :;: , ;�,y� ,�'
� a� ' �. � �rJ � s
� � '� i . . i, �ie�� nR,� � , �. 1 � ,,�� � r
� ' , .l, �t;� i, , f��f•�
, I ' �; °' .�
. i t• i �. „t .+�� 4'
' � � � � �' ���� : � ; ��.
�� ��,;.. ,
: � t '.�`'? ,�'
'� L.
�
� . _ �� F,/� .:�`a. �-�l '
� _ _ " " . . ..�... � . , �
�
;::.
•.•J
16.'00 1 :·.'
'
'-·------f,-. -----____ ,.__,..,,~_ J,t+;,.
#11-1113· · · j;~tu.,,,1.~:i i.q,qq•i.: 1,o;,00 1 ;i ,,
-~ ··-·..:...~
., ...
:i i ........ --·-.. -·-· I-,. --...... ,
1S ,? J'. i .rn1 .j_.s6ec . !12" "
;' p .. ·-------• ~---· ·-----
';"/'•····· E= '.J_/_ljJ,<'_C_, _":" . ---· --l--'~_··~_ ... ·_~:_, .. __ '·:_·_:!-J . ...;1\c...:.5_;_:;·_'·_·:_
1·:... l.l C l .c.fi:cc . 1,," 1:;,er,, 1'.f,Co ! "
. :.1~ .
2 ,;··1~:)6
\';I . ~jr
J :22 .no
do'{n
co·,j~;
-~.-Full •O ':.OJ 1 :Jp
~.._'(..,.;.r;:,:.,,..J_ja~:;,;..:..,,~
.fi .Pull•O' ol , 1 up
.· i ~~•n•:l 0 ,QQ I
\(-turn•!:' l.S .1 l..,., ·
11-t urn•J'OO .' e·n ~~; _. ---~ !',.,.----=~~·--=:=....; -~~"'~ ~ ; ;:f-:_~ ) . )f/tb
"'f,t"'("';~"':-._·::#:l~S-.. :"'y-·-',-.... :i-.,,;-~"'i;..,}'"~"';_:.::.:._:~'~·:_,_
1
-··_
2
~·-·_-_-_· -.-,._·:,:--. '\"'.'.:.] l~ ?::t!ttl:;;, ;I
SJ9 .eo
,. ··•
5111.67 /;
( �
�Jf��{i,i "�u•A'� tY..'r�,ir�: ��-ri - •��t.. ..�mn��r-�, .,�r;gt'�':1�. �ri'�i ni -:�A�r
�,�1' _�
�r
'r1� �:''T"'y"r^"�",1� .,� �. T
� � � � ��' r. �, `�, �'i+"'
•„ , �
y
y 7� n� �a i
�S� ',�-` 'U�"
" 'o� .. .1 ._�� ''i
Y: r. .{ �
"i� J
1,�
4l
v r�� i �� � � 1Y`
1 �,� �
.�
'r' d. ,xi� � ��0. �
n "� ��
�'v�o �'%�i d. � f-:a W t y � r� ;h' ?v. �5'1",;i . .� .� G 1� '.f,�L1`[�..:rj_,' :r`i�'i,'�:d�.lr I ''� . ����i✓'r' �°;
-t',, ,j:,l';�.mi.:� ' i' !'�..�p. �+'e���: J' .i, ,y` a_ ��. :.�3 n '?�t 1.��,f� i�+ +a�yy
�i���. ;:fJ - i�i�,. ,.,� �.6 +, � "t :a r„LL����� . ;PfL. -,{)
�Ie �n,L1, i `Qr"`}`,.
. cf'
�7 � '-� �v%- _ y.
- -�+i�.- . 2
fi
`4 r,
� c: -�'1.• �� � ''�� • ,�, ��" � , ,��, )� c (t ti,.
��, � �,.,,, � ,.,. ki t'�:"' �:�•> ;•,>� ��a. 4,�..� „ .,� r, �. .;.�.� I ,;�.
� �. �:" w.-,
.�%, � � �r �
�'� e �v . r , �
pr 6 'L .•
� �` �,
��r- ,w n,, r
^:, ,{ .,r�. .�, � ,, ���:;� �i�� . , �y , i; �'-.�� -� ti.5��=�'> qi ,T,'�•� � 1
S .T.1`i ��C .t'4� \.1c i'� }�•' �i". � •° '�;�"'.i:��%?' .�i{ r� �M�.�I
N'.`� �:� �+, .�7 �i't"r� i ��., `'.f �`� • , r. 4�• „�
4? � l =t ___ b 'z�:. , . ` .,,.'f I, 1�
, �rJR: �'.r� j�,j �-:��=- .-,1'.,�i;� �o� ,_ _" � �-!--f�� �.y�',��r �,p, y �, �.�.��*"
r.,.� �;,,, l:�� �` < r,r,; ° 3 E.�y r3 �i' ��
I r}� � t� - ', ,' � : , r �T
� :c :':i , f �,�,. �� �y' 'v'iv• ' -��1), � �, ._���p�. �}i 1�iS•.y �.���,�5� �
y�, . �:�. ��• ,I � jJ :? � ;�n�,�'.1. A.,`'d: t �u C `�3�P�` ��'� 'ri' ti.�',
r . ��' ..ti;, sL .�, ,..L. ?��Z�`�< 3y:�r�:� r �•"�
}� . ,1:. , � 1, �
• F' � �;3, � 1�`ti��,�----�,r_r��` = ;�='�` ,�4R:r '.i'., . �>y�,��r�R �' � ,�,"�"c
1 , S ; i[-; � i� .'�YA.':: }.. r.�,' ,f.
�'` •,� `[. '� ,�j'• : 9,:j.?� h . �'� ' _ � 3' : j' �,'r.'� ` '+ tF dY� S.� • lY '`�t
ls ���' �r`. � S � Tir • ��' . . . 1 �L��.v � �•�, � � ,;1�'�r�
�
� C,�':�N;r. : _ . '{, > , , 'ii �.�,t � ��+, �.1:-r �;,� � �
� iaR�,'���'.^� i� ' �1�. �- � �`V�j'� {��s� �.4 �'�"�.
rl�F`�N rn � i., ;u ,i 4'-1'u , :�k�"� .�•".✓�f (,,� p r.
i . t �•=Y9�r�f.+, � ,,. a� ��. ��-S,r�' .�:��;�, s i�,'
"V . J y 7� 4� ��1� F 97 . �" �� 1P.�w�+'r, �.r � I;'!•�
h'� 1� I � •�'
. �` ' ''r"r, y�
• r`' 's � ,I .rr f
I t Y• .I � �C.
% .
� ��
/ ., iN re
t �t"
r �
- u � ,.a.
�
e• �
� 4,
� i
� �
�-t'�,�
�,.,r., ,
� � a -�
� `�r
l
��
t 9�
'�� i:Q
� 4 ��' I��
�, '� •q.
'1.'.�:�,�.�., r i�., .1 " �:.-.r y� � . ��' �.S;N� }i".�,?i�rs� t�(., � 'r � i'�' ,l
, t�`,�' "�it. �'� Z. :-�+-�.� ��; '�V � �i. . � ��\V^%?� A. ittsy,`�0. �£��f , � �;�5�
,'t� �. :t ,'i' ,`cr .i. �.��' � ; t;�'�'e�.r� '�,, '��
.l Y° ��� ;'}'i 4, t , 7. , � , _ ,4 �y"
.r� ��i � h� �
i1
J i
'•� � - �,.,..
�}y ,�(� �y,� �i
� • 1 ` .i - a �.�,�,. . , � � c� , t,., ,.4�. 1
v� � `t Yt; .�f'< :i ;�! i'i;'�!�y'� .0 a �� y � ; a� y.�� 7t��+ �'j� i''t ,�`q�y� y,"^s� � I �'?' �.�.�r
y,� ' ..��� F}.'<<hi.Y�C .��"r."X 16i T?'. `� �,��` �j.',`.��j (.' y f;`� r,i'' .�"�'� `�1"^ / i„�a+S
�� '�i, '`y� .yi;,� F � ',�; „d.,e�r.,y �p �.,\ �� ,�.#- , .t.' •, �,�`,'. ; t -f ��
" 1� � ���� 5 r.%� � �� .�' t.�' ,.��ti ^a ,y< ' �, �' � �.:��� , r Y�',<<` ���'��;'��l��yv ��'r �� y i2�p1
��,-:., , , =�� �. �� ` � � :�� � �� ,.��r ���s� '�� z:�
;������ �.� i r �` "1 c� t �� �,,r �l'+ J'�
�N;, 4,, ' �, .f.i�,' Y ( � „��{�i �. �';%� �� d'� ,��: i '�r? �-t 711E'k,',+, f , s , ia'��� y �=;. %ti-� ���
.i:�e r. � 1 C1 .�, r, �� `'�,~ 3. "3•' �'�• .i
Ix �. . !1 �' , ;� `.' � ;F.. y ��
��.
'� � �) k•
{.' , `Y'�..', y
�.
r
r, f �
�_1
:r: U r
9
i�
�''�.:��
u '�:
S�
�
�
�i l �4
.-.. .i�, r��1< �
�' : � �
. i ��
7�' e
� �
�
. !�,
�s
- ( i
. w�
�. `� � n' � ti
> ���`
/� k
r � � �.
} r,,�
MM11 �� \
't t
,f
7
ti
� i'}y<
�1 li 1',
�{ i' { � .1
rJ;�('y �� ,�u l'���~�F � 1 ,��'f/d.?L�,,`�f! ,J� •���� ����ge'.
�c� .�iYi! I � �.i?'� '�� ; �,.r���✓i '�\V'!.� ft� � ��{ ` :LN�� �" ���f'� n��, f�ri1�1` y y,i� A ��'I.I
h � � �r ��` C�� yS. � � �"����.r� � �i ��•r'�> ���� a � r� ',, �ti '.i�}�a�„'. � �. �j?N� � �*
�� �',��� ,j � 'ti,..; ¢�i �.��r.� 'f�.��r�I,'• ,��'; y �'�' ,'•S `+,'' ; i�. ty}� f'��GS��,'•�
�j; ' / ;��, r`: F y . ���. i,�+. i�.Y� '�.N ..� ' x' ^' �'`t �.y :'V' 4 C, , �+j�`'l�Y,,�,:�'2a;�
�f ,Y `; .I��C�I,��i�f�}�,h�i .,��i��H �IvRG��,��'r�.-7;�1 ���y,,,� �� �,'9tia`a r�' � a�a,�f 'i1 ^,�'�;�i:�:�
} ,}E±l l � r S � r r, ��r �
I,���, � St���f.'r,�^}�.i?b' �.:�'��i,��.�;�"�V .�. . .. � ,.�yM11 i'"� t fi"`,',� �� �i� i
�, f <, �<"
4�� ,,', ':�.i ':'�v,�. ,�` �'��.�di��� ��Ai � �'.�'$ ��> � ' },',�l�ri'',�:�,�� •i•i�r�ix � ,� , � � h�u,+
, � } • � . ,(, 1��^'_ l ii , ' y�� f Z .��' � Y
`,� �' �, ' f Si,��� ? ;'� 1;.`- ����',� �"4 �,�I�4C`7 C���/ 4C SG" . 'r,;:y :� ` ��`t 4� � �,� �' g� `�N�
r ��,, '�, �1��
Fr�"� i ��`� '`�'''�'.,,"f�ii,i ; � . y�Xfr�,y ! ��'r,•� L,`•�:�.�•�;W
�`}��-e� � , 'i��" "il` , ', `'r.�� s�� . �;�.��� �" "''�3',T ` �' � ;�`k'
c� ,., �,,,.� � ��•� ' •�,,. � , ro . `i; � �.��. , �
„� 1, ; , t �'t�` � k: �.l'.. 1 1 t N•'•Xr � ; � h �i'E r'Ti
l�Y�� ,z .�' . `f l�r I:fai It'� �� c�, �' ��y�
;� ��� ri� "� �� p,�
2 y
r
•,;Y , `
. �^ ,
� ��
J. �` , , ' {; '�'r
�' • �, � ��^���
y�J� •�,. .@�;a• �, �� 4� � ti ��'%�;;�: '.,. . :�J;.i?,'�� %L ';'r � ��r;r;,k�>;+
�".���i. 'U1� '� C' �'�,}.' �.y, , , .f,�il ,r ; ��'r �.�4��.��� �
µ. '� i' , � .L,�..' g�� �it-. 1 , ' Y.� �' �,�ri " �i.i91 � � � �fi��
4, ` �: $ .3, ,�y;; ;�3..•. -,� � ,;� '�, � � > �,�+ q �`�t,'� ��
�b� ' ��� v, �� ��lQ. `l,ji� . � � -�1 ri i ��,�,r� Tie� �
Y � +'� ' � � ,�` �Q7 �L�
� � �'���5��,�' ,11 � f' � � .��( •f"�
�� ��. � �—. �J 'ti� �� ��� Y 1 , � `•* ,i
, ' °� ' �� �� i' • ���FJ� tiQ, � ��- � i �,, r�,
t �—"3'/� '�''T�i ��; "!L�"._ll;"w �./1�,�`d_ t' ry,�r:i� '� `r ` J� ti�
, ` . . • � • ' ; v � i , i,,�� Y : � d..,,;, :.'
F.,, 'y . , Y �h °•r,,� �` �.F � ��' �� � r.
t�` � �t ;'f� ,'Q �{ �,� ,�'t, , '... ..�..._ `, � y ; j, .. � .,^
�, � � �, f E,. �a Qij � Sl �r�h Q� 4� ti3� { :, ,,, f, ' �:
�r ti l i� � -;� 1 � ` 7 �' ��.t,� �bi
` � ',yh _ ' I r��J' ��{,d,�i3'f� �?h� � � i�pr� .}, i`r.i� � `�--� � Y^�
, � ,�. i x-t';�,�
� �� � � , r � �t �-�= . J.;
'� ¢'' .'` :�.►���,�'']] ,., �. r„��,,;° t 3� � y�. s;;.�,�}�..'.P
� � � - � ��;o,o, d a :� 4 , � c ,' ; � {�w �/ '
t v ' 1 , . Q .1 I,' I " � v � .I `r�, Y. 1 1 � T T� f ` � � ( � `
r: • � � , M'.;` � .�. ;� �.� � �. ., , � `�r y�t '� ��. ;. � � .r'�� � � ,, :�.
- �,� r �S� . � t ;i: �j x ' , • � i . �' � r � �' � � l' ' �'�a 7
��� tl �:,,1 . ""• ',u�i,� � ,,'���'�rd:
� : � �sr: . ' � s��,r� � � A" ��, � . .j . : .�,:� ��-,��
�,�r� �' ; t, :a„ ��'� ` � r� �',''��
� � 1 j �,,. �[<��
{, `,�,. .8�e.�,F��7{��.�:3C5 �t�t'�iCI:A��,.G,� i , . ij.,..�2}�..�, . -'���v�-,��i�
�
�y ee 1� �ir
4 1" �
x� � /� / l�,' �;
r, � �7r, 1V
\- M I
/ S
�l h tj. Y,
) ..� . •� 4`'t �fi
�1 � �t� �1,� ` :�u
;l,S s }. �i`; i�, t' 3 . � �_ � rj.v �,�.�.'a r'J'� . „ij% .t:I. Y .�.. �-�� �.Y�
•L,"�1 '+ ��,��, ;c. ,p%�t. :'ti:,
rF r f
�� lt.� )a
� �
. ,. ��
°: `�s,
a `, .
r-, r 'i{ ��
�i:
C. �� �'1: �
�.. •:t� . F ��C„�. G,. .+J,� » �-. `i;' v��,�., NIi s��.�',,' .�
,>i i+ " � � ` � r � 4;
:'L� �. � f � r
����'� ;�.U?t`t,''�'r,; ��Y.-?;,��� ;-i;!�.f�i:i?t�.' d4;��;�.�fr;G�+�;�' �#'�' �' •� � .�t.;��
;.v,4.f ,'l� ;V�i �`�, �1!J'� � . � ;li' � r .'!' �.i ��'� �t�., �y,,li.�,.. ...1� +� � � S�:
�J' ,� .,�-�r'-�� '4
�• �t� h Y
1 I� N
.V �-
,[� �%k'
a
i• �'�:• •.)� � u
i" r ' S"-
r �, �
��� 'i. �' �
{�. <' K ti. ,,:
'��a�- r :�'-��>� �t ; ; �.. , � , y � � t u �� 5��, f t:i, , F , :;,
,h � � � � � � t
,.' �
�
�� i �.
,,. �`�} �,'�
�.�,"i,�'t..�,q, �o- �l�l.��., , •, ' +�,����F. �:;�a,�1�H }�!;s��.#.�H���„ i
�pSMr+, i ��`�'i7T!^'j;t�.�:r.: �,ll,`';4':a ;� I, �; l, # s'.(:}:Xy.y� ,Q�,I'.•i, l. �,i ;w � ,1::�
i�:�Y_ �/'� �?Li ,.� i, � �Y1� LU� o'� � 7� - {�'�.y ,4' G .%�.'4kf•;
'4�+�'' f' �'' '�'C i�,;v�+' �' y. � r��., i ckitir � �., „;��'I �i�,� � i' t; r� .):
.+' 3 i ��rr �„'�y,�i��i�i'r ,: ; (. , �.q A ' � �,� d .I
�,�,n�S�, r;;+`a; �:i ,. . I = ; �,��'i �,'�-^--'g-`-r ', , L .
r x!: �r� _ •G,�� . 1 €K,?�.: ,!!� ; �'('r�j',^:(71�+, '4'
y{: `. ";�t:,v�: U..0 �r' ��v ���'i.�'' ,�)'uli +� �3 '�'�0'
@� . '�`$`yqy ..�'I ',, , �:'� ��;;i, r �, � - :,� i'ysJw � `t
I14�� �•"�"*�M': � r� i �' ;1, �..Y �J ���. 'r .d� ��� �+��� 1
>r. 1, 1�� ��g t �� ',7� �i �' �.7.
•,� i� `a c � :' y,. �•J'; �!.' � �.�;� ;i: �-� r �� �1�.;�'Y.�, .1i, .Z:
� �.�. � � ,� �. 4
< �� � � o �' �
f?� �:,ti ,5 , Q„
� . �
�€l ti���. «:7�,.i��.-_.��� •,�• ��.`��;.�.,, w._���'�i?�_.�, . �,,� o :4
/� ,� s r .
+-J. �— 7 I 1
b x� f `
�.. r� � l
h� � ' t
E `Y t m r�'
) � `A �
r , �� �t , �,
�,a 4 �, �.
��al.• ht ,S" �'��RI"� '!�, � !� �d� � �v.E s�i�t� k� �� ��� i �v't, �
�", l,,�i�� «,. , '� Z fi b r! V�:J.y: �
f.A''�y� � �� � ,;; , u , L Z t� f , �. . �:,.�,�.�.'.�,� �, }, .,' , `, ��,}
� 1 y-�y' _. L ,. "' � � �,.),.�: ,��'; �y t•t`h. �
�Y �w ' \ . � 1 •� �y �1' , 4 � Sarw ia'C ,f�d��, 1 .CY �.
./� !
�, a' t)'
�=���� ,,'p �';=' �, t''' .,��...,�.+ ,:� ,�;,,, . v; ��,t., N� f.�,;� ','� �;; �; ��l •'vr
� �'' _v A � i,..«, 1r�, .��.;f 1i^Fr x 1 }1
��":i,[}.�p� ;����a�� '�' ,(,','�,i X �' i; `�'�, .'y�r���';,;.:��;-�C�1,P,�1;��{:. �},p , `' "C�pF�A�,'�N�
,4,��,, � h �,. ',�"�� Qf}��r., t� ,� �yv4l,. ',i''':i,�Y� � t� �/�� +�P
�y 3/:"��� jg,,�� r ,, u�a; ;,�a,,}' ,�,� i, , � ,���. n,,-?��-?�'�. �s�� ���,���r Aj �;. :��
'j ,�,,W:3 ,`�;�, '� ��p'P,�,^59��� rY, � �, ,'�,[��f����� ,y��!'{,.r'j`r'�'I,?i�Jf. ri
S!'�r��;� � �� i 1 1 � •ti �1. �'E.' r �t � i, ":�� �`�,J:'S;jl,���r',.����ys,..d.�� ����(` � '� � �.�j,
lH�:�S..:+S.A �.� �. �/`I,�E� �il�. .. , ,.. %��/�?'It.���Yl'�h51Y��t'�_MT�[♦ .'n�L rU
r„r.,�
•ir - �T
i: � .
: �i'�`�L' M` ` y�
r ,'• S" � ' .� �. � •'.
•�• > �'
�- �, ''k r
� .� �1�
7 "�
��" � � , ;i;`" t .r
,���, ,,,..
..� r a :
�a' �G �,� .,;��.. -�� .a
a �.-�
�' -� s � ,
}� , ,.; �
N; i �'� 1� , ���
..�� �
�R , �
�7- 1 u �..J , � � .
-t1 4'' �' �..,.��;i�. ,Cr��r;,;;1�,,4• ;�i ! �:, �� .1:; "''�h�
j.1'+IR1,y14!�;�,��� .I .7 ,i��' 1 ,�'�f'y��',�. �:i��'t, .f� ..i '•§Y.�.�.
( '} � ,�r, {s,. x :� .XF •.t• :j.;. �i,
q,` a�'�'�rj4ai� ,� . Y��'�`?i��.��i.` 1.ty�u�?f� ('j a;.N�'':� fh,: c
�•t� -c3�'•'��j.y�! �.''' Sti'° i i{-�•��n�• ,,�i'-�ti rt'.^�F}: a,, :�' �¢, �b' ��V�
4�'� 5-��' ,C , �' Jr .,K. l x�� ,�.)�I� •�i' 1
��y y j�' Y�.r-�t+y�•�,+ �fi ��`{ bw:l � ci'^trilJ��, �c,� � �'� �� wiC, ,1 j i1�
r:i,C,�. k ��,r „•�. �•� C�r.'. , ��i :4 �Fia ��'� �i�t �', „�',�� _
y� ���,`�7 �1 �f .�`v � .j `� .,J�'�
i 1'"'� !` i. ¢`r,»• �:�-.� �,� . �
� s5;(.,i.(��rykj � -��; �'w✓��.a�. ��y . �,,,� �x .l- �i � �4,.,
A� +� ,h � �1�r. "�v,rl' r�J l�.
1. � �'�ilY i Y�%. '7 �f4Mti j�5-' "7 .T •9' _.
`, '�t� �., . A . ,� � �; �,� � , ,
'�a`fV;��y iu'��:,�3� {�,� ',�aY' :�.t <i;f'}t . �#,�}`1\ ��/' "�''`�; ,,��,�
�"�!'�' � i ��i� , � +� ��`'���µ �41:�1i�$� .�KI +, � �/7
:.�4+ , f, � .IY 1 � � . `l�c T�S' yb<.l :� r•S
���'��� S' . I� 14,�� t„ '�•�� v4. L;�� �.�
.,, �a: � �i�� , �. r,,
�� i t' ,r t :� � kj � '� ` i�Pt;': r
'�'�� ; 11 � , i . '�'�; kt^i � �t'[J'�,�����',�� � N'1 tgj4''' �j'
s ^
t � � '. ��. :.r � if��-i .,. ,,�,.i+i� i ��j� '�g ` �+'"i�;..,f
t� �S- �
,�'c
� ;G' A` i � P �,Gi. �., �
,;� — y i',i,,' `"�,• ' ; �,'� ��}r� N,ILt:���� �a u; �.� �,;
,°�
�,
,, ,�,
, �� �
, i. � �c � z , ',, ,�
i � �. � `� �{ �. ('�i;; , �ri�.' ��i:' i , �.,� �,r�4,.'�._�,
�, a. �ja '� �1�;i,a�4 ai��; ��'I�^ i�i`11��? �'Y1? G A
'�., '�i'�� :2�a, %I �._. }r�.,�f.d'�,r�.,x:Q�G�,� �:,,�;-.i'�=;1,,s`N,
� r�QQQ�''' j�.� �{ � 1 ,a �,+ '� � a� � �� `�� r'�� �tfk
! �`�� i� � ;, � ' � �,,�'; •'!I' ;��' ��.Sr� �rh, �'������v,i,`� ,'�li,, - �' c
r '.�'�� ,,r*' '�, tl , � I ' � �.'� '�� "7 +' � ;r1��4��� 1;d" � `"1��`�4 �; 7�
`�(�; � ,tyr ; � 4 ? �fr , ,, , � '{�;;����.�. ; -'�1� �j`,,.,�
�a � rg�< < � � � h�p^ �'L;����
'� ``�' , �- � , 2 ,�� � 7i �F
i 4;}t � ti' S'), I � i� c i ( i a i
t� �` �! .� i � f � { ��[_p��:�} pf I , "
� �� �� �>% � � �' j �1 t ' .��� 1 i �+�:N�QR�3'.�' � S'
�+ � �� ,i : �'� �J Nl��-�i j�
�+'U � Y� V! i� ''` I.'. ;�19 ,�� C3l e��,� i,,��,�,H��i-��++���.,�
� � �?i � I �� � � 3 � �� �0 ���� ��X�na��t�,�r14k���:��x�a�
k !, r,�,����� ��i • � �� � Y'�� �`��"C������� � ;'+! 1,�,�-E
��,�,�7,,i»�,�� �1 ,�,fi r 's ta�.e����l,U,����.P.1 ,�„�
��,�. S �i�� � f , -� < �� :�-��;Y t�'��,�' .� ��`P,
,e{i J � �,- , i��.� �' ,r,�l,. 1 �iA � _� .
�t `�'� ��••,�r�ri��," r I "�' ; ; �' n,,T";'.Jv U f!t'" �"'�i:�. � i ao� 4 � � � �
�jF`� „�,; � i ' �, :� � #Y a<aa ,� I��.>br�o f Ill<
,"'�!�;?',�4�.x�fiQs . ,� ����� ��; r, { � � ,�
�. �t�,� x /
tj �C�;I:i�Ji.�� t!@��' � �/,..��J,: �,I I.. ,,,��' )�r���i ��r3 : i� i.il � dkfsTe)
i
(
^t
���
.' n.
, '��
; ; �*;j� ✓l �" �'�����. JE '
/r' r�
I• i.��,?��,f'r�,:r'�� �'f'� �
��`r;�r�r;�)! �•-{ 1: �a
q.)� { v ��i'1 � '''i
w.
�
�t _ ��
t d.
t �jS'
9.� , P:'�
P� .
�.
Y-1 �t
,i • . J
;i,;i'��;' }� r j;���'
(i` � y`; v�-�' �E �.�`.e �
�i�� ��!.`f r' '��+�' .''� :
ki� tr.1; F �, 1� ;P.� ;
� �"�';���+;^'•�$ , :
�
. e5y � � i y�I '` f. ��
;�w, �,,��1 E�}':
�✓ I
�r
�i. �
. ,, !
�,�
�'jtir'fl�,yi.��yY .. �� .,
tty ��,r N �3 y
�,�a �
Y G
�{� h
�
.� �
'� . '� Y I
f'+ 4
,��..s`�f� :,;
«�F�,�l t ,v� �\ � 1
'� ���° ';��.
. c Y: ,
� .� ':1.
' �;„ sl
?�• .i
I�1
������;1
��� ,�
�
7
,i� ,
;�������� i
;41� 'f�Yr� 1
�:�i �� �
� � it 1
0
i� i �; ^y •
��
,�
�
�' ,
','�'iF�j,'� � �
j d.�? �' +���J��
1 ,' :',c.{},ul
� j� ����'If�q.�'�j�
a � ( •
}���u����
��:y� `_ ,' � �.;:
�3hl f `r C:t
',, "� w � � � q 'I i
� s'rw ���� ���'�
.T,H�� I�I' `4��; Y�, �� '
Appendix D
GHA Shop Drawing No. 4-1071
l
-;f
.t
l
I
~\
({
'·
' ' '
) '
,o ., .. ,l.100.:,
t,T'l1Q -Oj t""'to ")o N ·~1 M
.CY ·,~ ... \ .......... 'I'\ 1 ,
' .••·•• '"''••• o ·, · .... ..-i9 .... \ ... ...-;, ·.o .......... ::>.• • , •• , •••• '9, '"'\""•:> . .o-., .....
.... .:..v+>J:Uleo
?,
't"I~ .... Oft
I ·".''' 1·~·i 1 · ! ~ ...... ,... J,,. ........ , > i ! '! _,,,,/'/ qh. ~
1---10.. ·/ ~~.,,.,69,
-.,..,,,., •• /.L ••. .,.
l · .. ~_,.,..1 ,,,,.11.
j
_J
• ?
1 • I
~ •,l.ft..,j ..... 'ti ...... •...sl'Ol,:j ...... "'d ..... , ........ ,~
~·~~~~
./ ...:.
j
I
I
,-., •• •01. ,,. • •• 1 l~•"'-•.t.9. ..__ •1 ~-1 .~-.I·~~
(J) I -. -,.v,........ .... • .J ,.J .... 11rt1 i'' :
t ·v-•·•1-4 ~ \•J '.4,l"l ......... di .. ..
\·1""~ .... ~ -\•U"'•""''d
... 'I •I .... ,..,...,.. I
t'LlMO..• ~C l-l leOUt..t , .,.,,,, -••
A:. M,.. EfiA•)
-.,1•-0·
1-t.._-•-O•\'\ ••. ,_,_, ~ -.... ,11·c., ltlt';W
.,,,,·-o· ~" ..... "'"''""-" ..._.'-4 •44 1Rl1•1,l"Pl..'-',_l 100~..n
1·0 ..... ,~·-~ r ....... ,
~--,·-o· •-e.-..
46""G u ••• P\.•t• -JOO-
. / ·.
QeT"'-IL C·~
v.·,f·o · ,.,, .. "•·c ·"'T'· "'-", .. -#""""
...... '.' ,,
''.'',.
/' ,
I -~--
---".~ ---.L. / .... •.•••• ·-··· •. ,, ,,.,-4 .
I
I'\
I
I
18' Co~,,,1...>< ,..~ M~~, lC.M.~)
-~ 2 · ru "Ol A,• V..\.v 1(A .V.) ,a-l!.od, Jo•"-• p,..,-,~·cu..,
., ..... -()"
6·f M-.. --... ..
4-0""" .... ~ ---~ ... &o,(,Jl'.l.f.4 ... P.••" 11:)e ---"'"·111&•)1 ,,,
, .. ~•••141 ---:1,u~-<».10
/·-/
/· r/----./ ,
Q.!I..,.. &1R 11,,c._, ,. ... 1,. .... , ••
$.0. • J f4, ,o .. .,.,
t
' ·' ~
FtHk -0 N~~·-""·""°""' W .)-t HI °"-••CG-O"'-\."~ '•~·w••._ Q~t 1,c'f'o~
-4(!)"\.0Cl(...JOOtTCY\.mOlt P'I P'l-
1. ·~PECl ~L'!>
~"' 4 ·101 1· G
Appendix E
Hanson Shop Drawing No. 99-74L
Project
LO CAT ION
OWNER
CONCRETE
-,ORT WORTH. TEXAS
-CITY or FOR T WORTH
PRESSURE
D ESCRlPTION -WATER RtHABIU TATlON, CONTR ACT 11
FOU RNIER ST , 10TH ST & TH REE TR IN ITY RIVER CROSSING
1411 LF Jol-J0 1 PIP E CLASS 150
Directory
PIPE PROJECT
Engineer
DUNAWAY ASSOCIA TES. INC .
Contractor
H ANSON CONT ACTS FO R TJII S P RO J EC T ARE : LA RRY JACl<SON CONSTRUCTION CO .
ENGINE ERING CHUCK EUBANK (972) 262-3600
SA LES -JIU~ DOTY (972) 2 6 2-3600
D ELI VERY TOU PAGE (972) 262-15 7 1
F IELD SERVICE S -N (LS THO~SEN/
CAROLIN E DUNCAN (972 ) 262-3600
CONT AC T -LARRY JACKSON
817 -572-330.J
HANSON Concrete Product s , Inc.
MANUFACTURER OF CONCRETE PRESSURE PIPE
DALLA S
HOUSTON VI CTOR IA L U BBOCK
I DRAWING I YE:A R -JOB H-OEl'T-S II EE T
NUMBER I gg -7 4 -L - l
0) \ ~11 v ..
: I ;, I '> / IIJ ,, l, / 1.¥-1,, _____ ;_.:.. ________ l
t.f °" "f 11., •• I z. ··
:
I.I ··<0 N j ~ \}
4 J ~ ~ " r-J f' u. Vl n o! ,0 :
J .) a I cc1..L.l1,Y<. <!.. h J
" 0 ,,
-<;) I')
" M 0 ' 7: Q "1 ,.,
A~.A.'-lo
"!>t.."1..~ X :,.c_-F"I..C:.. A,OA..PtVR_
w/ ~'-i " F o . ~/ Z.~ ·• )( -z.·· ,on.. F
RELEASE COPY
JUL 2 0 1999
\SSUED FOR FABRICATION
-Z.'-i .. i=o ..J/
-Z. 4 .. ~ "2. · · -ro 4 F
~/11.,. R_ )( I Z. . N Ip
0 0: z 5 :3/y ..
,:;{J.1NO
I.,(.) t:L 0$
~r'YIOO'l'">-(
"' (t_
J a.
" J
M
.· d)
~
QI n
: I• fa IV\ 0
I ,9 'N
~ c-'It
II() O"' ~ ----
~ ',3 I,
!J ~v " rf) to f 0
·· co ;::-:
r-
~
Cl. ..
_Q
=l <;)
A5' ~41
~u "C..f',.C-,._ 3u "~1..a.
P,., 0 A. f"TO ,<.. ~ / c.. .. .-o
" '1
~ :
" M
0 3/e,. "' -z.11-i...
~ I tJC.
10., ~.-
00.., 'i-z..1 •.
@ Z • , b ( ""'-I.A e.11 1?. l'l..)
~· ~ooc:1-kJ 1-I"'\..~ C.P\.. [t"'•)
NOT1': ft,t,NOE8 10" n!I\OUOH 48" ~ HAVE ~ lolORTAA COATING 0£\.ETED FOR S' IIEHll'IO
™E Fv.>«IE. ~D CVUNOER lN ms AAE)I
19 TO 8E COATeD -..IJONES.BVJR 1971 PR II.IE/l
COHTRACTOA 19 TO COAT .....c:EUEMT UO!ITAR
WHEN PIPE IS INSTALl.£0. 3 .. " '2.. 1'ltl'\ ss ~..,'SH 1kJ,:. LI Pi")( .-1~
-z. •· o'!l>R t'\ -!,~ r<-v ~ C ~')
D'I. IIV: p, r-r, ,.._, G..s GIFFORD-HILL-AMERICAN, ING.
Fo t?T L<) o I<. TJ..J ~ >\I\ S owo . N0.1,·7f t_ SHEE"T o
I
I ·
lo··
~ ~ ~
j
<l..
\J ~ J M
t't')
.3~ .. C..PI"' t...
I 7 -;/s "
I '2-..
~ ~ ~
~ -~ N N
1'I '
fl '<. 11 h ~ <l C "t" .j
0 ~~ ~~
A3
X 3C::.., '-13€L..<-
/l OAf'TO~
RtVISIOM
J
.J
\J
()
J
·..,
l"'i
RELEASE COPY
JUL 2 O 1999
\$SUED F-OR FABRICATION
3/'i,''-< z_'/,·
~ IN<!.
OR . IJ\".
10-:: 3,'·
00 ~ '--{ ~ ..
GIFFORO -HILL-AMERIGAN I INC.
=· oo 1.,·7'{L. Sf41:£T 07
i
Appendix F
GHA Shop Drawing No . 1116-1556
I
-------~--)! • U.P
:;1:.:;..:, snu.::t PJ1i·9.J
C;kJ ;;.:'jJ :: Si ~~FL ><
4z.·. 1,00• .3Yi 1•1-J," 5· 44'/z. '1G.G~. 0 .71,•· 1:,1UX1
1-4_;_.8_'_,,__2_0_:,_'..,...+---~--'-d-,,:---+--,-~-:..,c:,:---r--S-Y.-:, .,_-:~::--:I'·~ '11, GA . O. 7 2 '• I 3 7,2()0
1-------------4----+----+-·----I-----+. --
:c.r; L ~=~!
!'\JU. ~-r
·u·~ .. "'.lN',
~]7~"' '14 r/
63'76 ~ y..•,
. . .
,</ ..
;;r~ci s; I H .\;..
c-::l~/ :,,·:.U.
FT. I •/r:.
I
2.0,/t. 0 .99•
J.l~ ,:jf .·.':'.:. ;::...:.ri. ~PU::.;.:,.. F:;:. Ii
f ~ :--:-: f,..i5 ...:.:.....: il. ,-.l\'C. J • ~:..'../lil>'.~~
~=s:~.i ~ :· c..:,.rv :~ .:r ::=.:-~r
!'~!t ~~n he _~: .. ;: . ...;~ .::·A~· x. t.• 1.
I 1J v.l •• ,~~ .:r..: .. ~.-.. )ti , u::~;,.
r:-... 1 C:..STi-...:; .. ~:.'..:.Y ~,:::; :...:s:_~.;
!:":..:.~:. ~ .. r c.:. ;..::.,;~:~:..::...:. .
Pt\-...'/ 1 u~ ~:.,~i.;.:. u. c:...i..:i:1. ;..:x 1 ~-A ~:-r
.:.1 b:...!::...:, 1 :"-::.:l , •'Y~. ~: ~.:;~.
,.1.:.
•U r:.;~.;,..; l2 " J .C. ~~ :.::•.;i,;,
): .. .:.";C: St.:.:;.:,;~ .~!t ;.J:. ~.:.!,:,. .. ii,:
tn;;..:.1~s o 1;~:~i~::.·.:; ... ::..:..\.:::;,,;
TJ :. ........ :.. :O i ·.:::.:. c.:.c,~ ... j .. :, c~:-.s
·:·. l.:..!J~ !.
,,_·:;:.,; n .. 1,;:1v. c.:.r;::.; h:N
).~ .:..li' ... .::-!>:.:..::..!.. :~ :'lL. t";i::..:·.
45 " Yi,s· aos • 59•
z2 . .sa I 1.10*' ;._-...;...:...;;._-"'..;S;;.;..1..;)i;;_'.-l ~ ', 5' IO O 5 ' S Z "
t__J __ --L--.-J.----'------'-----"---'---..L---'"-~-'---_.__ _ _.. ___ ..__ _ _..... ___ .__ _ __._ _ __,.___
ncr.:.J,r ~k:.il t..:..E·1e,~c·U:4-
$;..:,r (.}.,:£.)( );;.J. Z O')
GIF'f"ORD • H i l.L.-AME:RICAN , IN C .
n,1 I ••. Tt \ • •
rr. wo.er11, r1:,u1s-.sovr;,1 h't:J;.;.y i'//11'Ee p,1,,,./>'r
Wl'/Tt:~ 01:.PT: Dt:'O.J.i:CT ',:J,:;,W ·(,P•CONT.el9CT ~"
F.t:o:.:;,e I NIC IIOtS-,!;"NC<!S,1 C',#. t.t'//1 '.!'U.~'Co• CCNTR,
;:r. woerr1, r~·i1Ns El. Pt'l~o, rti~lls
, .••. Jva I \
. /VOIYE . OR,/YO ,//ti,,·t.55~·/,:.J
.~_:. J~~. ~7 __ J~ -~ ·---.~·~·.J ~-'-·_a __ ~
I I
I I
0
...
,0 n..,.cc /'?.}'/,:,.er,..,, rEX'~s
~CIT# #()LL r WA'Tc-e ,P,t..-9/YT
d'Z.H £·.!O(-(?,G,"/S.S .aoo"'1
0,,11 ..... c,
o ,,.
'll,
f-
"'
.... , ....
i,q. M~ .rS~ ".61 c'
~'~ ·.~•,.3-
C li.
~ .,
It...).~ ...
Q.
.J:
\
'
• )5
"'Lr-I
A:#,:/SC.·CPI
A:.t/...: .;.,i:-,<?'4
-
A:.M.c,r.S~·/!'5
'.JG--J':I
;'.er-~
?..-~,-.• est.·.813
"(ov 11 (5
'L.r·.3
... •<o CL, U ...... Meall01001',L
!¢..G. L-,3()/-
7-~5
/-yEc. <le' zoo"'
C.,71'
~
:33· ::,1D 42" .. ... , .. e. 00
I • SP~./,Z" . I(,..,,..., •
/-S,c,.e. "e' .. ;.e .oo
I·• 5,,,!tc. ,tz·· .. 7. 84-·~
/-.S,"cC. f!z· .. ..1.oa·
-;::,;~·-.YI,~<: /.Ter Z -'12 '
,tz-£ ·30/-
1-s,,~c. <12" .zoo" 5 ,9'~.
4'-Sro . {I,!'" ,. .E<1'. oo
/-S-"'.Ce. f?~
., /3,IE,,;,
;i.71
I
1-S,,:,ee. If.:· ~
<1.oa
G--.Sr.:,. (/2" " .:/6. (;O
/ -SP$C: ,,-,!' ~ r{.. !]9 •
.:J.7/
LI i I t II wll lllL , 1,!i...,I :i :' ,, II I
•
GIFFORD-HILL-AMERICAN, INC. ,'.t FIDDEO 4·couP.5l, Pwv-.s TO PIPE: '5s, O ,z.
o .... Y: Ju4 4, liS-1100€0 4z.• o,~Heo tlt/1/) PLU(',-
LA\'OVT SHf.E"T ( FStrP3) CM,CJC(O :
~) ,e,;v1S¢'/) ~(:l'(t:,T)l o,-~-.,,.z I CY•.3 /.J"~ Ot.1't• /~·l':I •-.<;:
G. H. A.°'"&-No. ///1{, ·/.55c.-<?2 .,,r .t:11J 1 .s1~ ,, • .,,.."s-?
.r ,i<'f'J!Hl>S,~.~0Eu!.1"fD /),of..,~ -"·~>!.7 '·0 ·~E·?..!.3/C· 7.:...,~
'''"0"' ..... , ... Q ,..,.,,, ... .-vu.. l\.r\l, ., ....... s .o .~ i!'O:J
i::?.G,.,,SS .200' ' -,l'°.e'(! I+.? ,.v. .s: ,PtltJ1P .S/"-'9T/O "'>' To £.UST/ !'Y~ ~6,H (}./.~//YE {SOUTH S/£.'c) _,_
o;oo .. {I~ C./. ,:J ~CL~.1-S. ,P(,IA?-0 ST-4l"/ :,:;N --_.._
fl,/'/.' 0 .. () 7, c:5 ~: 90·00:Cr. .u.· C./., ,i.z:c;, .. r.-90" BE: NO w;.i·ovn.t:.TH;;j,ia ,';:.,
Tr ,:;!J---'i r, ---F?,eo o,,,,-;;;,-0 ~ I'!>-9C. l r<ore I AZ.,"(<t:,VE )
)tlfAO Pl.UC·~./ ~-F 5Go• PS s,,rjoi 5. 4.\. !1(, 1 I S ro 131: U!,:;"C ·c s111 . s,4s.,i.. -14· -~ P , ~ D Ira((, ~•t:.5 .q~ -...-"pC':"~!.:;)
-' • 51, "" "?_TH(UST• 104"1" E":. __} .s,,.,, o .c r ,P/,P~ --J,' 9 . :;~ _,_
~e-c<,:-C?.(.~s~t!" .P/Eee "7/a<::..o%~ ..-J!. N't?Te ~ #dLP " 'OS v<'6 .,:-0>('
~;. 77. i O .Fie LO 0/M~ L.V .S.,-0 N--.. L..,1-/./J -
,;tz·c<""' ..-. .:re ·c,1, ~£.Ovcc~~s:-~c·.r -zi:.
5,051 .88 --
L N(?_ l:_/,//S .G/Nc---·-· tf~ :5t 8 <)', !>o ::: ~,en T/N~ ~c; ·c,r LINE r.e ~M /"vORi # h OLC -Y-.. 5ovr,</ S;.oe......_ --
-,-
'>,:;19..ss .200,11. ,,..-,e()M .,r/..5 p i;l~.V$T;9T/ON ""o ,c~/.ST//Y, ,;. .36 ~ C'./. ~/Ne ('JVc.sr S/,Oc)
-,-
o .. oo. oo• y'Z "'C , I/ .<!~, <c' ,if. s. .Ptl #,, s. ;¢T;-o,,y
--r.a• ~r1. o •
4z: C. ,. < 42 ·c; ~1-~OIIPTOe..,/4·Cc<,tt. f P,.v., -
0 r t)J. (I~ ->-"'"''.,. •?8
c;,.;;7.,r<:; ->-
.S,.,oer '°/""c C) •.6'1 . /~ ---
_,_
~.0/.' C)l,94 ,83 LI• ~s·oo' R.r. fl~ .. c;-.... r. -tf.S"oo '<!!c""O -.s:-.-~·/' e~ _ ....
a ,a&.9 1 --
/-',14 . 91 --
.S#oer ,,_,/"-'c
/•9/, 30 ---
---
'~ 1J e ,01 Tin.< rr. wo.e.rh', TEx/9.s sour .N' h'oa y N,,;rc·.e .P.t."9Nr ,:,e• £-.Jo/-<!L.,?,SS ..zo.c, ,,, 01•,•..,ec .... , ... ..... ,a C'L•$• ILO•C 0.0-110 .. , ... 4.z• c··JO/ :}. 7/ ,t:t:.llc.,c s~ · sit 1-S~t:·i:. ¢2,~ .zoo" ,f.(),f) "4~-'<17 .2-sro. 4z• .. 3.z..00 . 1 4,1 -$.Z, _,._ .$TO. 42' . ao.o~ ~r-A. 1-Sl't.:c. ¢Z~ ,. /~.oo / .. .:,.;, 1-S,t>1:.-·c. 4.!.' .. ( /~ t!O /'C. Allr . .cst -cP.2 1-s~~c. .f.e. ~ \ 7. s.i~ R::.,11,:,f'".J6. ,:, I-SPl.'C. ,tz' r LJ 4 .()tJ --.• ('-~-,:; o, J(.." ./. rac, .2.<12.' '-\ "-._ 0 G!FFORD-H!Ll-A~!ER!O.N, !NC. 0:.•IIDDGO 4'"0<.Jr. OH PIPt," tt'.53 i l'lor,:Z o•. BT, Jv8 l?<!C.A~o,"/C rc·sr n-:n LA \'OUT Sl/fEr J:.·/?PP1:·o cx·<r (A?ev/.sFo .sr~r.,c.NS·,v,:-'n CPl[Cl(CO; OATC1 /-/~ .. ~·7 G. 11. A. lJ•g. No ///,{,-/$S"t:.•E-:J ,.o.,£7l.J/c-n;;. ,1 .. ,,0 .. ILO.( ..... 't\Jl~ .. PVl,,.I,. , ....... . ....... s.o.: 2~, ~/Ne r;, E ,t '.>T/N, • :U.·c /, (w~sr .S/-".:-J <o-vr~. --I ,-9/,JO --_,_ ;1.;::,1• ;,:,s.01 a•d.:,•oo' .t.r. 4'2·c;.e,. -,;ts•oo· .6E/V"O -S,'1t!'"f7".za _,_ .. f!)•oG, , 00174; :::r: /I/Ore: LIN.: /$ "T"O 131: Pt...LJCGE O i e,1.oca 0 I" 9 ~-O'J r'. P(/((•tr,'d 0(/P-c-.,/,:"I, • 533, 7t1 •0"5L .oo9JI <?ST~. 3t.j5,0'} F'Oli! TcS7"-USe Pi,uc:;. Pc.-.,ZIJ/. O'J r'·'°"" •o°JY • v""-,-,!,:t.,•.5;1,. 04 t/• JI •OZ••" -Mc./S~·P3-Tlieusr, /04TO!~S -J•N• "'_( -,_~~(..•5JS·1' .,., .. ,, . 02'"'' .5-"'tJ.e 7 ,o/,oc· .3 • 19. O 9 -t-t. ei:.• 5 J~. :,o 11•11' ,<J.t• ~, ,..,l.t·cot1/ t .A(.(.JG@ 3, .z 1. 0:1-s--~·c-?' -"'.:? J•..5S,O'J --t. c"'•.S-J,; l!.:) ...t.z-C.t:r. C..t.osu;.,.•C _,;,.;,;,•c' "'"/.;J--,.-.,:;.c .:5, . .:'. J,. ,,· . OZt1'-C. ;C"ce ~ccc·ss-r/OL.O-..)#.<'cr'.:a ...J ,,1z. c.;::. ->-£,.-c.•fJ<, Jd < f , .. // .oz~, ~.z. ·c~,. ,.Jc. ·c./. /.:'c·.ovclf'.e~s,v,,, T ~ .2~ J.,. tit;:,. 70 --,Jc,.• jk..f(, --.t!iit.•s~,;.:;o .3' ~<). /,Z ~ :t ,,,.. E ',/,.sruv j~~C,/. ,4/Nt:• ,C, •o,,,., ;voe,,., #o i,: ,,_ IA/,t-".J"/" S/LJc° --~/'VO 7',.,, /.$ L/Hl: _,_ ' _,_ MOTE:: 1.1-,e 4z.• ~evaeseo D•~>'EO HEAD ..... _,_ . PI.UG,-PC'. Mt' FS(.•P.,. Foe T1:sr1/'JG .~:)Tri ~ ,. • _,_ ... 42,'" L,J N L:5 -' """" _,_ -~' '" ~~ _,_ ~ ~ ~ -r---->-_ ...
Appendix G
Hanson Shop Orawing No. 09-435B
REVIEW COPY
NOT roR r ABRICA TION
SEP '7 , 2010
. MEDICAL DISTRICT PART 4
LINE A
24+80
SHEET 20
EN042"
BEGIN .30"
or
-)> ~ :S () z
-i C)
6 z
1-
(/)
I
I--
if)
_ ..
BEGIN LINE A
TIE-INTO E X
42" ST A 0 + 59.6.3
SHEET 5
---42" 8.303 .
PETER SMITH
/ 30" 8303
CL 170
COOPER ST
CL 170
TEX ANO P A
1-
(/)
I
I-
DRAWN BY : CE
t---t---!!-----!----------------------lcHECK..0 :
Q(V . I\" DAl[:
ENO LINE 8
Tl(-INTO
EX 36"
CAST IRON
.3+ 70.97
SHEET .39
.36" 8.30.3
CL 170
BEG IN LINE 8
TIE -INTO
EX 42 "
0+00
SHT 36
END LI NE A
TIE-INTO
EXISTING .36"
47+52.4.3
SHEET .35
ORIENTATION
roRT won TH, TE ><AS f)WG, NQ. 09 -; .)5[) 5 .. 11 . 2 (t-
RE VIEW COPY
NOT J:"OR F A8RICA TIO N
SEP '7 2010 ;;;x. Toe >3?,'-/7
f .. ) DC-·::: /0 ./ 0' --":)+1z ,o\ £.X DI):: ;7 & t::::J fi u· ·
Fe '3l,.. F" Le.-X C.P !.-(crn \ "!:>@:. e,/1 ~ ,0 :b LZ-7A Co Olf t.,-::.
. . ~ _\ .s+1 1.~'3' 533 .43
VPI= (0. 00°) (533.43)
3 ,..., .. A, t'>A pyor~·~-FLC./t:::.ff.. 0 E -8
!'-1 IP :::. ?> ,e;. °}/ 1 vt) 3'-1 [.0.3 0 .0 0 ° = . f't 227 l (_oo 0.0000
3+70 .90-533 .43 't t=:;;r
CLASS 170 -14 ' (#1 2) 0 .00 ° lo-..
6 2 26 l 36" B303 .~BS / FL.C:. 2'. 93 0.0000 ./ 3 -etrr BEND 45 .56° 2 .93 44 .34°Lt
L<,)/ $ f' I c ... SHIP (,..O~C: _05& _P!= 3-'-67.97 l l.7 5 °~ 533 .4 3 13r..ot_/!.. 4 5 .56° .-w/ z_' E. ',( T c _.y '---11.75 °
Tf Y :ft\ t.\ 'b?.7..to 8.19 0.2080
uJ / 0-S (., 26, A. 8 .02
3+59.95-. 535.1(} n 1~:,
CLASS 170 -14' (1112) l1 w) -11 . 7 5 ° b....
(b 225 l 36 ,, B303 BS/HEB 3 .49 0.2080
3-ClJI' BEND 45.84° p 3 .42 4 4.34 °Rt
·5"-5 _PI= 3+56. 53· 12.7 1°Dn 535.81
4 5.84 °Cb .__
0.96 °
J .50 0 .0168
3 .5 0
3+53.03 535.75 ....
Cl.ASS 170-14' (1112) ( '~ Y) 0.96° r,y_ 224 l 36" B303 BS/BB ~ 9.02 0.0168
SHORT 9 .0 2
3+44.01 535 .60 ·-b...
CONT'D fRc.M 48
PIECE DET SPL INV DEF L ECTION SLOPE INV
QTY DESCRIPTION STAT ION ELEV PLAN
NO . SHT HPL (F t ) DATA TANGENT (Ft) READ UP
NOTE: WELD SHADED JOINTS PER 3A.
NOTE :READ UP
DRAWN: CAE HANSON Pipe & Products, Inc .
CHK BY: l I NO. BY DATE REVIS I ON DATE: 9-06 -10 FORT WORTH , TE XAS PROJECT: 09-435 8 SHEET : 49
R[VIEW COPY
NO T FOR FABRIC/\ TION
SEP '7 , 2010
A 1
MORTAR LIN( ONLY-
/ OMIT MORTAR COATING
ON ENT IRE PC
12 3 /8"
-
' <D w .::::.. <..:)
0.. _, ...J a.. Cl. Ol u. u ' w co co
' " I"'") .
<D I"'") II <D
I"'") 0 I"'")
0
-
A227
.35· ADAPTOR CPPE X EFLG
I I I 100 .... , CAE 1 FITIINGS I HANSON Pip e & Precos\, Inc. I I I I CM (C<(O: I
No . I QY I QA.T E I qrv,SJo"' -] O<Tt : 2-]3-1()1 FORT WORTH .TEXAS lowc ,o 09-4.358 1»'{(1 0 )_~_