HomeMy WebLinkAbout063485-PM1 - Construction-Related - Contract - AG Haslet RE Holdings, LLC, and Ashton Gray, LLCCSC No. 63485-PM1
00 00 00
STANDARD CONSTRUCTION SPIiCIFICATION DOCUMENTS
Page 1 of 4
OSSECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions
� 00 42 43 Proposal Form Unit Price
� 00 45 12 Prequalification Statement
� 00 45 26 Contractor Compliance with Workers' Compensation Law
� 00 52 43 Agreement
� 00 61 25 Certificate of Insurance
� 00 62 19 Maintenance Bond
00 73 10 Standard City Conditions of the Construction Contract for Developer
Awarded Projects
Division Ol - General Requirements
� O1 11 00 Summary of Work
� O1 25 00 Substitution Procedures
� O1 31 19 Preconstruction Meeting
� O1 31 20 Project Meetings
� O1 32 33 Preconstruction Video
� O1 33 00 Submittals
� O1 35 13 Special Project Procedures
� O1 45 23 Testing and Inspection Services
� O1 50 00 Temparary Facilities and Controls
� O1 55 26 Street Use Permit and Modifications to Traffic Control
� O1 57 13 Storm Water Pollution Prevention Plan
� O1 60 00 Product Requirements
� O1 66 00 Product Storage and Handling Requirements
� O1 70 00 Mobilization and Remobilization
� O1 71 23 Construction Staking
� O1 74 23 Cleaning
� O1 77 19 Closeout Requirements
� O1 78 23 Operation and Maintenance Data
� O1 78 39 Project Record Documents
Last Revised
OS/22/2019
09/O 1 /2015
04/02/2014
06/16/2016
07/O l /2011
O1/31/2012
O1/10/2013
Last Revised
12/20/2012
08/30/2013
08/30/2013
07/O 1 /2011
08/30/2013
08/30/2013
08/30/2013
03/20/2020
07/O 1 /2011
07/O 1 /2011
07/O 1 /2011
03/20/2020
04/07/2014
04/07/2014
04/07/2014
04/07/2014
04/07/2014
04/07/2014
04/07/2014
CITY OF FORT WORTH Ashton Gray Medtail - Fort Worth, TX
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS IPRC 24-0132
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 4
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httu://fortworthtexas.�ov/tpw/contractors/
or
https://apps.fortworthtexas.gov/ProiectResources/
Division 02 - Existing Conditions
� 02 41 13 � Selective Site Demolition
Division 03 - Concrete
� � None
Division 26 - Electrical
� � None
Division 31 - Earthwork
� � None
Division 32 - Exterior Improvements
� 32 13 20 � Concrete Sidewalks, Driveways and Barrier Free Ramps
Division 33 - Utilities
� 33 O1 31 Closed Circuit Television (CCTV) Inspection
� 33 OS 10 Utility Trench Excavation, Embedment, and Backiill
33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade
� 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe
� 33 12 20 Resilient Seated Gate Valve
� 33 12 25 Connection to Existing Water Mains
� 33 12 40 Fire Hydrants
� 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
� 33 31 50 Sanitary Sewer Service Connections and Service Line
� 33 39 20 Precast Concrete Manholes
� 33 39 60 Epoxy Liners for Sanitary Sewer Structures
Division 34 - Transportation
� 34 71 13 � Traffic Control
Last Revised
I 12/20/2012 I
� o6iosizoig �
03/03/2016 I
12/12/2016 I
12/20/2012
11/16/2018
12/20/2012
02/06/2013
O1/03/2014
06/19/2013
04/26/2013
12/20/2012
12/20/2012
� 11i22i2oi3 �
CITY OF FORT WORTH Ashton Gray Medtail - Fort Worth, TX
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS IPRC 24-0132
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPIiCIFICATION DOCUMENTS
Page 4 of 4
Appendix
GC-4.02 Subsurface and Physical Conditions
GR-01 60 00 Product Requirements
END OF SECTION
CITY OF FORT WORTH Ashton Gray Medtail - Fort Worth, TX
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS IPRC 24-0132
Revised March 20, 2020
00 42 43
DAP-BID PROPOSAL
Page I of 7
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Project Item Informarion
Bidder's Application
Bidlist Item Specification Unit of Bid
No. Description Section No. Measure Quantity
UNIT I: WATER IMPROVEMENTS
1
2 3305.0109 Trench Safety 33 05 10 EA 277
3 3311.0241 8" Water Pipe 33 11 12 LF 277
4 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 1
5 3312.0001 Fire Hydrant 33 12 40 EA 1
6 3312.3003 8" Gate Valve 33 12 20 EA 3
7 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 EA 5
8 3312.4209 24" x 8" Tapping Sleeve & Valve 33 12 25 EA 1
9 3312.2203 2" Water Service 33 12 10 EA 1
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
TOTAL UNIT I: WATER IMPROVEMENTS
Bidder's Proposal
Unit Price I Bid Value
$4.20
$65.00
$1, 350.00
$8,174.00
$690.00
$95.00
$1,400.00
$1, 830.00
$1,163.40�
$18,005.00 �
$1, 350.00 �
$8,174.00 �
$2,070.00 �
$475.00 �
$1,400.00 �
$1,830.00 �
�
�
�
$34,467.40 �
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Fortn Version May 22, 2019 AGMed[ail-Avondale-Haslet Public Water and Sewer Plans
]PRC 24-0169
00 42 43
DAP-BID PROPOSAL
Page 2 of 7
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
UNIT II: SANITARY SEWER IMPROVEJNENTS
3305.0109 TRENCH SAFETY
3301.0002 Post-CCTV Inspection
3331.4108 6" Sewer Pipe
3311.0001 Ductile Iron Water Fittings w/ Restraint
3339.1001 4' Manhole
9999.0001 CORE/CONNECT TO EXIST SSMH (8')
3331.3202 6" 2-way Cleanout
3331.4115 8" Sewer Pipe
3305.0202 Imported Embedment/Backfill, CSS
3305.0112 Concrete Collar for Manhole
3301.0101 Manhole Vacuum Testing
33 05 10
33 01 31
33 31 20
33 11 11
33 39 20
33 31 50
33 31 50
33 31 20
33 05 10
33 05 17
33 01 30
LF
EA
LF
EA
EA
EA
EA
LF
LF
EA
EA
260
1
6.54
5
2
1
2
259
266
2
1
TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS
$4.20
$887.00
$70.00
$95.00
$7,350.00
$3,227.41
$937.00
$71.00
$11.00
$425.00
$506.19
$1,092.00 �
$887.00 �
$457.80 �
$475.00 �
$14,700.00 �
$3,227.41 �
$1,874.00�
$18, 389.00 �
$2,926.00 �
$850.00 �
$506.19 �
�
$45,384.40
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Fortn Version May 22, 2019 AGMedtail-Avondale-Hasle[ Public Water and Sewer Plans
IPRC 24-0169
00 42 43
DAP-BID PROPOSAL
Page 3 of 7
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
UNIT III: DRAINAGE IMPROVEM,EfITS
TOTAL UNIT III: DRAINAGE IMPROVEMENTS
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Fortn Version May 22, 2019 AGMedtail-Avondale-Hasle[ Public Water and Sewer Plans
IPRC 24-0169
00 42 43
DAP-BID PROPOSAL
Page 4 of 7
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
UNIT IV: PAVING IMPROVEME� TS
3471.0001 Traffic Control
0241.0100 Remove Sidewalk
0241.1000 Remove Conc Pvmt
0241.1300 Remove Conc Curb&Gutter
3213.0301 4" Conc Sidewalk
3201.0616 Conc Pvmt Repair, Arterial/Industrial
3201.0614 Conc Pvmt Repair, Residential
3213.0401 6" Concrete Driveway
3216.0101 6" Conc Curb and Gutter
3216.0301 7" Conc Valley Gutter, Residential
3211.0502 8" Lime Treatment
3292.0101 Utility Service Surface Restoration Sodding
3211.0400 Hydrated Lime
34 71 13
02 41 13
02 41 15
02 41 15
32 13 20
32 01 29
32 01 29
32 13 20
32 16 13
32 16 13
32 11 29
329213
32 11 29
MO
SF
SF
LF
SF
SY
SY
SF
LF
SY
SY
SY
TN
0.4
142
1164
44
142
36
94
72
44
8.74
130
36
2.6
TOTAL UNIT IV: PAVING IMPROVEMENTS
$19,500.00
$9.00
$10.00
$25.00
$11.12
$172.00
$165.80
$16.01
$40.00
$161.00
$5.86
$9.44
$142.66
$7,800.00 �
$1,278.00 �
$11,640.00�
$1,100.00�
$1,579.04�
$6,192.00 �
$15, 585.20 �
$1,152.72�
$1,760.00 �
$1,407.14 �
$761.80�
$339.84 �
$370.91 �
$50,966.65
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Fortn Version May 22, 2019 AGMedtail-Avondale-Hasle[ Public Water and Sewer Plans
IPRC 24-0169
00 42 43
DAP-BID PROPOSAL
Page 5 of 7
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
UNIT V: STREET LIGHTING IMPROVEMENTS
TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Fortn Version May 22, 2019 AGMedtail-Avondale-Hasle[ Public Water and Sewer Plans
IPRC 24-0169
00 42 43
DAP-BID PROPOSAL
Page 6 of 7
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
UNIT VI: TRAFFIC SIGNAL IMPRO�EJIAENTS
TOTAL UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Fortn Version May 22, 2019 AGMedtail-Avondale-Hasle[ Public Water and Sewer Plans
IPRC 24-0169
00 42 43
DAP-BID PROPOSAL
Page 7 of 7
Bid Summary
UNIT I: WATER IMPROVEMENTS
NIT II: SANITARY SEWER IMPROVEMENTS
UNIT III: DRAINAGE IMPROVEMENTS
UNIT IV: PAVING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS
Total Construction Bid
This Bid is submitted by the entity named below:
BIDDER:
Ashton Gray, LLC
12360 Market Drive
BY: Denver Green
�- �
��_ � --
_ '_ �.t_-
Oklahoma City, OK 73114
Contractor agrees to complete WORK for FINAL ACCEPTANCE within
CONTRACT commences to run as provided in the General Conditions.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Fortn Version May 22, 2019
TITLE: CEO
DATE: 5/8/2025
$34,467.25
$45, 384.40
$50,966.65
$130,818.45
21 working days after the date when the
AGMedtail-Avondale-Hasle[ Public Water and Sewer Plans
IPRC 24-0169
00 45 12 - 1
PREQUALIFICATION STATEMENT
Page 1 of 2
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
SECTION 00 45 12
PREQUALIFICATION STATEMENT
Each Bidder for a City procurement is required to complete the information below by
identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the
major work type(s) listed.
Major Work
Type
Water and
Wastewater New
Development
Open Cut(12" and
under)
Concrete
Unlimited
Contractor/Subcontractor Company Name
Calvo Construction Inc
Calvo Construction Inc
Prequaliiication
Expiration Date
10/31/2025
10/31 /2025
The undersigned hereby certifies that the contractors and/or subcontractors described in
the table above are currently prequalified for the work types listed.
BIDDER:
Calvo Construction Inc
Company
621 N Main Street, Suite 200
Address
Grapevine, TX 76051
Ciry/State/Zip
By: Juan Calvo
(Please Print)
Signature: ���� _
���
Title: President
(Please Print)
Date:
END OF SECTION
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 30, 2021
7/28/25
AGMedtail-Avondale-Haslet Public Water arad Sewer Plans
IPRC 24-0169
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 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
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certiiies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 105756. Contractor further certifies that, pursuant to Texas
Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's
certificates of compliance with worker's compensation coverage.
CONTRACTOR:
Calvo Construction Inc
Company
621 N Main Street, Suite 200
Address
Grapevine TX 76051
City/State/Zip
THE STATE OF TEXAS
COUNTY OF TARRANT
C
S ignature
Title:
�
r�
Juan Calvo
(Please Print)
.�.c�l�` -
President
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
Juan �'alv� , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of (�al�� C�nstn�ctinn Tnc for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN LTNDER MY HAND AND SEAL OF OFFICE this ZR day of
T„�j , 2�25 .
.:'i • ':;.N E_ _ ���i'� ir�,.,
� -f.'�PJ iU��l FUDI[:. �I31+p7 Tetias
'�'''= � �mm Ezp��Es 13-13-:�;<�
/'�,",;';c!? .U•t,•yID '311fh^7ar
p� � C��,�
Notary Public in and for the State of Texas
END OF SECTION
C1TY OF FORT WORTH flGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 2011
00 52 43 - 1
Developer Awarded Project Agreement
Page I of 4
�
SECTiON 00 52 43
AGREEMENT
3 THiS AGREEMENT, authorized on 8/5/25 is made by and between the Developer, AG Haslet
4 RE Holdings, LLC, authorized to do business in Texas ("Developer") , and Ashton Gray, LLC,
5 authorized to do business in Texas, acting by and through its duly authorized representative,
6 ("Contractor").
7
8
9
10
11
12
13
14
15
16
17
18
19
20
Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
AGMedtail-Avondale-Haslet PuUlic Wate�� and Sanita��v Sewei� Plans.
IPRC: 24-0169 CPN: 105756
Article 3. CONTRACT TiME
3.1 Tiine is of the essence.
All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
Documents are of the essence to this Contract.
21 3.2 Final Acceptance.
22 The Work will be complete for Final Acceptance within 21 working days after the date
23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard
24 City Conditions of the Constniction Contract for Developer Awarded Projects.
25 3.3 Liquidated damages
26
27
28
29
30
31
32
33
34
35
36
Contractor recognizes that time is of the essence of this Agreement and that Developer
will suffer financial loss if the Work is not completed within the times specified in
Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of
the Standard City Conditions of the Construction Contract for Developer Awarded
Projects. The Contractor also recognizes the delays, expense and difficulties involved in
proving in a legal proceeding the actual loss suffered by the Developer if the Work is not
completed on time. Accordingly, instead of requiring any such proof, Contractor agrees
that as liquidated damages for delay (but not as a penalty), Contractor shall pay
Developer One Hti�iadf�ed Dollars ($100.00) for each day that expires after the time
specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of
Acceptance.
C1TY OF FORT WORTH AGMedtuil-Avondule-Huslet Pub[ic Wuter uncf Scrizitury Sewer Pluns
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS /PRC24-0l69
Revised June 16, 2016
005243-2
Developer Awarded Project Agreement
Page 2 of 4
37 Article 4. CONTRACT PRICE
38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract
39 Documents an amount in current funds of One hundred Thirty Thousand Eight hundred Eighteen
40 Dollars and forty five cents ($130,818.45).
41 Article 5. CONTRACT DOCUMENTS
42 5.1 CONTENTS:
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
A. The Contract Documents which comprise the entire agreement between Developer and
Contractor concerning the Work consist of the following:
L This Agreement.
2. Attachments to this Agreement:
a. Bid Form (As provided by Developer)
1) Proposal Form (DAP Version)
2) Prequalification Statement
3) State and Federal documents (project specific)
b. Insurance ACORD Form(s)
c. Payment Bond (DAP Version)
d. Performance Bond (DAP Version)
e. Maintenance Bond (DAP Version)
f. Power of Attorney for the Bonds
g. Worker's Compensation Affidavit
h. MBE and/or SBE Commitment Form (If required)
3. Standard City General Conditions of the Construction Contract for Developer
Awarded Projects.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment
or, if not attached, as incorporated by reference and described in the Table of
Contents of the Project's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sanitary Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS IPRC24-0169
Revised June 16, 2016
00 52 43 - 3
Developer Awarded Project Agreement
Pa�e 3 of 4
75
76
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91
92
93
94
95
96
Article 6. iNDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harxnless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is sneci�callv intended to operate
and be effective even if it is alfe�ed or broven that all or some of the dama�es bein�
sought were caused, in whole or in bart, bv anv act, omission or negligence of the citv.
This indemnity provision is intended to include, without limitation, indemnity for
costs, expenses and legal fees incurred by the city in defending against such claims and
causes of actions.
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its of�cers, agents, employees,
subcontractors, licensees or invitees under this coniract. This indemni�cation
provision is specificallv intended to onerate and be effective even if it is alle�ed or
nroven that all or some of the dama�es being sou�ht were caused, in whole or in part,
bv anv act, omission or ne�li�ence of the citv.
Article 7. MISCELLANEOUS
97 7.1 Terms.
98 Terms usec! in this Agreement are defined in Article 1 of the Standard Ciry Conditions of
99 the Constniction Contract far Developer Awarded Projects.
i 00 7.2 Assigninent of Contiract.
101 This Agreement, including all of the Contract Documents may not be assigned by the
102 Contractor without the advanced express written consent of the Developer.
103 7.3 Successors and Assigns.
]04 Developer and Contractor each binds itself, its partners, successors, assigns and legal
105 representatives to the other party hereto, in respect to all covenants, agreements and
106 obligations contained in the Contract Documents.
] 07 7.4 Severability.
108 Any provision or part of the Contract Documents held to be unconstitutional, void or
109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and a11
110 remaining provisions shall continue to be valid and binding upon DEVELOPER and
11 t CONTRACTOR.
112 7.5 Governing Law and Venue.
113 This Agreement, includrng all of the Contract Doeuments is perfonnable in the State of
114 Texas. Venue shall be Tan-ant County, Texas, or• the United States District Court for the
115 Northern District of Texas, Fort Worth Division.
CTTY OF FORT WORTi-i AGt�fedtuil-Avondu[e-Naslet Pttblic YVuter uild Snititury Sewer Plu�ts
STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS — DEVELOPER AWARDED PROJECTS IPRC24-0lFi9
Revised June 16, 2016
00 52 43 - 4
Developer A��arded Project Aareement
Page 4 of 4
�
117 7.6 Authority to Sign.
118 Contractor shall attach evidence of authority to sign Agreement, if other than duly
119 authorized signatory of the Contractor.
120
121 iN WITNESS WHEREOF, Developer and Contractor have executed this Agreeinent in multiple
122 counterparts.
123
124 This Agreement is effective as of the last date signed by the Parties ("Effective Date").
l25
Contractor:
Ashton Gray, LLC
By:
(Signah.ire)
Jason Nowell
(Printed Name)
Title: President
Company Name: Ashton Gray, LLC
Address: 600 N Robinson Ave ste 1000
City/State/Zip: OKC, OK 73102
8/5/25
Date
126
Developer:
AG Haslet RE Holdifi�s, LLC
/ �- --
sy: ..-, -
/ (Signatu
Denver Green
(Printed Name)
Title: Manager
Company name: AG Haslet RE Holdings, LLC
Address: 600 N Robinson Ave ste 1000
City/State/Zip: OKC, OK 73102
8/5/25
Date
CiTY OF FORT WORTH AGMecftui[-Avondule-Ha.slet Public Water und Sanitaiy Seiver Plcins
STANDARD CONSTRUCTiON SPECIFICATION DOCUMLNTS — DEVELOPER AWARDED PROJECTS TPRC24-0lFi9
Revised June l6, 2016
MAINTENANCE
BOND
BOf1Cj NO.: S054390
KNOWN ALL BY THESE PRESENTS: That we Calvo Construction Inc
as Principal, and Employers Mutual Casualty Company/Union Insurance Company of Providence , a corporation
organized and existing under the Laws of the State of iowa , as Surety, are held
and firmly bound unto Sandbar Contracting Co , as Obligee, in the
total sum of One Hundred Sixty One Thousand Twenty Eight and 0/100
U.S. Dollars $�6�,o2s.00 ) for the payment whereof said Principal and Surety bind
themselves, jointly and severally, as provided herein.
WHEREAS, the Principal entered into a contract with the Obligee dated 08/05/2025 for
Ashton Gray — Avondale
Site Utilities — Labor and Equipment CFA 25-0023 ����/�/OfiC���.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal
shall maintain and remedy said Work free from defects in materials and workmanship for a
period Of �o (2) years year(s) commencing 011 the date of acceptance of the Work (the
"Maintenance Period"), then this obligation shall be void; otherwise it shall remain in full force
and effect.
PROVIDED, HOWEVER, that any suit under this bond shall be commenced no later than one
(1) year from the expiration date of the Maintenance Period; provided, however, that if this
limitation is prohibited by any law controlling the construction hereof, such limitation shall be
deemed to be amended so as to be equal to the minimum period of limitation permitted by
such law, and said period of limitation shall be deemed to have accrued and shall commence
to run on the expiration date of the Maintenance Period.
SIGNED this 5tn day of August
2025
Calvo Construction Inc
By: �' _
Employers Mutual Casualty CompanylUnion Insurance Company of Providence
gy: sa,r�, se�,Ce-�
Sam Sealer , Attorney-in-Fact
�' ��1' 41A� �.�.
:'wP�; � �ri���
=v= "
:w:SEAL;4:
� �s'��C7rvEs���
��`� �•]R1Aq�'•
: Gw �, , � Nr'.
, � ' ��9�� ���
� � ' ti
y. v . [ '
_ ,��V3 _ �
:X- ��:
- 164.IA : ti :
yOti� i. 5 � ��'�a, .
�mc�
P.O. Box 712 • Des Moines, lowa 50306-0712
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an lowa Corporation
2. EMCASCO Insurance Company, an lowa Corporation
3. Union Insurance Company of Providence, an lowa Corporation
INSURANCE
4. Illinois EMCASCO Insurance Company, an lowa Corporation
5. Dakota Fire Insurance Company, a North Dakota Corporation
6. EMC Property & Casualty Company, an lowa Corparation
hereinafter referred to severally as "Company" and collectively as °Companies", each tloes, by these presents, make, constitute and appoint:
Sam Sealer
its true and lawful attorney-in-fact, with full power and authority conferred to sign, seal, antl execute the following 5urety Bond(s):
Surety Bond Principal:
Number Calvo Construction, Inc.
S054390
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all
of the acts of said attorney pursuant to the authoriry hereby given are hereby ratified and confirmed.
AUTHORITY FOR POWER OF ATTORNEY
This Power-of-Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the
first regularly scheduled meeting of each company duly called and held in 1999�
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer antl the Secretary of Employers Mutual Casualty Company shall have
power and authority to (1) appoint attorneys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds
antl undertakings, recognizances, contracts of indemnity and ather writings obligatory in the nature thereof; antl (2) to remove any such attorney-in-fact at any time
and revoKe the power and authority given to him or her. Attorneys-in-fact shall have power and authority, subject to the terms and limitations of the power-of-attorney
issued to them, to execuie and deliver on behalf of the Company, and io aitach ihe seal of the Company thereio, bontls antl undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon
the Company. Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all
respects binding upon this Company. The facsimile or mechanically reproduced signaiure of such officer, wheiher made heretofore or hereafter, wherever appearing upon
a certified copy of any power-of-attorney of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.
IN WITNESS THEREOF, the Companies have caused these presents to be siqn�d for each by their officers as shown, and the Corporate seals to be hereto affixed this
22nd day of September , 2022 . �
5eals
�' �. f��,� _
;�5�0, NSURq�-, ,. � �oM�PqN�., ,� �i;�,&, ��Q�•, ott R. Jean, P e ident & CEO Todd Strother,Executive Vice President
:��°:�oP�oR�, ?°�,=; :'z° co��P�Rq, ; o�- ;'o�;.��wy�Aqf�'`�'= of Company 1; irman, President Chief Legal Officer & Secretary of
�y;` �=o==�== a'�b'_��:? Fo'.9=_
; Z; SEAL ; Aro _-�- °-- - _ & CEO of Com nies 2, 3, 4, 5& 6 Companies 1, 2, 3, 4, 5& 6
�� ; : ?;
�� �•IOWA`* .
� `;�c�VRAfyCF'..
'�° P„ -, �o ;
��` Q Ra' 2' :
=�G� TF%➢ i
. w ; SEAL ; �:
�• � IOWP`� .
:Z; 1863 :o_ _„� 1953 -<_
- IOWA : c ' � � � : o .
'20�., .�'.�.` „1'�', ,�ii�•��
, /N? � ,3�a,` • * rOWA * •
� `��NSURq/VC�., : ��V`llq; �,q•,
� P�: oaPo�rqj;��o : 'ae'S: ofiaaF4r.sy �=
���:� F.�� _o: ° m=K�
:o= SEAL;Y_ _�;SEAL �o_
�•2�'�� i�.��,�P•� ��.�F'y.�'����..��.aP�:
Rrk oPK° . �OirvES��O�
��ICAhK LAVEiiIDGE
Camnisebn Nin�6r 7AG�7a69
Oc�tober�l0, 2023
On this 22nd day of September 2022 before me a Notary Public in and for the State
of lowa, personally appeared Scott R. Jean and Todd Strother, who, being by me duly sworn,
did say that they are, and are known to me to be the CEO, Chairman, President, Executive
Vice President, Chief Legal Officer andlor Secretary, respectively, of each of the Companies
above; that the seals affixed to this instrument are the seals of said corporations; that said
instrument was signed and sealed on behalf of each of the Companies by authority of their
respective Boards of Directors; antl that the said Scott R. Jean antl Todd Strother, as such
officers, acknowledged the execution of said instrument to be their voluntary act and deed,
and the voluntary act and deed of each of the Companies.
My Commission Expires October 10, 2025.
CERTIFICATE
���
Not�� and for the State of owa
� �
I, Ryan J. Springer, Vice Presitlent of the Campanies, do hereby certify that the foregaing resolution of the Boards of Directors by each of 1he Companies, antl
this Power of Attorney issued pursuant thereto on 22nd day of September , 2022 , are true and correct and are still in full force and effect.
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 5th day of August 2025
Vice President
7g51 �g_22� S054390-NA 10123 902 AC 009129 "For verification of the authenticity of the Power of Attorney you may call (515) 345-7548."
oiiioo-i
SUMMARY OF WORK
Page 1 of 3
SECTION O1 11 00
SUMMARY OF WORK
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Summary of Work to be performed in accordance with the Contract Documents
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Speciiication Sections include, but are not necessarily limited to:
1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1- General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Wark Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Wark necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places
or other rights-of-way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 20, 2012
oiiioo-z
SUMMARY OF WORK
Page 2 of 3
�
c.
Excavated and waste materials shall be stored in such a way as not to interfere
with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property.
If the street is occupied by railroad tracks, the Work shall be carried on in such
manner as not to interfere with the operation of the railroad.
1) All Work shall be in accordance with railroad requirements set forth in
Division 0 as well as the railroad permit.
D. Work within Easements
1. Do not enter upon private property for any purpose without having previously
obtained permission from the owner of such property.
2. Do not store equipment or material on private property unless and until the
specified approval of the property owner has been secured in writing by the
Contractor and a copy furnished to the City.
3. Unless specifically provided otherwise, clear all rights-of-way or easements of
obstructions which must be removed to make possible proper prosecution of the
Work as a part of the proj ect construction operations.
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
lawns, fences, culverts, curbing, and all other types of structures or improvements,
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
appurtenances thereof, including the construction of temporary fences and to all
other public or private property adjacent to the Work.
5. Notify the proper representatives of the owners ar occupants of the public or private
lands of interest in lands which might be affected by the Work.
a. Such notice shall be made at least 48 hours in advance of the beginning of the
Work.
�
c.
Notices shall be applicable to both public and private utility companies and any
corporation, company, individual, or other, either as owners or occupants,
whose land or interest in land might be affected by the Work.
Be responsible for all damage or injury to property of any character resulting
from any act, omission, neglect, or misconduct in the manner or method or
execution of the Work, or at any time due to defective work, material, or
equipment.
6. Fence
a. Restore all fences encountered and removed during construction of the Project
to the original or a better than original condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is
not in progress and when the site is vacated overnight, and/or at all times to
provide site security.
c. The cost for all fence work within easements, including removal, temporary
closures and replacement, shall be subsidiary to the various items bid in the
project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 20, 2012
011100-3
SUMMARY OF WORK
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
DATE NAME
Revision Log
SUMMARY OF CHANGE
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 20, 2012
012500-1
SUBSTITUTION PROCEDURES
Page 1 of 4
SECTION O1 25 00
SUBSTITUTION PROCEDURES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or-equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or
catalog numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or-equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 20ll
012500-2
SUBSTITUTION PROCEDURES
Page 2 of 4
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance ofproposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Speciiication Section or Drawing reference of originally speciiied
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Productexperience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the Ciry
2. City reseroes the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accordance with the General Conditions.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 20ll
012500-3
SUBSTITUTION PROCEDURES
Page 3 of 4
4. No additional contract time will be given for substitution.
Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Speciiication Section
c. In the City's opinion, acceptance will require substantial revision of the original
design
d. In the City's opinion, substitution will not perform adequately the function
consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which
it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 20ll
SUMMARY OF CHANGE
AGMedtail-Avondale-Haslet Public Water and Sewer Plans
IPRC 24-0169
012500-4
SUBSTITUTION PROCEDURES
Page 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and speciiied item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and qualiry are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature
as noted
Firm
Address
Date
Telephone
For Use by City:
Approved
City
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 20ll
Recommended
Not recommended
By
Date
Remarks
Date
Rej ected
Recommended
Received late
AGMedtail-Avondale-Haslet Public Water and Sewer Plans
IPRC 24-0169
013119-1
PRECONSTRUCTION MEETING
Page 1 of 3
SECTION O1 31 19
PRECONSTRUCTION MEETING
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for the preconstruction meeting to be held priar to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Speciiication Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Wark associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the execution of the
Agreement and before Work is started.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Project Representative
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised August 17, 2012
013119-2
PRECONSTRUCTION MEETING
Page 2 of 3
e. Other City representatives
£ Others as appropriate
4. Construction Schedule
a. Prepare baseline construction schedule in accordance with Section O1 32 16 and
provide at Preconstruction Meeting.
b. City will notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
5. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor's work plan and schedule
e. Contract Time
£ Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
1. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City's representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
f£ Temporary construction facilities
gg. M/WBE or MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
jj. Questions or Comments
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised August 17, 2012
013119-3
PRECONSTRUCTION MEETING
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
DATE NAME
Revision Log
SUMMARY OF CHANGE
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised August 17, 2012
013120-1
PROJECT MEETINGS
Page 1 of 3
SECTION O1 31 20
PROJECT MEETINGS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for project meetings throughout the construction period to enable orderly
review of the progress of the Work and to provide for systematic discussion of
potential problems
B. Deviations this City of Fort Worth Standard Speciiication
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Wark associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Schedule, attend and administer as specified, periodic progress meetings, and
specially called meetings throughout progress of the Work.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meetings administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
4. Meetings, in addition to those specified in this Section, may be held when requested
by the City, Engineer or Contractor.
B. Pre-Construction Neighborhood Meeting
1. After the execution of the Agreement, but before construction is allowed to begin,
attend 1 Public Meeting with affected residents to:
a. Present projected schedule, including construction start date
b. Answer any construction related questions
2. Meeting Location
a. Location of ineeting to be determined by the City.
3. Attendees
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 2011
013120-2
PROJECT MEETINGS
Page 2 of 3
a. Contractor
b. Project Representative
c. Other City representatives
4. Meeting Schedule
a. In general, the neighborhood meeting will occur within the 2 weeks following
the pre-construction conference.
b. In no case will construction be allowed to begin until this meeting is held.
C. Progress Meetings
1. Formal project coordination meetings will be held periodically. Meetings will be
scheduled and administered by Project Representative.
2. Additional progress meetings to discuss specific topics will be conducted on an as-
needed basis. Such additional meetings shall include, but not be limited to:
a. Coordinating shutdowns
b. Installation of piping and equipment
c. Coordination between other construction projects
d. Resolution of construction issues
e. Equipment approval
The Project Representative will preside at progress meetings, prepare the notes of
the meeting and distribute copies of the same to all participants who so request by
fully completing the attendance form to be circulated at the beginning of each
meeting.
4. Attendance shall include:
a. Contractor's project manager
b. Contractor's superintendent
c. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
d. Engineer's representatives
e. City's representatives
f. Others, as requested by the Proj ect Representative
Preliminary Agenda may include:
a. Review of Work progress since previous meeting
b. Field observations, problems, conflicts
c. Items which impede construction schedule
d. Review of off-site fabrication, delivery schedules
e. Review of construction interfacing and sequencing requirements with other
construction contracts
f. Corrective measures and procedures to regain projected schedule
g. Revisions to construction schedule
h. Progress, schedule, during succeeding Work period
i. Coordination of schedules
j. Review submittal schedules
k. Maintenance of quality standards
1. Pending changes and substitutions
m. Review proposed changes for:
1) Effect on construction schedule and on completion date
2) Effect on other contracts of the Project
n. Review Record Documents
o. Review monthly pay request
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 2011
013120-3
PROJECT MEETINGS
Page 3 of 3
p. Review status of Requests for Information
6. Meeting Schedule
a. Progress meetings will be held periodically as determined by the Project
Representative.
1) Additional meetings may be held at the request of the:
a) City
b) Engineer
c) Contractor
7. Meeting Location
a. The City will establish a meeting location.
1) To the extent practicable, meetings will be held at the Site.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
AGMedtail-Avondale-Haslet Public Water and Sewer Plans
IPRC 24-0169
013233-1
PRECONSTRUCTION VIDEO
Page 1 of 2
SECTION O1 32 33
PRECONSTRUCTION VIDEO
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 20ll
013233-2
PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 20ll
SUMMARY OF CHANGE
AGMedtail-Avondale-Haslet Public Water and Sewer Plans
IPRC 24-0169
013300-1
SUBMITTALS
Page 1 of 8
SECTION O1 33 00
SUBMITTALS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
L General methods and requirements of submissions applicable to the following
Work-related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
� Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 20, 2012
013300-2
SUBMITTALS
Page 2 of 8
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
1 1 11 1: :
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) "By this submittal, I hereby represent that I have determined and verified
�eld measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8'/2 inches x 11 inches to 8'/2 inches x 11 inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certiiication
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 20, 2012
013300-3
SUBMITTALS
Page 3 of 8
F
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
Shop Drawings
As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom-prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
£ Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curoes and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City's Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City's Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 20, 2012
013300-4
SUBMITTALS
Page 4 of 8
7) Standard wiring diagrams
8) Printed performance curoes and operational-range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended
spare-parts listing and printed product warranties
12) As applicable to the Work
H. Samples
As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on-site construction accomplished
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
c.
�
Electronic Distribution
a. Confirm development of Project directory for electronic submittals to be
uploaded to City's Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
Product Data
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution)
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 20, 2012
013300-5
SUBMITTALS
Page 5 of 8
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with a11 other associated wark and trades, far selecting fabrication processes,
for techniques of assembly and for performing Wark in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals wi11 be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 20, 2012
013300-6
SUBMITTALS
Page 6 of 8
c.
�
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and
non-conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as iirst submittals
1) Corrections other than requested by the City
2) Marked with revision triangle ar other similar method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City's
expense.
1) All subsequent reviews wi11 be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative's then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractar to an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City's
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the City at least 7 Calendar Days prior to release for
manufacture.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 20, 2012
013300-7
SUBMITTALS
Page 7 of 8
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
L Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Quali�cations
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Use the Request for Information (RFI) form provided by the City.
3. Numbering of RFI
a. Prefix with "RFP' followed by series number, "-xxx", beginning with "O1" and
increasing sequentially with each additional transmittal.
4. Sufficient information shall be attached to permit a written response without further
information.
5. The City will log each request and will review the request.
a. If review of the project information request indicates that a change to the
Contract Documents is required, the City will issue a Field Order or Change
Order, as appropriate.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 20, 2012
013300-8
SUBMITTALS
Page 8 of 8
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
12/20/2012 D. Johnson
SUMMARY OF CHANGE
1.4.K8. Working Days modified to Calendar Days
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 20, 2012
013513-1
SPECIAL PROJECT PROCEDURES
Page 1 of 8
2
3
4 PART1- GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
7
8
9
10
11
12
13
14
15
16
17
18
19
SECTION Ol 35 13
SPECIAL PROJECT PROCEDURES
L The procedures for special project circumstances that includes, but is not limited to:
a. Coordination with the Texas Department of Transportation
b. Work near High Voltage Lines
c. Coniined Space Entry Program
d. Use of Explosives, Drop Weight, Etc.
e. Water Department Notification
£ Public Notification Prior to Beginning Construction
g. Coordination with United States Army Corps of Engineers
h. Coordination within Railroad permits areas
i. Dust Control
j. Employee Parking
B. Deviations from this City of Fort Worth Standard Specification
1. None.
20 C. Related Speciiication Sections include, but are not necessarily limited to:
21 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
22 2. Division 1— General Requirements
23 3. Section 33 12 25 — Connection to Existing Water Mains
24 1.2 PRICE AND PAYMENT PROCEDURES
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
A. Measurement and Payment
1. Coordination within Railroad permit areas
a. Measurement
1) Measurement for this Item will be by lump sum.
b. Payment
1) The work performed and materials furnished in accordance with this Item
will be paid for at the lump sum price bid for Railroad Coordination.
c. The price bid shall include:
1) Mobilization
2) Inspection
3) Safety training
4) AdditionalInsurance
5) Insurance Certificates
6) Other requirements associated with general coordination with Railroad,
including additional employees required to protect the right-of-way and
property of the Railroad from damage arising out of and/or from the
construction of the Project.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS iPRC 24-0169
Revised March 11, 2022
013513-2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
2. Railroad Flagmen
a. M asurement
1) M asurement for this Item will be per working day.
b. Payment
1) The work performed and materials furnished in accordance with this Item
will be paid for each working day that Railroad Flagmen are present at the
Site.
c. The price bid shall include:
1) Coordination for scheduling flagmen
2) Flagmen
3) Other requirements associated with Railroad
3. All other items
a. Work associated with these Items is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
15 1.3 REFERENCES
16 A. Reference Standards
17 1. Reference standards cited in this Specification refer to the current reference
18 standard published at the time of the latest revision date logged at the end of this
19 Specification, unless a date is specifically cited.
20 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
21 High Voltage Overhead Lines.
22 1.4 ADMINISTRATIVE REQUIREMENTS
23 A. Coordination with the Texas Department of Transportation
24
25
26
27
28
29
30
31
1. When work in the right-of-way which is under the jurisdiction of the Texas
Department of Transportation (TxDOT):
a. Notify the Texas Department of Transportation prior to commencing any work
therein in accordance with the provisions of the permit
b. All work performed in the TxDOT right-of-way shall be performed in
compliance with and subject to approval from the Texas Department of
Transportation
B. Work near High Voltage Lines
32 1. Regulatory Requirements
33 a. All Work near High Voltage Lines (more than 600 volts measured between
34 conductors or between a conductor and the ground) shall be in accordance with
35 Health and Safety Code, Title 9, Subtitle A, Chapter 752.
36 2. Warning sign
37 a. Provide sign of sufficient size meeting all OSHA requirements.
38 3. Equipment operating within 10 feet of high voltage lines will require the following
39 safety features
40 a. Insulating cage-type of guard about the boom or arm
41 b. Insulator links on the lift hook connections for back hoes or dippers
42 c. Equipment must meet the safety requirements as set forth by OSHA and the
43 safety requirements of the owner of the high voltage lines
44 4. Work within 6 feet of high voltage electric lines
45 a. Notiiication shall be given to:
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS iPRC 24-0169
Revised March 11, 2022
013513-3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
20D
21
22
23
24
25
26
27
28
�
c.
1) The power company (example: ONCOR)
a) Maintain an accurate log of all such calls to power company and record
action taken in each case.
Coordination with power company
1) After notification coordinate with the power company to:
a) Erect temporary mechanical barriers, de-energize the lines, or raise or
lower the lines
No personnel may work within 6 feet of a high voltage line before the above
requirements have been met.
C. Confined Space Entry Program
1. Provide and follow approved Confined Space Entry Program in accordance with
OSHA requirements.
2. Confined Spaces include:
a. Manholes
b. All other confined spaces in accordance with OSHA's Permit Required for
Confined Space
TCEQ Air Permit
1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ.
E. Use of Explosives, Drop Weight, Etc.
1. When Contract Documents permit on the project the following will apply:
a. Public Notifcation
1) Submit notice to City and proof of adequate insurance coverage, 24 hours
prior to commencing.
2) Minimum 24 hour public notification in accordance with Section O1 31 13
F. Water Department Coordination
29 1. During the construction of this project, it will be necessary to deactivate, for a
30 period of time, existing lines. The Contractor shall be required to coordinate with
31 the Water Department to determine the best times for deactivating and activating
32 those lines.
33 2. Coordinate any event that will require connecting to or the operation of an existing
34 City water line system with the City's representative.
35 a. Coordination shall be in accordance with Section 33 12 25.
36 b. If needed, obtain a hydrant water meter from the Water Department for use
37 during the life of named project.
38 c. In the event that a water valve on an existing live system be turned off and on
39 to accommodate the construction of the project is required, coordinate this
40 activity through the appropriate City representative.
41 1) Do not operate water line valves of existing water system.
42 a) Failure to comply will render the Contractor in violation of Texas Penal
43 Code Title 7, Chapter 28.03 (Criminal Mischie� and the Contractor
44 will be prosecuted to the full extent of the law.
45 b) In addition, the Contractor will assume all liabilities and
46 responsibilities as a result of these actions.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS iPRC 24-0169
Revised March 11, 2022
013513-4
SPECIAL PROJECT PROCEDURES
Page 4 of 8
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
G. Public Notification Prior to Beginning Construction
1. Prior to beginning construction on any block in the project, on a block by block
basis, prepare and deliver a notice or flyer of the pending construction to the front
door of each residence or business that will be impacted by construction. The notice
shall be prepared as follows:
a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to
beginning any construction activity on each block in the project area.
1) Prepare flyer on the Contractor's letterhead and include the following
information:
a) Name of Project
b) Ciry Project No (CPN)
c) Scope of Project (i.e. type of construction activity)
d) Actual construction duration within the block
e) Name of the contractor's foreman and phone number
fl Name of the City's inspector and phone number
g) City's after-hours phone number
2) A sample of the `pre-construction notification' flyer is attached as Exhibit
A.
3) City of Fort Worth Door Hangers will be provided to the Contractor for
distribution with their notice.
4) Submit schedule showing the construction start and finish time for each
block of the project to the inspector.
5) Deliver flyer to the City Inspector for review prior to distribution.
b. No construction will be allowed to begin on any block until the flyer and door
hangers are delivered to all residents of the block.
H. Public Notification of Temporary Water Service Interruption during Construction
1. In the event it becomes necessary to temporarily shut down water service to
residents or businesses during construction, prepare and deliver a notice or flyer of
the pending interruption to the front door of each affected resident.
2. Prepared notice as follows:
a. The notification or flyer shall be posted 24 hours prior to the temparary
interruption.
b. Prepare flyer on the contractor's letterhead and include the following
information:
1) Name of the project
2) City Project Number
3) Date of the interruption of service
4) Period the interruption will take place
5) Name of the contractor's foreman and phone number
6) Name of the City's inspector and phone number
c. A sample of the temporary water service interruption notification is attached as
Exhibit B.
d. Deliver a copy of the temporary interruption notification to the City inspector
for review prior to being distributed.
e. No interruption of water service can occur until the flyer has been delivered to
all affected residents and businesses.
£ Electronic versions of the sample flyers can be obtained from the Project
Construction Inspector.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS iPRC 24-0169
Revised March 11, 2022
013513-5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
I. Coordination with United States Army Corps of Engineers (USACE)
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
At locations in the Project where construction activities occur in areas where
USACE permits are required, meet all requirements set forth in each designated
permit.
J. Coordination within Railroad Permit Areas
At locations in the project where construction activities occur in areas where
railroad permits are required, meet all requirements set forth in each designated
railroad permit. This includes, but is not limited to, provisions for:
a. Flagmen
b. Inspectors
c. Safety training
d. Additional insurance
e. Insurance certificates
£ Other employees required to protect the right-of-way and property of the
Railroad Company from damage arising out of and/or from the construction of
the project. Proper utility clearance procedures shall be used in accordance
with the permit guidelines.
2. Obtain any supplemental information needed to comply with the railroad's
requirements.
3. Railroad Flagmen
a. Submit receipts to City for verification of working days that railroad flagmen
were present on Site.
K. Dust Control
1. Use acceptable measures to control dust at the Site.
a. If water is used to control dust, capture and properly dispose of waste water.
b. If wet saw cutting is performed, capture and properly dispose of slurry.
L. Employee Parking
1. Provide parking for employees at locations approved by the City.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS iPRC 24-0169
Revised March 11, 2022
013513-6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
1 1.5 SUBMITTALS [NOT USED]
2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.12 WARRANTY [NOT USED]
9 PART 2- PRODUCTS [NOT USED]
10 PART 3- EXECUTION [NOT USED]
11
12
DATE NAM
8/31/2012 D.Johnson
3/11/2022 M Owen
END OF SECTION
Revision Log
UMMARY OF CHANGE
1.4.B — Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit
Remove references to Air Pollution watch Days and NCTCOG Clean construction
Specification requirements. Clarify need far Door Hangers under in addition to
contractor norification of public.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS iPRC 24-0169
Revised March 11, 2022
013513-7
SPECIAL PROJECT PROCEDURES
Page 7 of 8
2
3
4
5
6
7
s
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
EXHIBIT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
�
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR°S SUPERINTENDENT> AT <TELEPHONE NO.>
�C].C7
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised March 11, 2022
013513-8
SPECIAL PROJECT PROCEDURES
Page 8 of 8
1
2
EXHIBIT B
���� ������
�:
�� no. �
�� �:
I�IOTICE OF TEMPORARY WATEI; SERVICE
YI�ITERRL�PTI01�
DUE TO UTILI'1'Y IMPROVEIVIENTS IN YOUR NEIGIIBORHOOD, YOUR
WA'F�R SERVICE WILL BE iNTERRUP'I'ED ON
BE'�'WEEN TAE HOURS OF A1�iD .
IF YOU �IAVE QUESTIONS ASOUT THIS S�IUT-OUT, PLEASE CALL:
MR. AT
(CONTRACTORS 8UP�12I1VTENDENT) (TELEPHONE NUMBER)
OR
��, AT
(CITY INSI'ECTOR) (TEL�1'HQNE NiiMBER)
THIS IIVCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANIC Yb�J,
, CONTRACT�OR
3
4
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised March 11, 2022
O1 45 23
TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION O1 45 23
TESTING AND 1NSPECTION SERVICES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
L Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Speciiication Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City's document management system, or another external
FTP site approved by the City.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised March 9, 2020
O1 45 23
TESTING AND INSPECTION SERVICES
Page 2 of 2
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City's Project Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection ar lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the Cit}�'s document management system.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised March 9, 2020
oi so 00 - i
TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
SECTION O1 50 00
TEMPORARY FACILITIES AND CONTROLS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Provide temporary facilities and controls needed for the Work including, but not
necessarily limited to:
a. Temporary utilities
b. Sanitary facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Speciiication Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 20ll
oi s000-z
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City's
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power seroice or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance ar health
problem.
d. Haul sewage and waste off-site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification,
inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 20ll
015000-3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
L Contractor is responsible for maintaining dust control through the duration of the
proj ect.
a. Contractor remains on-call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Wark from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 20ll
015000-4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
312 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 20ll
SUMMARY OF CHANGE
AGMedtail-Avondale-Haslet Public Water and Sewer Plans
IPRC 24-0169
Ol 55 26 -1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
1
2
SECTION O1 55 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART1- GENERAL
4 1.1 SUMIVIARY
5 A. Section Includes:
6 1. Administrative procedures for:
7 a. Street Use Permit
8 b. Modification of approved traffic control
9 c. Removal of Street Signs
10 B. Deviations from this City of Fort Worth Standard Specific ation
11 1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1— General Requirements
15 3. Section 34 71 13 — Traffic Control
16 1.2 PRICE AND PAYMEIVVT PROCIDLTRE�
17 A. Measurement and Payment
18 1. Work associated with this Item is considered subsidiary to the various Items bid.
19 No separate payment will be allowed for this Item.
20 1.3 RF.F'ERENC ES
21 A.Reference Standards
22 1. Reference standards cited in this specification refer to the currentreference standard
23 published at the time of the latest revision date logged at the end of this
24 specification, unless a date is specifically cited.
25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
26 1.4 ADMI1vISTRATTVE REQLTIRIIVIENTS
27
28
29
30
31
32
33
34
35
36
A. Traffic Control
1. General
a. Contractor shall minimize lane closures and impact to vehicular/pedestrian
traffic.
b. When traffic controlplans are included in the Drawings, provide Traffic
Control in accordance with Drawings and Section 34 71 13.
c. When traffic controlplans are not included in the Drawings, prepare traffic
controlplans in accordance with Section 34 71 13 and submit to City for
review.
1) Allow minimum 10 working days for review of proposed Traffic Control.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS iPRC 24-0169
Revised March 22, 2021
Ol 55 26 - 2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2) A traffic control "Typical" published by City of Fort Worth, the Texas
Manual Unified Traffic Control Devices (TMUTCD) or Texas Department
of Transportation (TxDOT) canbe used as an alternative to preparing
project/site specific traffic controlplan if the typical is applicable to the
specific project/site.
B. Street Use Permit
1. Prior to installation of Traffic Control, a City Street Use Permit is required.
a. To obtain Street Use Permit, submit Traffic Control Plans to City
Transportation and Public Works Department.
1) Allow a minimum of 5 working days for permit review.
2) It is the Contractor's responsibility to coordinate review of Traffic Control
plans for Street Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
1. Prior to installation traffic control:
a. Submit revised traffic control plans to City Department Transportation and
Public Works Department.
1) Revise Traffic Controlplans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for review of revised Traffic Control.
3) It is the Contractor's responsibility to coordinate review of Traffic Control
plans for Street Use Permit, such that construction is not delayed.
21 D. Removal of Street Sign
22 1. If it is determined that a street sign must be removed for consiruction, then contact
23 City Transportation and Public Works Department, Signs and Markings Division to
24 remove the sign.
25 E. Temporary Signage
26 L In the case of regulatory signs, replace permanent sign with temporary sign meeting
27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control
28 Devices (MCJTCD).
29
30
31
32
33
34
2. Install temporary sign before the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can be
reinstalled, contact the City Transportation and Public Warks Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traffic Control Standards can be found on the City's website.
35 1.5 SUBMITTALS [NOT USED]
36 A. Submit all required documentation to City's Project Representative.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised March 22, 2021
Ol 55 26 -3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
1
2
3
4
5
6
7
:
1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBNIITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DEI,IVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
9 PART 3- EXECUTION [NOT USED]
10
11
I
I DATE
3/22/2021
12
END OF SECTION
Revision L,og
NAME SUMMARY OF CHANGE
1.4 A. Added language to emphasize minimizing of lane closures and impact to
traffic.
1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" if
M Owen applicable to specific project/site.
1.4 F. 1) Removed reference to Buzzsaw
1.5 Added language re: submittal of per�nit
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS iPRC 24-0169
Revised March 22, 2021
015713-1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
SECTION O1 57 13
STORM WATER POLLUTION PREVENTION
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Procedures far Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Speciiication Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 31 25 00 — Erosion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Wark associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 31 25 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 2011
Ol 57 13 - 2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
B. Construction Activities resulting in:
L Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Priar to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
1. Submit in accordance with Section O1 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the Ciry
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the Ciry Department of
Transportation and Public Works, Environmental Division for review
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 2011
Ol 57 13 - 3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section Ol 33 00.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
DATE NAME
Revision Log
SUMMARY OF CHANGE
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 2011
o i 60 00
PRODUCT REQUIREMENTS
Page 1 of 2
SECTION O1 60 00
PRODUCT REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Speciiication Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. A list of City approved products for use is available through the City's website at:
https:Uapps.fortworthtexas.gov/ProjectResources/ and following the directory path;
02 - Construction Documents/Standard Products List
B. Only products specifically included on Ciry's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
C. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not allow products to be used for certain proj ects even
though the product is listed on the City's Standard Product List.
D. Although a specific product is included on City's Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
E. See Section O1 33 00 for submittal requirements of Product Data included on City's
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised March 9, 2020
o i 60 00
PRODUCT REQUIREMENTS
Page 2 of 2
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
10/12/12 D. Johnson
3/9/2020 D.V. Magana
SUMMARY OF CHANGE
Modified Location of City's Standard Product List
Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City's website.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised March 9, 2020
oi 66 00 - i
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
SECTION O1 66 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 20ll
oi6600-z
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer's recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer's recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent
damage to any part of Wark or existing facilities and to maintain free access at
all times to all parts of Wark and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City's Project Representative.
5. Provide off-site storage and protection when on-site storage is not adequate.
a. Provide addresses of and access to off-site storage locations for inspection by
City's Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7. Store in manufacturers' unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
satisfaction of City's Project Representative.
a. Total length which materials may be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City's
Project Representative.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 20ll
016600-3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
31 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site priar to unloading.
B. Non-Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 20ll
016600-4
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 20ll
oi �o 00 -1
MOBILIZATION AND REMOBILIZATION
Page 1 of 6
2
3
4 PART1- GENERAL
SECTION Ol 70 00
MOBILIZATION AND REMOBILIZATION
5 1.1 SUMMARY
6 A. Section Includes:
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
L Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
to the Site
2) Establishment of necessary general facilities for the Contractor's operation
at the Site
3) Premiums paid for performance and payment bonds
4) Transportation of Contractor's personnel, equipment, and operating supplies
to another location within the designated Site
5) Relocation of necessary general facilities for the Contractor's operation
from 1 location to another location on the Site.
b. Demobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
away from the Site including disassembly
2) Site Clean-up
3) Removal of all buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilization and Demobilization do not include activities for specific items of
work that are for which payment is provided elsewhere in the contract.
2. Remobilization
a. Remobilization for Suspension of Work specifically required in the Contract
Documents or as required by City includes:
1) Demobilization
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly or temporarily securing
equipment, supplies, and other facilities as designated by the Contract
Documents necessary to suspend the Work.
b) Site Clean-up as designated in the Contract Documents
2) Remobilization
a) Transportation of Contractor's personnel, equipment, and operating
supplies to the Site necessary to resume the Work.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site necessary to resume the Work.
3) No Payments will be made for:
a) Mobilization and Demobilization from one location to another on the
Site in the normal progress of performing the Work.
b) Stand-by or idle time
c) Lost proiits
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised November 22, 2016
oi �000-z
MOBILIZATION AND REMOBILIZATION
Page 2 of 6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
fc3
!�
Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies to the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assembled at the Site for
each Work Oder
b. Mobilization and Demobilization do not include activities for specific items of
wark for which payment is provided elsewhere in the contract.
Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
21
22
B. Deviations from this City of Fort Worth Standard Specification
1. None.
23 C. Related Speciiication Sections include, but are not necessarily limited to:
24 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
25 2. Division 1— General Requirements
26 L2 PRICE AND PAYMENT PROCEDURES
27
28
29
30
31
32
33
34
35
36
37
3�
41
42
43
44
45
46
A. Measurement and Payment [Consult City Department/Division for direction on if
Mobilization pay item to be included or the item should be subsidiary. Include the
appropriate Section 1.2 A. 1.]
I. Mobilization and Demobilization
a. Measure
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and materials furnished in accordance with this Item
are subsidiary to the various Items bid and no other compensation will be
allowed.
1. Mobilization and Demobilization
a. Measure
1) This Item will be measured by the lump sum or each as the work
progresses. Mobilization is calculated on the base bid only and will not be
paid for separately on any additive alternate items added to the Contract.
2) Demobilization shall be considered subsidiary to the various bid items.
b. Payment
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised November 22, 2016
017000-3
MOBILIZATION AND REMOBILIZATION
Page 3 of 6
1 1) For this Item, the adjusted Contract amount will be calculated as the total
2 Contract amount less the lump sum for mobilization. Mobilization shall be
3 made in partial payments as follows:
4 a) When 1% of the adjusted Contract amount for construction Items is
5 earned, 50% of the mobilization lump sum bid or [Insert �/ the maximum
6 allowedJ % of the total Contract amount, whichever is less, will be paid.
7 b) When 5% of the adjusted Contract amount for construction Items is
8 earned, 75% of the mobilization lump sum bid ar[Insert the mcrximum
9 allowedJ% of the total Contract amount, whichever is less, will be paid.
10 Previous payments under the Item will be deducted from this amount.
ll c) When 10% of the adjusted Contract amount for construction Items is
12 earned, 100% of the mobilization lump sum bid or �Insert the maximum
13 allowedJ% of the total Contract amount, whichever is less, will be paid.
14 Previous payments under the Item will be deducted from this amount.
15 d) A bid containing a total for "Mobilization" in excess of [Insert
16 maximum allowedJ % of total contract shall be considered unbalanced
17 and a cause for consideration of rejection.
18 e) The Lump Sum bid for "Mobilization — Paving/Drainage" shall
19 NOT include any cost or sum for mobilization items associated with
20 water/sewer items. Those costs shall be included in the various water/
21 sewer bid Items. Otherwise the bid Items shall be considered
22 unbalanced and a cause for consideration of rejection.
23 f� The Lump Sum bid for "Mobilization — Paving" shall NOT include
24 any cost or sum for mobilization items associated with drainage items.
25 Those costs shall be included in the "Mobilization — Drainage" Lump
26 Sum bid Item. Otherwise the bid Items shall be considered unbalanced
27 and a cause for consideration of rejection.
28 g) The Lump Sum bid for "Mobilization — Drainage" shall NOT
29 include any cost or sum for mobilization items associated with paving
30 items. Those costs shall be included in the "Mobilization — Paving"
31 Lump Sum bid Item. Otherwise the bid Items shall be considered
32 unbalanced and a cause for consideration of rejection.
33 2) The work performed and materials furnished for demobilization in
34 accordance with this Item are subsidiary to the various Items bid and no other
35 compensation will be allowed.
3 6 [ORJ
37 1. Mobilization and Demobilization [If multiple "Mobilization" bid items are used
38 due to different funding (ex. Water and Sewer and Paving and/or Drainage) —
39 Provide detail of each bid item - Consultant to provide detail for each bid item
40 (rypically Water/Sewer will be subsidiary and Paving/Drainage will be LS, with
41 possibly separate bid items for Paving and Drainage due to funding).J
42 a. Measure
43
44
45
46
47
48
49
50
1) This item for Water/Sewer improvements is considered subsidiary to the
various Items bid.
2) "Mobilization — Paving," "Mobilization — Drainage," and/or "Mobilization
— Paving/Drainage" will be measured by the lump sum or each as the work
progresses. Mobilization is calculated on the base bid only and wi11 not be
paid for separately on any additive alternate items added to the Contract.
3) Demobilization shall be considered subsidiary to the various bid items.
b. Payment
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised November 22, 2016
01 70 00 - 4
MOBILIZATION AND REMOBILIZATION
Page 4 of 6
1 1) The work performed and materials furnished in accordance with this Item
2 for Water/Sewer improvements are subsidiary to the various Items bid and no
3 other compensation will be allowed.
4 2) "Mobilization — Paving," "Mobilization — Drainage," and/or "Mobilization
5 — Paving/Drainage", the adjusted Contract amount will be calculated as the
6 total Contract amount for paving, drainage or paving/drainage improvements
7 less the lump sum for mobilization. Mobilization sha11 be made in partial
8 payments as follows:
9 a) When 1% of the adjusted Contract amount for construction Items is
10 earned, 50% of the mobilization lump sum bid or [Insert % the mcrximum
ll allowedJ % of the total paving, drainage, or paving/drainage Contract
12 amount, whichever is less, will be paid.
13 b) When 5% of the adjusted Contract amount for construction Items is
14 earned, 75% of the mobilization lump sum bid ar[Insert the mcrximum
15 allowedJ% of the total paving, drainage, or paving/drainage Contract
16 amount, whichever is less, will be paid. Previous payments under the Item
17 will be deducted from this amount.
18 c) When 10% of the adjusted Contract amount for construction Items is
19 earned, 100% of the mobilization lump sum bid or [Insert the maximum
20 allowedJ% of the total paving, drainage, or paving/drainage Contract
21 amount, whichever is less, will be paid. Previous payments under the Item
22 wi11 be deducted from this amount.
23 d) A bid containing a total for "Mobilization" in excess of [Insert
24 maximum allowedJ % of total paving, drainage or paving/drainage
25 contract shall be considered unbalanced and a cause for consideration
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
�
c.
�
of rejection.
— The work performed and materials furnished for demobilization in
accordance with this Item are subsidiary to the various Items bid and no other
compensation will be allowed.
Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization performed.
Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Specified Remobilization" in accordance with Contract
Documents.
The price shall include:
1) Demobilization as described in Section 1.1.A.2.a.1)
2) Remobilization as described in Section 1.1.A.2.a.2)
No payments will be made for standby, idle time, or lost profits associated this
Item.
44 3. Remobilization for suspension of Wark as required by City
45 a. Measurement and Payment
46 1) This shall be submitted as a Contract Claim in accordance with Article 10
47 of Section 00 72 00.
48 2) No payments will be made for standby, idle time, or lost profits associated
49 with this Item.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised November 22, 2016
01 70 00 - 5
MOBILIZATION AND REMOBILIZATION
Page 5 of 6
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
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" wi11 be paid for at the unit
price per each "Wark Order Mobilization" in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobilization
and shall not be paid for separately.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
5. Emergency Mobilizations and Demobilizations far Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Emergency Mobilization" in accordance with
Contract Documents. Demobilization shall be considered subsidiary to
mobilization and shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
31 1.3 REFERENCES [NOT USED]
32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
33 1.5 SUBMITTALS [NOT USED]
34 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
35 1.7 CLOSEOUT SUBMITTALS [NOT USED]
36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
37 1.9 QUALITY ASSURANCE [NOT USED]
38 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
39 1.11 FIELD [SITE] CONDITIONS [NOT USED]
40 1.12 WARRANTY [NOT USED]
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised November 22, 2016
oi �000-6
MOBILIZATION AND REMOBILIZATION
Page 6 of 6
1 PART 2- PRODUCTS [NOT USED]
2 PART 3- EXECUTION [NOT USED]
3 END OF SECTION
Revision Log
DATE NAME
SUMMARY OF CHANGE
11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to
make specification flexible for either subsidiary or paid bid item for Mobilization.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised November 22, 2016
017123-1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
SECTION O1 71 23
CONSTRUCTION STAKING AND SURVEY
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Construction Staking
a. Measurement
0
c.
1) Measurement for this Item shall be by lump sum.
Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "Construction Staking".
2) Payment far "Construction Staking" shall be made in partial payments
prorated by work completed compared to total work included in the lump
sum item.
The price bid shall include, but not be limited to the following:
1) Verification of control data provided by City.
2) Placement, maintenance and replacement of required stakes and markings
in the field.
3) Preparation and submittal of construction staking documentation in the
form of "cut sheets" using the City's standard template.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As-Built Survey
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "As-Built Survey".
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 14, 2018
017123-2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
2) Payment for "Construction Staking" shall be made in partial payments
prorated by work completed compared to total work included in the lump sum
item.
c. The price bid shall include, but not be limited to the following::
1) Field measurements and survey shots to identify location of completed
facilities.
2) Documentation and submittal of as-built survey data onto contractor redline
plans and digital survey files.
1.3 REFERENCES
A. Definitions
1. Construction Survev - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
2. As-built Survev —The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Stakin� — The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survev "Field Checks" — Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw
website) — O1 71 23.16.01_ Attachment A_Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City's Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
1.4 ADMINISTRATIVE REQUIREMENTS
A. The Contractor's selection of a surveyor must comply with Texas Government
Code 2254 (qualifications based selection) for this project.
1.5 SUBMITTALS
A. Submittals, if required, shall be in accordance with Section O1 33 00.
B. All submittals shall be received and reviewed by the City prior to delivery of work.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Field Quality Control Submittals
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 14, 2018
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
1. Documentation verifying accuracy of field engineering work, including coordinate
conversions if plans do not indicate grid or ground coordinates.
2. Submit "Cut-Sheets" conforming to the standard template provided by the City
(refer to O1 71 2316.01 — Attachment A— Survey Staking Standards).
1.7 CLOSEOUT SUBMITTALS
B. As-built Redline Drawing Submittal
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of
constructed improvements signed and sealed by Registered Professional Land
Suroeyor (RPLS) responsible for the wark (refer to O1 71 2316.01 — Attachment A
— Survey Staking Standards) .
2. Contractor sha11 submit the proposed as-built and completed redline drawing
submittal one (1) week prior to scheduling the project iinal inspection for City
review and comment. Revisions, if necessary, shall be made to the as-built redline
drawings and resubmitted to the City prior to scheduling the construction final
inspection.
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Staking
1. Construction staking will be performed by the Contractor.
2. Coardination
a. Contact City's Project Representative at least one week in advance notifying
the City of when Construction Staking is scheduled.
b. It is the Contractor's responsibiliry to coordinate staking such that
construction activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes. If City
surveyors are required to re-stake for any reason, the Contractor will be
responsible for costs to perform staking. If in the opinion of the City, a
sufficient number of stakes or markings have been lost, destroyed disturbed or
omitted that the contracted Work cannot take place then the Contractor will be
required to stake or re-stake the deficient areas.
B. Construction Survey
1. Construction Survey will be performed by the Contractor.
2. Coordination
a. Contractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
General
a. Construction survey will be performed in order to construct the work shown
on the Construction Drawings and specified in the Contract Documents.
b. For construction methods other than open cut, the Contractor shall perform
construction survey and verify control data including, but not limited to, the
following:
1) Verification that established benchmarks and control are accurate.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 14, 2018
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
2) Use of Benchmarks to furnish and maintain all reference lines and grades
for tunneling.
3) Use of line and grades to establish the location of the pipe.
4) Submit to the City copies of field notesused to establish all lines and
grades, if requested, and allow the City to check guidance system setup prior
to beginning each tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 OS 23 and/or 33 OS 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
C.
As-Built Survey
1. Required As-Built Survey will be performed by the Contractor.
Coordination
a. Contractor is to coordinate with City to confirm which features require as-
built surveying.
b. It is the Contractor's responsibility to coordinate the as-built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12" and under in diameter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and take as-built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) W ter Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 2501inear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub-outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non-graviry facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater — Not Applicable
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 14, 2018
017123-5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
b. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a)
2) W
a)
b)
c)
d)
e)
�
g)
h)
i)
Rim and flowline elevations and coordinates for each manhole
ter Lines
Cathodic protection test stations
Sampling stations
Meter boxes/vaults (All sizes)
Fire hydrants
Valves (gate, buttexfly, etc.)
Air Release valves (Manhole rim and vent pipe)
B1ow off valves (Manhole rim and valve lid)
Pressure plane valves
Underground Vaults
(1) Rim and flowline elevations and coordinates for each
Underground Vault.
3) Sanitary Sewer
a) Cleanouts
(1) Rim and flowline elevations and coordinates for each
b) Manholes and Junction Structures
(1) Rim and flowline elevations and coordinates for each
manhole and junction structure.
4) Stormwater — Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
PART 2 - PRODUCTS
A. A construction survey will produce, but will not be limited to:
1. Recovery of relevant control points, points of curvature and points of intersection.
2. Establish temporary horizontal and vertical control elevations (benchmarks)
sufficiently permanent and located in a manner to be used throughout construction.
3. The location of planned facilities, easements and improvements.
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly manner for reference.
c. A drawing, when required by the client, indicating the horizontal and vertical
location of facilities, easements and improvements, as built.
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all
construction staking projects. These cut sheets shall be on the standard city template
which can be obtained from the Survey Superintendent (817-392-7925).
5. Digital survey files in the following formats shall be acceptable:
a. AutoCAD (.dwg)
b. ESRI Shapefile (.shp)
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 14, 2018
017123-6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
standard templates, if available)
6. Survey files shall include vertical and horizontal data tied to original project
control and benchmarks, and shall include feature descriptions
PART 3 - EXECUTION
31 INSTALLERS
A. Tolerances:
b.
c.
�
e.
The staked location of any improvement or facility should be as accurate as
practical and necessary. The degree of precision required is dependent on many
factors all of which must remain judgmental. The tolerances listed hereafter are
based on generalities and, under certain circumstances, shall yield to specific
requirements. The surveyor shall assess any situation by review of the overall plans
and through consultation with responsible parties as to the need for specific
tolerances.
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
1.0 ft. tolerance.
Horizontal alignment on a structure shall be within .O.lft tolerance.
Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
walkways shall be located within the confines of the site boundaries and,
occasionally, along a boundary or any other restrictive line. Away from any
restrictive line, these facilities should be staked with an accuracy producing no
more than O.OSft. tolerance from their specified locations.
Underground and overhead utilities, such as sewers, gas, water, telephone and
electric lines, shall be located horizontally within their prescribed areas or
easements. Within assigned areas, these utilities should be staked with an
accuracy producing no more than 0.1 ft tolerance from a specified location.
The accuracy required for the vertical location of utilities varies widely. Many
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
should be maintained. Underground and overhead utilities on planned profile,
but not depending on gravity flow for performance, should not exceed 0.1 ft.
tolerance.
B. Surveying instruments shall be kept in close adjustment according to manufacturer's
specifications or in compliance to standards. The City reserves the right to request a
calibration report at any time and recommends regular maintenance schedule be
performed by a certified technician every 6 months.
1. Field measurements of angles and distances shall be done in such fashion as to
satisfy the closures and tolerances expressed in Part 3.1.A.
2. Verticallocations shall be established from a pre-established benchmark and
checked by closing to a different bench mark on the same datum.
3. Construction survey field work shall correspond to the client's plans. Irregularities
or conflicts found shall be reported promptly to the City.
4. Revisions, corrections and other pertinent data shall be logged for future reference.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 14, 2018
01 71 23 - 7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION
A. If the Contractor's work damages or destroys one or more of the control
monuments/points set by the City, the monuments sha11 be adequately referenced for
expedient restoration.
1. Notify City if any control data needs to be restored or replaced due to damage
caused during construction operations.
a. Contractar shall perform replacements and/or restorations.
b. The City may require at any time a survey "Field Check" of any monument
or benchmarks that are set be verified by the City surveyors before further
associated work can move forward.
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL
A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
City in accardance with this Specification. This includes easements and right of way, if
noted on the plans.
B. Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP
A. Survey Checks
1. The City reserves the right to perform a Survey Check at any time deemed
necessary.
2. Checks by City personnel or 3rd party contracted surveyor are not intended to
relieve the contractor of his/her responsibility for accuracy.
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 14, 2018
017123-8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
DATE NAME
8/31/2012 D. Johnson
SUMMARY OF CHANGE
Added instruction and modified measurement & payment under 1.2; added
8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2— PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Stariup.
Removed "blue text"; revised measurement and payment sections for Construction
Staking and As-Built Survey; added reference to selection compliance with TGC
2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth
measurement criteria; revised list of items requiring as-built survey "during" and
"after" construction; and revised acceptable digital survey file format
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 14, 2018
017423-1
CLEANING
Page 1 of 4
SECTION O1 74 23
CLEANING
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Speciiication Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. M asurement and Payment
1. Wark associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 20ll
01 74 23 - 2
CLEANING
Page 2 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [ou] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. M terial recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 20ll
Ol 74 23 - 3
CLEANING
Page 3 of 4
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on-site.
B. Intermediate Cleaning during Construction
1. Keep Wark areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Priar to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Interior Final Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
foreign materials from sight-exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mirrors.
4. Polish glossy surfaces to a clear shine.
5. Ventilating systems
a. Clean permanent filters and replace disposable filters if units were operated
during construction.
b. Clean ducts, blowers and coils if units were operated without filters during
construction.
6. Replace all burned out lamps.
7. Broom clean process area floors.
8. M p office and control room floors.
D. Exterior (Site or Right of Way) Final Cleaning
Remove trash and debris containers from site.
a. Re-seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other obj ect
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 20ll
Ol 74 23 - 4
CLEANING
Page 4 of 4
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED�
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 20ll
SUMMARY OF CHANGE
AGMedtail-Avondale-Haslet Public Water and Sewer Plans
IPRC 24-0169
oi �� i9 - i
CLOSEOUT REQUIREMENTS
Page 1 of 3
1
2
3 PART1- GENERAL
4 1.1 SUMIVIARY
SECTION O1 77 19
CLOSEOUT REQLTIREMENTS
5 A. Section Includes:
6 1. The procedure for closing out a contract
7 B. Deviations from this City of Fort Worth Standard Specific ation
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
ll 2. Division 1— General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various Items bid.
15 No separate payment will be allowed for this Item.
16 1.3 RFFF;RENCES [NOT USID]
17 1.4 ADMI1vISTRATIVE REQUIREMENTS
18 A. Guarantees, Bonds and Affidavits
19 1. No application for final payment will be accepted until all guarantees, bonds,
20 certificates, licenses and affidavits required for Work or equipment as specified are
21 satisfactorily filed with the City.
22 B. Release of Liens or Claims
23 1. No application for final payment will be accepted until satisfactory evidence of
24 release of liens has been submitted to the City.
25 1.5 SUBMITTALS
26
27
28
29
30
31
32
A. Submit all required documentation to City's Project Representative.
1.6 INFORMATIONAL SUBMITTALS [NOT IISED]
1.7 CLOSEOLJT SUBMITTALS [NOT IISED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised March 22, 2021
oi �� i9 -a
CLOSEOUT REQUIREMENTS
Page 2 of 3
1 PART 3 - EXECUTION
2 3.1 INSTALLERS [NOT USED]
3 3.2 EXAMINATION [NOT USED]
4 3.3 PREPARATION [NOT USID]
5 3.4 CLOSEOUT PROCEDURE
6 A. Prior to requesting Final Inspection, submit
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. Project Record Documents in accordance with Section O1 78 39
2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
O1 74 23.
C. FinalInspection
1. After final cleaning, provide notice to the City Project Representative that the Work
is completed.
a. The City will make an initial Final Inspection with the Contractorpresent.
b. Upon completion of this inspection, the City will notify the Contractor, in
writing within 10 business days, of any particulars in which this inspection
reveals that the Work is defective or incomplete.
2. Upon receiving written notice from the City, immediately undertake the Work
required to remedy deficiencies and complete the Work to the satisfaction of the
City.
3. The Right-of-way shallbe cleared of all construction materials, barricades, and
temporary signage.
4. Upon completion of Work associated with the items listed in the City's written
notice, inform the City that the required Work has been completed. Upon receipt of
this notice, the City, in the presence of the Contractor, will make a subsequent Final
Inspection of the project.
5. Provide all special accessories required to place each item of equipment in full
operation. These special accessory items include, but are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial fill up of all chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other expendable items as required for initial start-up and operation of all
equipment
38 D. Notice of Project Completion
39 1. Once the City Project Representative finds the Work subsequent to Final Inspection
40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
41 E. Supporting Documentation
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised March 22, 2021
Ol 77 19 - 3
CLOSEOUT REQUIREMENTS
Page 3 of 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
1. Coordinate with the City Project Representative to complete the following
additional forms:
a. Final Payment Request
b. Statement of Contract Time
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
f. Contractor's Evaluation of City
g. Performance Evaluation of Contractor
F. L,etter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue I,etter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RFSTORATION [NOT USED]
3.6 R�INSTALLATION [NOT USED]
3.7 FIEI,D [ou] SITE QUALITY CON'I'ROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEA1vING [NOT USED]
3.11 CLOSEOUT ACTIVITIFS [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHIVIENTS [NOT USED]
24
25
I
I DATE
� 3/22/2021
I
26
NAME
M Owen
IND OF SECTION
Revision L,og
SUMMARY OF CHANGE
3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW"
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised March 22, 2021
017823-1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
SECTION O1 78 23
OPERATION AND MAINTENANCE DATA
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Product data and related information appropriate for City's maintenance and
operation of products furnished under Contract
2. Such products may include, but are not limited to:
a. Trafiic Controllers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations from this City of Fort Worth Standard Speciiication
1. None.
C. Related Speciiication Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 30 calendar days of product
shipment to the proj ect site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section O1 33 00 . All submittals shall be
approved by the City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A. Submittal Form
1. Prepare data in form of an instructional manual for use by Ciry personnel.
2. Format
a. Size: 8'/z inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
c. Text: Manufacturer's printed data, or neatly typewritten
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 20, 2012
017823-2
OPERATION AND MAINTENANCE DATA
Page 2 of 5
d. Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly-leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE 1NSTRUCTIONS".
2) List:
a) Tit1e of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
Neatly typewritten table of contents for each volume, arranged in systematic order
a. Contractor, name of responsible principal, address and telephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or installer
2) A list of each product required to be included, indexed to content of the
volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as set
forth in Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record Documents to assure
correct illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 20, 2012
01 78 23 - 3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
5. Copy of each warranty, bond and service contract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation far types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to
product
3) Recommended schedule for cleaning and maintenance
Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
1) Applicable standards
2) Chemical composition
3) Details of installation
b. Instructions for inspection, maintenance and repair
D. Manual for Equipment and Systems
1. Submit 5 copies of complete manual in final form.
�
e.
g•
h.
Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut-down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
Servicing and lubrication schedule
1) List of lubricants required
Manufacturer's printed operating and maintenance instructions
Description of sequence of operation by control manufacturer
1) Predicted life of parts subj ect to wear
2) Items recommended to be stocked as spare parts
As installed control diagrams by controls manufacturer
Each contractor's coordination drawings
1) As installed color coded piping diagrams
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 20, 2012
01 78 23 - 4
OPERATION AND MAINTENANCE DATA
Page 4 of 5
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in starage
k. Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
£ Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Speciiications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 20, 2012
017823-5
OPERATION AND MAINTENANCE DATA
Page 5 of 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
8/31/2012 D. Johnson
SUMMARY OF CHANGE
1.S.A.1 — title of section removed
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
AGMedtail-Avondale-Haslet Public Water and Sewer Plans
IPRC 24-0169
017839-1
PROJECT RECORD DOCUMENTS
Page 1 of 4
SECTION O1 78 39
PROJECT RECORD DOCUMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City's Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other pocuments where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 20ll
017839-2
PROJECT RECORD DOCUMENTS
Page 2 of 4
3. To facilitate accuracy of records, make entries within 24 hours after receipt of
information that the change has occurred.
4. Provide factual information regarding all aspects of the Work, both concealed and
visible, to enable future modification of the Wark to proceed without lengthy and
expensive site measurement, investigation and examination.
1.10 STORAGE AND HANDLING
A. Storage and Handling Requirements
L Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of a11 recorded
data to the final Proj ect Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data
to the City's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS
21 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide
the City 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION �NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
1. Immediately upon receipt of the j ob set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 20ll
01 78 39 - 3
PROJECT RECORD DOCUMENTS
Page 3 of 4
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum, in accordance with the intervals set forth in Section O1 71 23,
clearly mark any deviations from Contract Documents associated with
installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a"cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physicallayout.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the verticallocation of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requirements for conversion of schematic layouts
where, in the Ciry's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
B. Final Project Record Documents
Transfer of data to Drawings
a. Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b. Clearly indicate at each affected detail and other Drawing a full description of
changes made during construction, and the actual location of items.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised July 1, 20ll
01 78 39 - 4
PROJECT RECORD DOCUMENTS
Page 4 of 4
c. Call attention to each entry by drawing a"cloud" around the area or areas
affected.
d. Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2. Transfer of data to other pocuments
a. If the Documents, other than Drawings, have been kept clean during progress of
the Wark, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, wi11 be accepted as final
Record Documents.
b. If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and
handling, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
310 CLEANING [NOT USED]
311 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
314 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 20ll
SUMMARY OF CHANGE
AGMedtail-Avondale-Haslet Public Water and Sewer Plans
IPRC 24-0169
024115-1
PAVING REMOVAL
Page 1 of 6
SECTION 02 41 15
PAVING REMOVAL
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Removing concrete paving, asphalt paving and brick paving
2. Removing concrete curb and gutter
3. Removing concrete valley gutter
4. Milling roadway paving
5. Pulverization of existing pavement
6. Disposal of removed materials
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1- General Requirements
3. Section 32 11 33 - Cement Treated Base Courses
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
L Measurement
a. Remove Concrete Paving: measure by the square yard from back-to-back of
curbs.
b. Remove Asphalt Paving: measure by the square yard between the lips of
gutters.
c. Remove Brick Paving: measure by the square yard.
d. Remove Concrete Curb and Gutter: measure by the linear foot.
e. Remove Concrete Valley Gutter: measure by the square yard
£ Wedge Milling: measure by the square yard for varying thickness.
g. Surface Milling: measure by the square yard for varying thickness.
h. Butt Milling: measured by the linear foot.
i. Pavement Pulverization: measure by the square yard.
j. Remove Speed Cushion: measure by each.
2. Payment
a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling,
disposal, tools, equipment, labor and incidentals needed to execute work. For
utility projects, this Item shall be considered subsidiary to the trench and no
other compensation will be allowed.
b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling,
disposal, tools, equipment, labor and incidentals needed to execute work. For
utility projects, this Item shall be considered subsidiary to the trench and no
other compensation will be allowed.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 2, 2016
024115-2
PAVING REMOVAL
Page 2 of 6
c.
�
e.
f.
Remove Brick Paving: full compensation for saw cutting, removal, salvaging,
cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to
execute wark. For utility projects, this Item shall be considered subsidiary to
the trench and no other compensation will be allowed.
Remove Concrete Curb and Gutter: full compensation for saw cutting, removal,
hauling, disposal, tools, equipment, labor and incidentals needed to execute
work. For utility projects, this Item shall be considered subsidiary to the trench
and no other compensation will be allowed.
Remove Concrete Valley Gutter: full compensation for saw cutting, removal,
hauling, disposal, tools, equipment, labor and incidentals needed to execute
work.
Wedge Milling: full compensation for all milling, hauling milled material to
salvage stockpile or disposal, tools, labor, equipment and incidentals necessary
to execute the work.
g. Surface Milling: full compensation for all milling, hauling milled material to
salvage stockpile or disposal, tools, labor, equipment and incidentals necessary
to execute the work.
h. Butt Milling: full compensation for all milling, hauling milled material to
salvage stockpile or disposal, tools, labor, equipment and incidentals necessary
to execute the work.
i. Pavement Pulverization: full compensation for all labor, material, equipment,
tools and incidentals necessary to pulverize, remove and store the pulverized
material, undercut the base, mixing, compaction, haul off, sweep, and dispose
of the undercut material.
j. Remove speed cushion: full compensation for removal, hauling, disposal,
tools, equipment, labor, and incidentals needed to execute the work. For utility
projects, this Item shall be considered subsidiary to the trench and no other
compensation will be allowed.
k. No payment for saw cutting of pavement or curbs and gutters will be made
under this section. Include cost of such work in unit prices for items listed in
bid form requiring saw cutting.
1. No payment will be made for work outside maximum payment limits indicated
on plans, or for pavements or structures removed for CONTRACTOR's
convemence.
1.3 REFERENCES
A. ASTM International (ASTM):
a. D698, Standard Test Methods for Laboratory Compaction Characteristics of
Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3))
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 2, 2016
024115-3
PAVING REMOVAL
Page 3 of 6
1.11 FIELD CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
2.2 EQUIPMENT [NOT USED]
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 EXAMINATION [NOT USED]
3.2 INSTALLERS [NOT USED]
3.3 PREPARATION
A. General:
L Mark paving removal limits for City approval prior to beginning removal.
2. Identify known utilities below grade - Stake and flag locations.
3.4 PAVEMENT REMOVAL
A. General.
1. Exercise caution to minimize damage to underground utilities.
2. Minimize amount of earth removed.
3. Remove paving to neatly sawed joints.
4. Use care to prevent fracturing adjacent, existing pavement.
B. Sawing
1. Sawing Equipment.
a. Power-driven.
b. Manufactured for the purpose of sawing pavement.
c. In good operating condition.
d. Shall not spall or fracture the pavement structure adjacent to the removal area.
2. Sawcut perpendicular to the surface to full pavement depth, parallel and
perpendicular to existing joint.
3. Sawcut parallel to the original sawcut in square or rectangular fashion.
4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw
joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that
joint, edge or lip.
5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new,
neat, straight line for the purpose of removing the damaged area.
C. Remove Concrete Paving and Concrete Valley Gutter
1. Sawcut: See 3.4.B.
2. Remove concrete to the nearest expansion joint or vertical saw cut.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 2, 2016
024115-4
PAVING REMOVAL
Page 4 of 6
D. Remove Concrete Curb and Gutter
1. Sawcut: See 3.4.B.
2. Minimum limits of removal: 30 inches in length.
E. Remove Asphalt Paving
1. Sawcut: See 3.4.B.
2. Remove pavement without disturbing the base material.
3. When shown on the plans or as directed, stockpile materials designated as
salvageable at designated sites.
4. Prepare stockpile area by removing vegetation and trash and by providing for
proper drainage.
F. Milling
1. General
a.
b.
c.
d.
e.
f.
g•
Mill surfaces to the depth shown in the plans ar as directed.
Do not damage or disfigure adjacent work or existing surface improvements.
If milling exposes smooth underlying pavement surfaces, mill the smooth
surface to make rough.
Provide safe temporary transition where vehicles or pedestrians must pass over
the milled edges.
Remove excess material and clean milled surfaces.
Stockpiling of planed material will not be permitted within the right of way
unless approved by the City.
If the existing base is brick and cannot be milled, remove a 5 foot width of the
existing brick base. See 3.3.G. for brick paving removal.
Milling Equipment
a. Power operated milling machine capable of removing, in one pass or two
passes, the necessary pavement thickness in a five-foot minimum width.
b. Self-propelled with sufficient power, traction and stabiliry to maintain accurate
depth of cut and slope.
c. Equipped with an integral loading and reclaiming means to immediately
remove material cut from the surface of the roadway and discharge the cuttings
into a truck, all in one operation.
d. Equipped with means to control dust created by the cutting action.
e. Equipped with a manual system providing for uniformly varying the depth of
cut while the machine is in motion making it possible to cut flush to all inlets,
manholes, or other obstructions within the paved area.
£ Variable Speed in order to leave the specified grid pattern.
g. Equipped to minimize air pollution.
Wedge Milling and Surface Milling
a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter
at a depth of 2 inches and transitioning to match the existing pavement (0-inch
cut) at a minimum width of 5 feet.
b. Surface Mill existing asphalt pavement to the depth specified,
c. Provide a milled surface that provides a uniform surface free from gouges,
ridges, oil film, and other imperfections of workmanship with a uniform
textured appearance.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 2, 2016
024115-5
PAVING REMOVAL
Page 5 of 6
d. In all situations where the existing H.M.A.C. surface contacts the curb face, the
wedge milling includes the removal of the existing asphalt covering the gutter
up to and along the face of curb.
e. Perform wedge or surface milling operation in a continuous manner along both
sides of the street or as directed.
4. Butt Joint Milling
a. Mill butt joints into the existing surface, in association with the wedge milling
operation.
b. Butt joint will provide a full width transition section and a constant depth at the
point where the new overlay is terminated.
c. Typical locations for butt joints are at all beginning and ending points of streets
where paving material is removed. Prior to the milling of the butt joints,
consult with the City for proper location and limits of these joints.
d. Butt Milled joints are required on both sides of all railroad tracks and concrete
valley gutters, bridge decks and culverts and all other items which transverse
the street and end the continuity of the asphalt surface.
e. Make each butt joint 20 feet long and milled out across the full width of the
street section to a tapered depth of 2 inch.
£ Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a
line adjacent to the beginning and ending points or intermediate transverse
items.
g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride
over the bump.
G. Remove Brick Paving
1. Remove masonry paving units to the limits specified in the plans or as directed by
the City.
2. Salvage existing bricks for re-use, clean, palletize, and deliver to the City Stock pile
yard at 3300 Yuma Street or as directed.
H. Pavement Pulverization
1. Pulverization
a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33.
b. Temporarily remove and store the 8-inch deep pulverized material, then cut the
base 2 inches.
c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface.
2. Cement Application
a. Use 3.5% Portland cement.
b. See Section 32 11 33.
3. Mixing: see Section 32 11 33.
4. Compaction: see Section 32 11 33.
5. Finishing: see Section 32 ll 33.
6. Curing: see Section 32 11 33.
7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed
stone/gravel:
a. Undercut not required
b. Pulverize 10 inches deep.
c. Remove 2-inch the total pulverized amount.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 2, 2016
024115-6
PAVING REMOVAL
Page 6 of 6
I. Remove speed cushion
1. Scrape or sawcut speed cushion from existing pavement without damaging existing
pavement.
3.5 REPAIR [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME
SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.2.A — modified payment requirements on utility projects
2/2/20l 6 F. Griffin l.2.A.2.b. — Removed duplicate last sentence.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 2, 2016
-1
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 1 of 6
1
2
SECTION 32 13 20
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
3 PART1- GENERAL
4 1.1 SUMMARY
5 A.Section Includes:
6 1. Concrete sidewalks
7 2. Driveways
8 3. Barrier free ramps
9
10
11
12
13
14
15
16
17 1.2
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. Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specifcation Sections include, but are not necessarily limited to:
1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1- General Requirements
3. Section 02 41 13 - Selective Site Demolition
4. Section 32 13 13 - Concrete Paving
5. Section 32 13 73 - Concrete Paving Joint Sealants
PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Concrete Sidewalk
a. Measurement
1) Measurement far this Item shall be by the square foot of completed and
accepted Concrete Sidewalk in its final position for various:
a) Thicknesses
b) Types
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per square foot of Concrete Sidewalk.
c. The price bid shall include:
1) Excavating and preparing the subgrade
2) Furnishing and placing all materials
3) Thickened edge under sidewalk limits, if adjacent to curb or retaining wall
2. Concrete Curb at Back of Sidewalk (6 to 12-inch max)
a. Measurement
1) Measurement for this Item shall be by the linear foot of completed and
accepted Concrete Curb at the Back of Sidewalk within the 6 to 12-inch curb
height at back of walk in its final position.
b. Payment
1) The wark performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per linear foot of Concrete Curb at the Back of Sidewalk.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS iPRC 24-0169
Revised December 9, 2022
_2
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 2 of 6
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
c. The price bid shall include:
1) Excavating and preparing the subgrade
2) Furnishing and placing all materials, including concrete and reinforcing
steel
3) Excavation in back of "retaining" curb
4) Furnishing, placing, and compacting backfill
3. Concrete Driveway
a. Measurement
1) Measurement for this Item shall be by the square foot of completed and
accepted Concrete Driveway in its final position for various:
a) Thicknesses
b) Types
2) Dimensions will be taken from the back of the projected curb, including the
area of the curb radii and will extend to the limits specified in the Drawings.
3) Sidewalk portion of drive will be included in driveway measurement.
4) Curb on drive wi11 be included in the driveway measurement.
b. Payment
1) The wark performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per square foot of Concrete Driveway.
c. The price bid shall include:
1) Excavating and preparing the subgrade
2) Furnishing and placing all materials
3) Temporary asphalt transition at width shown on plans (typically 9 inches)
when the pavement adjacent to the driveway will be improved
4. Barrier Free Ramps
a. Measurement
1) Measurement for this Item shall be per each Barrier Free Ramp completed
and accepted for various:
a) Types
b. Payment
1) The wark performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per each `Barrier Free Ramp" installed.
c. The price bid shall include:
1) Excavating and preparing the subgrade
2) Furnishing and placing all materials
3) Curb Ramp
4) Landing and detectable warning surface as shown on the Drawings
5) Adjacent flares or side curb
6) Concrete gutter width along ramp opening
7) Doweling into adjacent concrete pavement, if applicable
44 1.3 REFERENCES
45 A.Abbreviations and Acronyms
46 1. TAS — Texas Accessibility Standards
47 2. TDLR — Texas Department of Licensing and Regulation
48 B. Reference Standards
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 9, 2022
-3
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 3 of 6
1
2
3
4
5
6
7
8
9 1.4
10 1.5
11 1.6
12
13
14
15 1.7
16 1.8
1. Reference standards cited in this Speci�cation 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 speciiically cited.
2. American Society for Testing and Materials (ASTM)
a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete
Construction (Non-extruding and Resilient Types)
b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using
Standard Effort (12,400 ft-lbf/ft3)
ADMINISTRATIVE REQUIREMENTS [NOT USED]
SUBMITTALS [NOT USED]
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A.Mix Design: submit for approval. Section 32 13 13.
B. Product Data: submit product data and sample for pre-cast detectable warning for barrier
free ramp.
CLOSEOUT SUBMITTALS [NOT USED]
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
17 1.9 QUALITY ASSURANCE [NOT USED]
18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
19 1.11 FIELD CONDITIONS
20
21
22
23
A.Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13.
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
24 2.2 EQUIPMENT AND MATERIALS
25 A.Forms: wood or metal straight, free from warp and of a depth equal to the thickness of the
26 �nished work.
27
28
29
30
31
B.Concrete: see Section 32 13 13.
1. Unless otherwise shown on the Drawings or detailed specifications, the standard
class for concrete sidewalks, driveways and barrier free ramps is shown in the
following table:
Standard Classes of Pavement Concrete
Class of Minimum 28 Day Min. Maximum
Concrete' Cementitious, Compressive Water/
Lb./CY Strength� Cementitious
psi Ratio
A 470 3000 0.58
32
C.Reinforcement: see Section 32 13 13.
Course
Aggregate
Maximum
Size,
inch
1-1/2
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 9, 2022
-4
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 4 of 6
1 1. Sidewalk, driveway and barrier free ramp reinforcing steel sha11 be #3 deformed
2 bars at 18 inches on-center-both-ways at the center plane of all slabs, unless
3 otherwise shown on the Drawings or detailed specifications.
4 D.Joint Filler
5 1. Wood Filler: see Section 32 13 13.
6 2. Pre-Molded Asphalt Board Filler
7 a. Use only in areas where not practical for wood boards.
8 b. Pre-molded asphalt board filler: ASTM D545.
9 c. Install the required size and uniform thickness and as specified in Drawings.
10 d. Include 2liners of 0.016 asphalt impregnated kraft paper filled with a mastic
11 mixture of asphalt and vegetable fiber and/or mineral filler.
12 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings.
13 2.3 ACCESSORIES [NOT USED]
14 2.4 SOURCE QUALITY CONTROL [NOT USED]
15 PART 3 - EXECUTION
16 3.1 INSTALLERS [NOT USED]
17 3.2 EXAMINATION [NOT USED]
18 3.3 PREPARATION
19
20
21
22
23
24
25
26
27
28
29
30
A.Surface Preparation
1. Excavation: Excavation required for the construction of sidewalks, driveways and
barrier free ramps shall be to the lines and grades as shown on the Drawings or as
established by the City.
2. Fine Grading
a. The Contractor shall do all necessary filling, leveling and fine grading required
to bring the subgrade to the exact grades specified and compacted to at least 90
percent of maximum density as determined by ASTM D698.
b. Moisture content shall be within minus 2 to plus 4 of optimum.
c. Any over-excavation shall be repaired to the satisfaction of the City.
B. Demolition / Removal
1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13.
31 3.4 INSTALLATION
32 A.General
33 1. Concrete sidewalks shall have a minimum thickness of 4 inches.
34 2. Sidewalks constructed in driveway approach sections shall have a minimum
35 thickness equal to that of driveway approach ar as called for by Drawings and
36 specifications within the limits of the driveway approach.
37 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for
38 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines.
39 The construction of the driveway approach shall include the variable height radius
40 curb or a pan driveway approach in accordance with the Drawings.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 9, 2022
-5
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 5 of 6
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
1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed
using redwood.
Expansion joints shall be placed at intervals ten times the width of the sidewalk.
Expansion joints shall also be placed at all intersections, sidewalks with concrete
driveways, curbs, formations, other sidewalks and other adjacent old concrete work.
Similar material shall be placed around all obstructions protruding into or through
sidewalks or driveways.
All expansion joints shall be 1/2 inch in thickness.
5. Edges of all construction and expansion joints and outer edges of all sidewalks shall
be finished to approximately a 1/2 inch radius with a suitable iinishing tool.
6. Sidewalks shall be marked at intervals equal to the width of the walk with a
marking tool. Saw cutting of joints to the required depth may be desirable on wider
sidewalks and is acceptable if approved by the City
7. When sidewalk is against the curb, expansion joints shall be spaced to match those
in the curb, possibly in addition to the required spacing above.
31 G.Barrier Free Ramp
32 1. Furnish and install red color detectable warning surface included in Standard
33 Product List, ar approved equal.
34 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction
35 of pedestrian travel, and extend to the limit of the width of the curb ramp (exclusive
36 of flares), the landing or the blended transition.
37 3. Locate detectable warning surface so that the edge nearest the curb line is at the
38 extension of the back of the curb.
39 4. Detectable warning surface may be curved along the corner radius.
40 5. Install detectable warning surface according to manufacturer's instructions.
4. All pedestrian facilities shall comply with provisions of TAS including location,
slope, width, shapes, texture and coloring. Pedestrian facilities installed by the
Contractor and not meeting TAS must be removed and replaced to meet TAS (no
separate pay).
B. Forms: Forms shall be securely staked to line and grade and maintained in a true position
during the depositing of concrete.
C.Reinforcement: see Section 32 13 13.
D.Concrete Placement: see Section 32 13 13.
E. Finishing
1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true,
even surface.
2. Trowel and then brush transversely to obtain a smooth uniform brush finish.
3. Provide exposed aggregate finish for driveways and sidewalks if speci�ed.
4. Edge joints and sides shall with suitable tools.
F. Joints
2
3
4
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 9, 2022
-6
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 6 of 6
1
2
3
4
5
6
7
8
9
10
3.5 REPAIR/RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
11
DATE NAME
12/20/2012 D.Johnson
4/30/2013 F. Griffin
7une 5, 2018
Apri129, 2021
December 9,
2021
December 9,
2022
12
M Owen
M Owen
M Owen
M Owen
END OF SECTION
Revision Log
SUMMARY OF CHANGE
1.2.A3 — Measurement and Payment for Barrier Free Ramps modified to match
updated City Details
Corrected Part 1, 1.2, A, 3, b, 1 to read; from ... square foot of Concrete Sidewalk.
to . . .each "Barrier Free Ramp" installed.
Revised Measurement and Payment.section.
1.2 A. 4. c. Revise Barrier Free Ramp — Payment Section
1.2 A. l.c. and 1.2 A. 3. a Clarified what is included in bid items for sidewallc and
driveway, respectively
3.4 G. Remove reference to specific DWS and referred to SPL, revised to clarify
limit of DWS, and revised reference to back of curb for placement of DWS.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 9, 2022
33 O1 31 -1
CLOS ED CIRCUIT T ELEVIS ION (CCT V) INS PECT ION— SANIT ARY S EW ER
Page 1 of 10
1
2
SECTION 33 0131
CLOSED CIRCUIT TELEVISION (CCT� INSPECTION — SANITARY SEWER
3 PART 1 - GENERAL
4 1.1 SLJMMARY
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
A. Section Includes:
1. Requirements and procedures for Closed Circuit Television (CCT� Inspection
of sanitary sewer
2. For City Capital Improvement Projects, which include sanitary sewer
rehabilitation projects, aPost-CCTV is required. Pre-CCTV for mains willbe
project specific and noted on the plans.
3. For new development sanitary sewer installation, a Post-CCTV is required.
4. For all City Capital Improvement Projects and new development sanitary sewer
installation, a Final Manhole CCTV is required.
5. Final-CCTV will be project specific, and would include major collector, arterial,
County, Railroad, and TXDOT projects that include extensive paving,
structures, drainage, and grading activities
B. Deviations from this City of Fort Worth Standard Specific ation
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems
4. Section 33 04 50 — Cleaning of Sewer Mains
5. Section O1 32 16 — Construction Progress Schedule
26 1.2 PRICE AND PAYMENT PROCEDURFS
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Pre-CCTV Inspection
1. M asurement
a. M asurement for this Item will be by the linear foot of line televised for CCTV
Inspection performed prior to any line modification or replacement determined
from the distance recorded on the video log.
2. Payment
a. The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" willbe paid for at the unit price
bid per linear foot for "Pre-CCTV Inspection".
1) Contractor willnot be paid for unaccepted video.
3. The price bid shall include:
a. M bilization
b. Cleaning
c. Digital file
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised March 11, 2022
33 O1 31 -2
CLOS ED CIRCUIT T ELEVIS ION (CCT V) INS PECT ION— SANIT ARY S EW ER
Page 2 of 10
B. Post-CCTV Inspection
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
L Measurement
a. Measurement for this Item will be by the linear foot of line televised for CCTV
Inspection performed following repair or installation determined from the
distance recorded on the video log.
2. Payment
a. The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price
bid per linear foot for "Post-CCTV Inspection".
1) Contractor will only be paid for video that is accepted in writing by Water
Department.
3. The price bid shall include:
a. Mobilization
b. Cleaning
c. Digital file
C. Final-CCTV Inspection
1. Measurement
a. Measurement for this Item will be by the linear foot of line televised for CCTV
Inspection performed following repair or installation determined from the
distance recorded on the video log.
2. Payment
a. The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price bid
per linear foot for "Final-CCTV Inspection".
1) Contractor will only be paid for video that is accepted in writing by Water
Department.
3. The price bid shall include:
a. Mobilization
b. Cleaning
c . Digital file
D. Final- Manhole CCTV Inspection
1. Measurement
a. Measurement for this Item will be per each manhole, junction structure,
televised for CCTV Inspection performed following repair, manhole coating,
final adjustments to grade, and/or installation determmed on the video log.
2. Payment
a. The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price bid
per each for "Final-Manhole CCTV Inspection".
1) Contractor will only be paid for video that is accepted in writing by Water
Department.
3. The price bid shall include:
a. Mobilization
b. Cleaning
c . Digital file
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised March 11, 2022
33 O1 31 -3
CLOS ED CIRCUIT T ELEVIS ION (CCT V) INS PECT ION— SANIT ARY S EW ER
Page 3 of 10
2
3
4
5
6
7
8
9
1.3 RF.F'ERENC ES
A. Reference Standards
1.
2.
a.
Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
City of Fort Worth Water Department
City of Fort Worth Water Department CCTV Inspection and Defect Coding
Program (CCTV Manual). City of Fort Worth Water Department CCTV
Inspection Log.
10
11
12
13
14
15
16
17
18
19
20
21
22
23
B. Definitions
1. Pre-CCTV — CCTV Inspection performed by Contractor on existing mains prior
to any line modification or replacement.
2. Post CCTV— CCTV Inspection performed by Contractor following installation
of new mains butbefore completion of other infrastructure (i.e. streets,
sidewalks, final grading, etc.)
3. Final CCTV — CCTV Inspection performed by Contractor on mains and
manholes after all construction is complete. Includes CCTV of the manholes
(including grade rings, casting, etc.) after street construction, final grading, and
manhole coating, if the coating is required.
C. Final Manhole CCTV — CCTV Inspection performed by Contractor on manholes and/or
junction structures, after all construction is complete. Includes CCTV of the manholes/
(including grade rings, casting, etc.) after s�eet construction, final grading, and
manhole coating, if the coating is required.
24 1.4 ADMI1vISTRATIVE REQUIREMF.NTS
25
26
27
28
29
30
31
32
33
34
35
36
37
38
1. Inc lude Pre, Post, Final Manhole, and Final CCTV schedule as part of the
Construction Progress Schedule per Section O1 32 16.
2. Al1ow time for City review (2 weeks minimum—Notification needs to be sent
out to Project Manager, City Inspector, & Field Operations). Post-CCTV can be
scheduled and submitted for review after each sewer main construction has been
c ompleted.
3. If CCTV is accepted by City Project Manager, proceed with work. If rejected,
coordinate with City per Part 1.4 A.
39 1.5 SUBMITTALS
40 A. Submittals shall be in accordance with Section O1 33 00.
A. Coordination
1. Sanitary Sewer Lines
a. M et with City of Fort Worth Water Department staffto confirm that the
appropriate equipment, software, standard templates, defectcodes and defect
rankings are being used, if required.
B. Schedule
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised March 11, 2022
33 O1 31 -4
CLOS ED CIRCUIT T ELEVIS ION (CCT V) INS PECT ION— SANIT ARY S EW ER
Page 4 of 10
1 B. All CCTV submittals shall be submitted to the City Inspector to be uploaded to
2 common location for review and comment by Water Operations and Inspections.
3 Alternatively, the Inspector can provide Contractor access to upload directly to common
4 location. Inspection and Water Operations staff shallbe notified when CCTV upload is
5 completed.
6 C. If inspected with Infrastructure Technologies IT Pipes Software per CCTV Manual
7 provide video data per the CCTV Manual. Provide additional copy of video in video
8 file MP4 with I�264 code — Advanced Video Coding and compression standard.
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
414
45
46
D. If inspected with other software provide video data in video file MP4 with H.264 code —
Advanced Video Coding and compression standard.
E. Inspection Report shall include:
1. Asset
a. Date of Inspection
b. City
c. Project Name (Address accepted if project name does not exist)
d. Main Number — as shown on drawings or GIS ID(If Available)
e. Upstream Manhole Station — as shown on drawings or GIS ID(IfAvailable)
f. Downstream Manhole Station— as shown on drawings or GIS ID (IfAvailable)
g. Pipe Diameter
h. Material
i. Pipe Length
j. Mapsco Location Number
k. Date Constructed
1. Pipe Wall Thickness
m. Grade percentage
n. Inspector Name
2.
a.
b.
c.
d.
e.
f.
g•
Inspection
Inspection Number (i.e. lst 2°a etc...)
Crew Number
Operator Name
Operator Comments
Reason for Inspection
Equipment Number
Camera Travel Direction is Upstream to Downstream — Deviation will require
written justification, with the exception of stubouts & abandonment plugs that
will always be recorded from the downstream side.
Inspected L,ength (feet)
Work Order Number (if required)
City Project Number (if required)
City Contract Name
Consultant Company Name
Consultant Contact Name
Consultant Contact Phone Number
Contractor Company Name
Contractor Contact Name
Contractor Contact Phone Number
47 F. CCTV overlay screen shall include (opening text to CCTV inspection)
48 a. Date of inspection
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised March 11, 2022
33 O1 31 -5
CLOS ED CIRCUIT T ELEVIS ION (CCT V) INS PECT ION— SANIT ARY S EW ER
1
2
3
4
5
6
7
8
9
10
11
b. City Name
c. City Project number
d. Project name
e. Main number
f. Upstream SS Manhole (or Plug) station
g. Downstream SS Manhole station
h. Diameter
i. Grade/Slope
j. Material
k. Length
1. Contractor
Page 5 of 10
12
13
14
m. Inspectors name
n. Travel direction
o. Date Construction
15 1.6 INFORMATIONAL SUBMITTALS
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
A. Pre- and Post CCTV submittals
1. CCTV video results shall be submitted to City that can be uploaded to shared
common location by the inspection staff, upon confirmation that the submittal is
complete (partial submissions are not accepted, except in special situations that
are approved by the Water Department). For pre-CCTV submittals, approval of
the submittal shall be provided by the Project Manager prior to construction
start when connecting to existing sewer.
2. Alternatively, the Inspector can provide Contractor access to upload directly to
common location. Inspection and Water Operations staff shallbe notifiedwhen
CCTV upload is completed in order to confirm submittalis complete. Inspection
Report (separate report file for each individual shall be submitted to Inspectar or
directly uploaded to shared common location.
B. Additional information that may be requested by the City
L Listing of cleaning equipment and procedures
2. Listing of flow diversion procedures if required
3. Listing of CCTV equipment
4. Listing of backup and standby equipment
5. Listing of safety precautions and traffic control measures
34 1.7 CLOSEOLJT SUBMITTALS
35 A. Final CCTV shall not be completed until all manholes and surface covers are set to final
36 grade. All as built changes to plan and profile drawings (redlines), are required to be
37 reflected on the final CCTV inspection information. Final CCTV shall not be
38 completed until all as built corrections have been made.
39 1. Final-CCTV submittals
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised March 11, 2022
33 O1 31 -6
CLOS ED CIRCUIT T ELEVIS ION (CCT V) INS PECT ION— SANIT ARY S EW ER
Page 6 of 10
a.
4
6
7
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
CCTV video results shall be submitted to City that can be uploaded to shared
common location by the inspection staff, upon confirmation that the submittal
is complete (partial submissions are not accepted, except in special situations
that are approved by the Water Department). Alternatively, the Inspector can
provide Contractor access to upload directly to common location. Inspection
and Water Operations staff shall be notified when CCTV upload is completed
in order to confirm submittal is complete. Sanitary sewer video file(s) in MP4
with H.264 code Advanced Video Coding and compression standard
City Project Number displayed within text of sanitary sewer video.
Construction Plans identifying the line segments that were videoed. Include
cover sheet, 1 digital copy of the redlines (Contractor to upload into Accela or
BIM 360), overall line layout sheet(s), andplan andprofile sheet(s).
1) One (1) ll"X 17" copy
Sanitary sewer line segment from drawings match line segments on Inspection
Report. Recommend some minimum guidance for standardization of line
segment submittals, to include proper identification of Project: name, CPN, line
identification and stations, as well as format (e.g. PDF?) and minimum
annotations required to explain deviations from policies as specified in this
document, or any anomalies that are considered within tolerance.
Inspection Report (separate report file for each individual shall be submitted to
Inspector or directly uploaded to shared common location.
Allow two (2) weeks to review before requesting final inspection. After review
by the City Inspector and Water Field Operations, if applicable a combined set
of punch list items will be submitted to the Contractor for correction.
g�
26 1.8 J. CCT'V SPEADSHEET LOG INEXCEL FORMAT MAINTINANCE MATERIAL
27 SUBMITTALS [NOT USID]
28 1.9 QUALITY ASSURANCE [NOT USED]
29 1.10 DEI,IVERY, STORAGE, AND HANDLING [NOT USED]
30 1.11 FIEI,D [SITE] CONDITIONS [NOT USED]
31 1.12 WARRANTY [NOT USED]
32 PART 2 - PRODUCTS
33
34
35
36
37
38
39
40
41
42
43
L•^
�
e.
f.
A. Equipment—
�. Closed Circuit Television Camera
a. The television cameraused shallbe one specifically designed and constructed
for sewer inspection. Lighting for the camera shallbe suitable to allow a clear
picture of the entire periphery of the pipe. The c amera shall be operative in 100
percent humidity/submerged conditions. The equipment will provide a view of
the pipe ahead of the equipment and of features to the side of the equipment
through turning and rotation of the lens. The camera shall be capable of tilting
at right angles along the axis of the pipe while panning the c amera lens through
a full circle about the circumference of the pipe. The lights on the camera shall
also be capable of panning 90-degrees to the axis of the pipe.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised March 11, 2022
33 O1 31 -7
CLOS ED CIRCUIT T ELEVIS ION (CCT V) INS PECT ION— SANIT ARY S EW ER
Page 7 of 10
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 PART 3 - EXECUTTON
29 3.1 INSTALLERS [NOT USID]
30 3.2 EXAMINATTON [NOT USID]
�
c
�
b. The radial view camera must be solid state color and have remote control of the
rotational lens. The camera shall be capable of viewing the complete
circumference of the pipe and manhole structure, including the cone-section or
corbel. The camera lens shallbe an auto-iris type with remote controlled
manual override.
2. Video Capture System
a. The video and audio recordings of the sewer inspections shall be made using
digital video equipment. A video enhancer may be used in conjunction with,
but not in lieu of, the required equipment. The digital recordmg equipment shall
capture sewer inspection on USB drive, with each sewer segment (from
upstream manhole to downstream manhole) inspection recorded as an individual
file in MP4 with H.264 code format.
The system shallbe capable of printing pipeline inspection reports with
captured images of defects or other related significant visual information on a
standard color printer.
The system shall store digitized color picture images and be sa�ed in digital
format on a USB drive.
The system shallbe able to produce datareports to include, at a minimum, all
observation points and pertinent data. All data reports shall match the defect
severity codes outlined in the City's CCTV manual (electronic copy available
on Water Department's website —
http://fortworthtexas.gov/water/wastewater/CCTV Manual .
e. Camera footage, date & manhole numbers shall be maintained in real time and
shall be displayed on the video monitor as well as the video character
generators illuminated footage display at the control console.
31 3.3 PREPARATION
32
33
34
35
36
37
38
39
40
41
42
43
44
A. General
1.
2.
3.
4.
Prior to inspection obtain pipe and manhole asset identification numbers from
the plans or City to be used during inspections. Inspections performed using
identification numbers other than the line number (or existing sanitary sewer
main/lateral) and station numbers from plans or from assigned numbers from the
City will not be accepted.
CCTV Inspection shall not commence until the sewer section to be televised has
been completely cleaned in conformance with Section 33 04 50.
CCTV Inspection shall not commence until the sewer section to be televised
has been completely cleaned in conformance with Section 33 04 50. (Sewer
system should be connected to existing sewer system and should be active)
A final CCTV Inspection of newly installed sewers (not yet in service) shallnot
commence until completion of the following items:
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised March 11, 2022
33 O1 31 - 8
CLOS ED CIRCUIT T ELEVIS ION (CCT V) INS PECT ION— SANIT ARY S EW ER
Page 8 of 10
1
2
3
4
5
6
7
8
9
10
a.
b.
c.
d.
e.
f.
g�
Manhole final grade is set (after street paving, under Final CCTV, Final
Manhole CCT�
Manhole lining is complete (after street paving, under Final CCTV, Final
Manhole CCT�
Sewer main is cleaned
Sewer air test is complete
Vacuum test of manholes
Installation of all lateral services and completion of low pressure testing of all
new services
All sewer main and manhole work is complete
ll Once reviewed and accepted by Water Field Operations the sewer system should be
12 connected to existing sewer system and ready for use upon final acceptance of the
13 project.
14 5. Temporary Bypass Pumping (if required) shall conform to Section 33 03 10.
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
B. General
C. Pipe
1. Use manual winches, power winches, TV cable, and power rewinds that do not
obstruct the camera view, allowing for proper evaluation.
1. Begin inspection immediately after cleaning of the main.
2. Move camera through the line in either direction at a moderate rate, stopping
when necessary to permit proper documentation of the main's condition.
3. Do not move camera at a speed greater than 30 feet per minute.
4. During investigation stop camera at each defect along the main.
a. Record the nature, location and orientation of the defect or infiltration location
as specified in the CCTV Manual.
5. Service connections, Pan the Camera to get a complete overview of service
connection including zooming into service connection Include location (i.e. 1
o'clock, etc...) See photos 17 thru 23 for examples
6. Joint defects, Include comment on condition, signs of damage, etc... Note
offset and/or separation at a joint. Includes joints where one pipe is not
carrectly aligned with the connecting section ofpipe causing a lip that could
impede flow or a section of pipe that is aligned but has pulled apart horizontally
and may not connect to the other section ofpipe. See Photos 24 thru 29, 35, 36
for examples
35 7. Notate visible pipe defects such as cracks, broken or deformed pipe, holes,
36 offset joints, obstructions, sags or debris (show as % of pipe diameter). If debris
37 has been found in the pipe during the post or final-CCTV inspection, additional
38 cleaning is required, and pipe shall be re-televised. See Photos 1 thru 12 for
39 examples
40 8. Notate Infiltration/Inflow locations. See Photos 13, 20 for examples
41 9. Notate Pipe material transitions. See Photos 30 for example
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised March 11, 2022
33 O1 31 -9
CLOS ED CIRCUIT T ELEVIS ION (CCT V) INS PECT ION— SANIT ARY S EW ER
Page 9 of 10
4
6
7
10
11
12
13
14
15
16
17
10. Notate other locations that do not appear to be typical for normalpipe
conditions. For example, locations could include conflicts between the replaced
main with other utilities (including paving and storm sewer), causing pipe
deflections, sags, etc. holding water. This could also include any damage to the
main and/or services after the main has been replaced. These locations could
occur between the Post-CCT'V and Final-CCTV submittals. See Photos 31 thru
34 for examples
11. Note locations where camera is underwater and level as a% of pipe diameter.
Camera underwater — Point in which the camera lens is 100% submerged
underwater and/or 50% of the pipe's diameter. Camera emerged—Point in
which the camera lens has emerged from being underwater. Severity is
described in ranges by linear feet. This would include pipe deflections causing
a considerable increase (i.e. double or more) in the depth of flow in thepipe (to
at least between 1/3 to'/z of the pipe diameter). See attached example photos at
the end of this Specification showing the depth changes in % full of pipe. See
Photos 14 thru l 6 for examples.
12. Provide accurate distance measurement.
18 a. The meter device is to be accurate to the nearest 1/10 foot.
19 13. CCTV recording segments are to be single continuous file item.
20 a. A single segment is defined from manhole to manhole.
21 b. Only single segment video's will be accepted and preferably include manhole
22 inspections (manhole to manhole).
23 c. Individual manhole mspection will require written justification, included under
24 the Final-CCTV bid item.
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
14. Pre-Installation Inspection for Sewer Mains to be rehabilitated
a. Perform Pre-CCTV inspection immediately after cleaning of the main and
before rehabilitation work.
1) No c leaning equipment in the main during CCTV.
2) Water shall be present (or flowing) while recording CCTV to confirm
system functionality.
b. If, during inspection, the CCTV will not pass through the entire section of main
due to blockage or pipe defect, set up so the inspection can be performed from
the opposite manhole.
c. City Project Manager (PM) shall review and may consult with Sewer Projects
Reporting and Operations (SPRO), and provide comments on identified defects.
Contractor shallpresentproposed repair method(s) for approvalby the City
PM, before proceeding with construction.
d. Provisions for repairing or replacing the impassable location are addressed in
Section 33 31 20, Section 33 31 21, Section 33 31 22 and Section 33 31 23.
15. Post-and Final Installation Inspection
a. Prior to inserting the camera, flush and clean the main in accordance to Section
33 04 50. Water should be present/flowing during the recording operation, to
demonstrate the functioning of the installed system.
44 16. Documentation of CCTV Inspection
45 a. Sanitary Sewer Lines
46 1) Follow the CCTV Manual (CCTV standard manual supplied by City upon
47 request) for the inspection video, data logging and reporting or Part 1.5 E of
48 this section.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised March 11, 2022
33 01 31 -10
CLOS ED CIRCUIT T ELEVIS ION (CCT � INS PECT ION— SANIT ARY S EW ER
Page 10 of 10
1 D. M nhole
2 1. Final Manhole CCTV Inspection recording segments, willreveal condition of
3 manhole in its entirety, including corrosion protection if applicable. Camera
4 should pan the entire manhole while lowering to include complete view of
5 invert. This requirement applies to new manhole installations and rehabilitated
6 manholes after epoxy lining installed, if applicable.
7 2. Notate Infiltration/Inflow locations for Pre-construction CCTV recordings.
8 3. Post-Installation CCTV Inspection is only done after all construction is
9 c omplete.
10 E. �ti�� l�,i .
11 3.4 REPAIR / RFSTORATION [NOT USED]
12 3.5 R�INSTALLATION [NOT USED]
13 3.6 FIEI,D [ou] SITE QUALITY CONTROL [NOT USED]
14 3.7 SYSTEM STARTUP [NOT USED]
15 3.8 ADJUSTING [NOT USED]
16
17
18
19
20
21
22
23
24
fc�!Z�111 �_I:�►11►`C!'
A. See Section 33 04 50.
3.10 CLOSEOLJT ACTTVITIES [NOT IISID]
3.11 PROTECTION [NOT USID]
3.12 MAINTENANCE [NOT IISID]
3.13 ATTACHI��NTS [NOT USID]
IND OF SECTION
DATE NAM
Revision Log
SUM YOF CHANGE
� 12/20/2012 D. Johnson Various— Added requirements for coordination with T/P W for Storm Sewer CCT V
�4/29/2021 J Kasavich Various — Alternative to CCT V Manual, modified submittal detail requirements
3/11/2022 M Owen Removed referencedto storm drain
25
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised March 11, 2022
i�
r�
�
�
Photo 1 Flow Depth Acceptable
,
Photo 2 Flow Level Acceptable
� .
D�IVIH: ��+'1 �
K ,�
. ��
�
,
.
Photo 3 Flow Level Acceptable
Photo 4 Flow Level is elevated.
��
�� � �
���.
�
�
, - _'�
�. "� �.
Photo 5 Flow Elevated but below 1/3 capacity. No action required
�'""
. ' i
�; �r
�'• k
Photo 6 Flow above 30%. Potential Sag or debris.
, �� �- +"�' ` •. �
L�32�3��". @9���� 43E#b*7� � ��
-:
-{
�f"
�
Photo 7 Offset Joint Example
1 .
;�, �, � .,
N ��,.� �' � � �.
��' `.; ',*'�y� �
. � � t;�
w� , �.
� �
,i '
�
� . ,.
�
' . �
I
. �
���p
.. ��a;� ��
� �.,
Photo 8 Flow appears to be stagnant possible sag.
Photo 9 Debris evident. Clean and Re-CCTV prior to submittal
�1
�
%�
�7
_ �
� �.
�
► �� � � .... Ln • _
� .,.,'�
�.
.� .� r� c i+�n+� � e.+�s.+sc w R� �
�
Photo 10 Debris evident. Clean and Re-CCTV prior to submittal.
s
_ €
� �,�y
�~�; _ '� �1/ . � �
`
�
Photo 11 CCTV should not be submitted. Clean and Re-CCTV prior to submittal
.
.�
� ti
1 '
� � �
. J
� 1
r�
�
.��
� -_
�'.
�
Photo 12 Survey was not completed. Take corrective action and Re-CCTV
�
r' { �
# �� h ��
��� ;�`,�,�'Sa- -
� . �i��
.t
��,.�+v.' -..�.
A
��01�.'��t
r �!;
�-
fr
,-
�r��
� '
�f:4� - .
L�i:. -t � .. .
Photo 13 Example of Potential Infiltration/Inflow location
which the water level returns to normal. Corrective action will be required.
Photo 14 Water level approaching submerging camera. Record beginning of level increase and note the point at
Photo 15 Camera submerged. Note beginning point of increase level and the end of the increased depth.
Corrective action will be required
�
+�
•
Photo 16 Camera submerged. Note beginning point of increase level and the end of the increased depth.
Corrective action will be required
�
Photo 17 Service Tap. Note the location and position of tap in relation to the sewer main. Repair required?
� � — ��' �� � � r . � ��
`.
0
�
� ',
r
4 -
� 1
� � �
t �
��
� 4 � r -
�, � � ��►. �
�� � � �► .
z �
e
_ r*
Photo 18 CCTV should include view of service line. Retake CCTV Video?
�
w�
Photo 19 Service tap holding water. Corrective action required.
.� � . .� � � �� *
• ��w � *�� � � * � ,�� .�
�
' I �f'- -s , a ■ a ■ -' � i �ti, �
1
�l�L ,�.._ ,�: '� '� ■ � -w �-;
� �
, � r�. 7 �, � ! , �
I _ ■ % � �'�� �.
.1 � '.�� � ' �h
' ►�' 1 � �
� ��
! . # , '' ti�'
t ,
� � �� � � ��
R . Y ' �'` � F r
� �� � 3 �
1, i � �
�, ` ' � �
1 J '
', �/
!
. }; . � r +.. f��
� � '� . � J
' , '� �; �
, , • j�,, . �
'_�* �� �, t � ` y �F '� .
��� �` � � _ a v.- ,/�`�a�� � ��.
i 4�� � , �15� - • �f�, �., + .��f
� �� �`+s, , r`� �
� w r � i � '�,1. ' '� l . ��
I' � �y � %T � � �r� ' ��r ��� � ��� #i
+� ` ���� * ' .�� �� � _ : -
� � ��� ��� ��.
. a _r f: a.
Photo 20 Service tap is installed incorrectly. Also is a point of potential Infiltration and Inflow location.
� ��
� .�
Photo 21 Proper Shot of Sewer Tap
�
��
- �� .r�� ,-. o_
�_ � � � �� s'��� �
�� .' ��=iO�fQ�� .
W ��
. � .�
.
.��
�
�� �
�
' ' 4
�,�.w �
s _ � f � '
�� ' � G } '� j ..� ..
` �'9� ■ � � �• �G'�'al .�4� .
■ ■ � ■ n
■ .
.
�
'� : I;� ' ;r' ;' ��,�a �I_ _ � '_
`o��= ' � a a
I� ' =�l' �' �` � �
,- � . �
` ' _..
Photo 22 Debris in service line. Corrective action required
.. -�
,..
.
�
•. _
�" �
�
, . :.
� , ,�
,, .
. . + _ i��' : . . :
. �
�.�_ r
, ' #
.
��«� ° ����
,�! i��,=�i��fa1� '
:
.
�_ ,
"�,
�
Photo 23 Service tap at proper location.
�,,�,
, �.
��
_:�.�. .
�• ,, � .
�, ,�' _,��+•» �--
.�
�y� �� ` �* ���
• �_ �'-� � - .
�'i.i ��, - _�: . � • � �t '� .
- .t ��'`. i'� . � ~ � .
a�
W _ �a �.` ��•�1
� �
L
� �
�
!�► . -,� ,
� _ �
- ' ' �i,
�
Photo 24 Damage to liner. Repaired is required.
� � ,f�•��* '
- � � � �
� �,�� �
r�
� . i,� }
, -, , �
Photo 25 Damage to liner. Repair is required.
G�
a� ,. . .. _ .
.�
Photo 26 Damage to Liner. Repair is required.
Photo 27 Liner Damage. Repair required.
Photo 28 Damaged Liner. Damage to be repaired.
. �:
� � �,� `� �
- w „C. _ .
; - � �.
�rt ,;, � � _.
� `�
�.,� � ,.
� �� �
�_ ��`' � �'
_ ._ � ��
- �,
:, . �`
�� r�� � .
� � �
�► �' � '�
� .� 4�
� � ' � _
� � � �
� �
�
- T .
Photo 29 Liner Damaged. Damaged to be repaired.
� � .�
�
� ��► �
�, �
i _ �. � '
' r �t � �
��i'
�. ,
�
r
m
Photo 30 Change of material. Note change on CCTV log. Repair required?
Photo 31 Beginning of potential impact from adjacent utilities Repair required?
Photo 32 Continuation of impact from adjacent utilities Repair required?
Photo 33 Continuation of impact from adjacent utilities Repair required?
Photo 34 End of impact for potential impact from adjacent utilities. Repair required?
Photo 35 Short Joint installed (not a closure piece) does not comply with specification Repair required?
Photo 36 Short piece installed with wye inserted does not comply with design
�
�
�` , •�.r .
� ���•i ., :
;��:4��� ...
r `+.+�{,
t
' '-t:� '
. : ..,� �,,,..- 4 ". ►
.'}�' � .
��
��• � • � �
• - ,� ^�. • ,
� �.
�, #
� �
�\
_r '
_� ._.
� �
s
� ��
a
�
�� �. �� `� � r
� * �
.„ � ��.
' ��i►' r r. � �,ti
. �. ,, �.
�' • � • �
� • R' ` . ,
� • r' �
�t ��� • � 4 c
��� L ti I
� �
� �'� � �� � �� �e G'. � '� ��
•� �! � �,�, . . ,
� `�,` '� '
�► r _ 4•�, �. � •
. ' ,� �,'' � ' •.
. . � � � ��,
�1. ` `r �. �'� � �r��
� �f y � � ,�
! �, � � � .� +y� �
,N � E �: n + ` � . � •
T ��' � `�,� '�� �
. ' '1 �:.�� ���s� ' �� I
�
� � - �� �
♦ � ^� i
i 4' . •
� �-; ` }
�. '
�
. ` � ` '-�.,.
'�,�,�,,, ; _ � � •:
. � �.
� � �
� �.
�
� �
.
. �
.�
�
1 �_ { �
Y �
C
�,
• � . '
� �
�I
.4. �'� , '�.
. ���
'� .�
� i. k
�`-,� � ,,,�r• � � ' •
�' _. � � ` �'� . .�
rir � r -�' . � f ; ' ' ; ��►�'~'!►_ : ` � ,�. +�
� � Y� � .,�
... . r -, � ..,;ri
_ �
, •� .�- � i .. � i� �f , � �~�*�j 1,� �
,� .�� j
. � ..� , � �Jt `�1 , a�
� - ' -��r����.,J � ! ` ��'� i+
J� r s � -
1' y � ' �
� s �� i l
� � ���� , r •r � _ _ - •
� � � / �s � �
. : , _ • �,,�
+ _. I i' �, 1
� �� �
I� i,�.i+�
�. . � 'i:�
f� �
�� f°"
.
J.i
LI..
�
+
t'�ti
I'^�
�
..
'�-
"y.
�.
c�—�+
���
r� . }
�--i
---�
�, �
�
��� ��
�
ti...i�, � � � �
,.
j�- ,
�
ii�� ,
�. r* rr
,`��
I�II'I ,
r �' w • .
I �
, �
. }
• •
, .
r + �` i
�.�r
■�
� '
�� ♦
�
'` � ~ -
r
�
��-�� i
�
�'�_! I
,
,.
����
, IF ��
� � � �
, r.
'� ,:,. . � �
� } • +
r
�� M �
• ' • . . . I
. �. " � �
• . f y ^- � "' �
. � . +� y
' S `'� ' �t •ti
� �4 � � ����� •�• 1
� � �'
` i
� i� ��� 4 � � + �
♦ E�� ., k", �F1 1
, ♦ , � • • � � R �
• ` . � ���� .,�
�� � �,. �*
. � �+� �� �
�► , �'�+!�_•. r �T�' � e � Fs' +I
P `� � �� � ► "���
• •• e� ,
� � � �'* f �_ ��� '�
y. � � . i
. "+S" . { 4 �j � � � �
�
T � � ! � � � r � �. j
• . it � � •�I
� .
�'ti__ + , � +Y �
� +, � � � 1 1 4 .
` ' � r �.�
� � r 1* I E ( . r . � �
, "' i • �r w' -- , �
r ■ �l
�• ! I�i � � !•• ...� � � . � . �, s � .,_�1 .
� • � { � � kw
— 1.� ► r �� � � , � , � + I� {
� �.1
1
Il�j ` • �. 1 � . " I� w
. • �� �
4 ,M+.�� ` �'�' ��. � � .
.
;-_�� "'� " � . ���'y1 }a��
.. �T ., • �
� , •�-� �w .r• � : �1 R• , � . � � i� i� � •
- • � �� . � � , ; * ' �.�' .. �
'* ' �,�'- � r f � + � �
�� �L �� �
,
.4--'• � . � „r.•.••i +R ' "� '�4ra � _ �
� � * � � �� � Y 'r. � j � ,•�� , ^� � ��
�� +�'�R� r ' "` r
Sr _ '. ' �,�••� �' • ,'' /�•"_'�. �'��r�+ ••►'..+lu, ,
�
.
. •
„, r { ` �
��
� �_ ..
r �.
�
�' �
�
•h I��s{��ti�
�' �� � �
.
� ',
s` � �
'; IF_J�
� - �. .
, A �
- :r."!
��
�
�
�
_ � ��
��
. • �
� � ' r.4" i
.
'' .
A�" � I� =��
w �► .,,� "
• � • ' f
���L t' .�_ ''"��''�
�nn� ll�M
M�� .,�1
a�
_ ;7rr
4�C�1 ��i�f
4�1
.;7 C"`
�� ~,
�
i' `�
i, � �
�'
,
l�A�
a�
� , - . ,,,�,�• .,, -
. . �r. .
�
��
i�=1
i ��
� '
:��-
� �
�� �
� . •4
' ,� '� � r I�i.*, i
� +11,r- � •
. y � ' y N� lJ j
� � i - �-
i""- � � �'• � '� ',1
y . , '`ti� ' �� •1� « . {
� � - �, ` 4, � •. � t
s � � �
� � � � M .
� ` ` ��
. ��+ � � � � � � � ♦
� . . _ ' � �• �� .� t
• � � � � � 1
I
y�� ♦ � r � �
�i • i � � .
I {�~,� � �
w'► ey .. ♦ y� ► 1
. �ya. `+ \_+ , ��r k 4� �� � 1� �+�� �.
` T
` ,r � * lI . 11 � _ ' `I_�
•�
.t
. �
�� , � y; } `rs
� � s� r �s ! � "_ ;�,'r1'"
� � r �� ��
�,�_ .
..�� ��
�
� ��,
, � iJ :' �`��` _
�, ,
`-:.� 1� .
�, ��_
! ! � r� � �+' .,,, —` ��,
� ' �"-`- �,'�`'`'.,i.
�-�
} -� r�
�—�
��'
�����,
�• .�
_ �i
,_,
, �� ,
�� - �-
..�Gi
, I ; ~•����4 �
l
.�
'i� ..f � + j � * �' � 4`�"
r � , '� �
e f . r�
f ' � � �
�� ' ;f �
r y t ��
s k� � j
�` ,''� ,' ,`� �
. �.. : J� � ��. ►
,�
�"�
!-
�
rt .- _.
���
i �.� 4
� _.
1r=fl
�`
i�.�i �
a�
� r. L
��
-i t-i �'�:Y
�,1i�
f�
1'.-�
�� ��`—,
'� - � _ - ;
�- •c�;, ,�.,
,,-�.�
f� ` , �1'��►►'�fl
� � �r �'t .�``� ■ ,
,
�'�' ��� �r
��
w
•
1
�
����
�� jj
sT���tT�9
�.� � �
S� l G [� l #Nd�
,�. _ �y�j
.,.-?� • .4 ' � �i�f��� . �
�,.� { , �
. ` +� . ' t
�
^ t' r
?tiic.4:". ,1;� ;
. IY � :1 � , �.�,_, � _ �
.�
.►.er,'"� � � ^ �'.� ' .
' `y � �" ' .
'4. � ��" ,j�
,� � ;� � f .
. . � ; � .�
` � . ' r. ti - =� � . . . � A"- ti.� . 1
f \ � ..
y � wvn . ..rR� , y _ .
� ' � +.��i�:�• w � --. .
I • ' � " �• • - ` r ' 4
I
� R y ;,
•..N�Y . . .. ' .
t �:. .�
��
�� ""',' M,j r�i
w� �
�� �� � �1
�r� �1 .,► �+�
�; � -� ` -� r
T � ��,� r'' •:�
'` '�, � tr� .�
ti� r q
e,,t � r1� .
� -i �_.
. , ' ;,�-' � � �
,
� � r �an�' , ' �-
�"' I � -
,� rf • r r i�it � . r
+ F'w+ ��� �.. �� ,� � � .
: 'i! a.` j t
' �' ` .��
.
, r-
��
I • .
�� t fi
'w ` i•- r t
+� • -
lJ �� i • �
ii� 1 q�' �..�
'V � �
Y � Jh
� `.� , � .
+ '
tt�r� � �'� w �
4 � � _ t��t i
� � .. ' �
_ -- r�� �
• � ��
� ��
� � � �
+* �� `.�.
���n,��� �
•,,
�',� �� � � ,j � �
���.�� i .
Z'"'
_ ,
f�
� _.
�� �
_ �■a � f �r� � � �
�!
`� , � r�..'� f �,
, �, .,,�,
•� ��; •
� .
r
` � �
� I 1
� � �
1` �� a
• +A
3 � � � , '
� r+ �
�• ` � ��•
ki � . ,
. ,h , � ' �
�� � U�
4� + �� f �
� , � � ��� 7t
t
� ' '"� �
� � , �,��,.
r
±�,-' " s
1 �-
v
.+y�,.,yi"rr�' "-.'�.�,.,
1
�� .� ..
. `�
� �; ��--{ �
�! '�
� . ����� �r •
; �4 e
. ���� � �,•A .
f � q 1-� �, .` . F
�
� '
' � � �
� ���,
�`�, I �.'� �
_`y .
i�r�
� ���
�� �- : � ��„ j
a .*
�
,
��
k
t
� �' 1
Y
i, .
� I �'���
i �
� .
� ' 1 r--i
1 � ��i '1
.l
���-a�
� '
�
" �nn�
��tq`
�e���l -
• ��',�� ia�F
r -
�tF �F �
� 1� 1'��
, �17{�l� +i'. f
`1 i� '� _ .
. �f: il� �_�.'�
�
�!� , �� t
s � ��
1_i
,
.--'
il � � ,
� � _ �,_ t
�
� 'r"�
� N M
� �
1� 7 �
�
�
�
111�
� � .
� *.
�
� �
� �
�/ �..�
� �
� i�
� , 4�
�
�
�
�
� �
■ ��
� �
�J i y �1
� �
1n�� �
M�
Z �
� �
/r
i /
ri
• �.
t
w
�
y r
. ` ., ` -
�� .
♦
r
w
. I
�ti "+ • ��
a �
r`�. �
♦
_ !
, � +� , �
�,.
♦
� ��
0
�� +
..�. i� � �- t
� �,R„ .
' "�
� , .i� � �
4 . �
� y i
\ � •
.t�� - :
�`-'i't:..�' �_� _-�.�� ' `� I
I s_ __
I�11
��--.�
,�
I��'�I
� � �,
,,, ,
f•�
i
� � �.�
�
_�;' .
�- —
i � . :. � - • `�'� � ; I
.
��''rt_ � s
.
�.�•I
FaFi
,_�
� � •- �
�, ,
M�r.�
r ��;
�y �
��
�r
� _",. I
� ��� �
� ��I
�
��
I�{!�I
I �{�!I
I r-�� j �,. � �
ti�! +��
� ���� e[..�1
�h P'f I 1 " "' I
-1
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 1 of 21
1
2
3
SECTION 33 OS 10
UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL
4 PART1- GENERAL
5 1.1 SUMMARY
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
A. Section Includes:
1. Excavation, Embedment and Backfill for:
a. Pressure Applications
1) Water Distribution or Transmission Main
2) Wastewater Force Main
3) Reclaimed Water Main
b. Gravity Applications
1) Wastewater Gravity Mains
2) Storm Sewer Pipe and Culverts
3) Storm Sewer Precast Box and Culverts
2. Including:
a. Excavation of all material encountered, including rock and unsuitable materials
b. Disposal of excess unsuitable material
c. Site specific trench safety
d. Pumping and dewatering
e. Embedment
£ Concrete encasement for utility lines
g. Backfill
h. Compaction
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 02 41 13 — Selective Site Demolition
4. Section 02 41 15 — Paving Removal
5. Section 02 41 14 — Utility Removal/Abandonment
6. Section 03 30 00 — Cast-in-place Concrete
7. Section 03 34 13 — Controlled Low Strength Material(CLSM)
8. Section 31 10 00 — Site Clearing
9. Section 31 25 00 — Erosion and Sediment Control
10. Section 33 OS 26 — Utility Markers/Locators
11. Section 34 71 13 — Traffic Control
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
_2
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 2 of 21
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
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1
2
3
�
Trench Excavation, Embedment and Backfill associated with the installation of an
underground utility ar excavation
a. Measurement
1) This Item is considered subsidiary to the installation of the utility pipe line
as designated in the Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are considered subsidiary to the installation of the utility pipe for the
type of embedment and backfill as indicated on the plans. No other
compensation will be allowed.
Imported Embedment or Backfill
a. Measurement
1) Measured by the cubic yard as delivered to the site and recorded by truck
ticket provided to the City
b. Payment
1) Imported fill shall only be paid when using materials for embedment and
backfill other than those identified in the Drawings. The work performed
and materials furnished in accordance with pre-bid item and measured as
provided under "Measurement" will be paid for at the unit price bid per
cubic yard of "Imported Embedment/Backfill" delivered to the Site for:
a) Various embedment/backfill materials
c. The price bid shall include:
1) Furnishing backiill or embedment as speciiied by this Speciiication
2) Hauling to the site
3) Placement and compaction of backf'ill or embedment
Concrete Encasement for Utility Lines
a. Measurement
1) Measured by the cubic yard per plan quantity.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per cubic yard of "Concrete Encasement for Utility Lines" per
plan quantity.
c. The price bid shall include:
1) Furnishing, hauling, placing and finishing concrete in accordance with
Section 03 30 00
2) Clean-up
Ground Water Control
a. Measurement
1) Measurement shall be lump sum when a ground water control plan is
specifically required by the Contract Documents.
b. Payment
1) Payment shall be per the lump sum price bid for "Ground Water Control"
including:
a) Submittals
b) Additional Testing
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
-3
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 3 of 21
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
c) Ground water control system installation
d) Ground water control system operations and maintenance
e) Disposal of water
� Removal of ground water control system
5. Trench Safety
a. Measurement
1) Measured per linear foot of excavation for all trenches that require trench
safety in accordance with OSHA excavation safety standards (29 CFR Part
1926 Subpart P Safety and Health regulations for Construction)
b. Payment
1) The wark performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per linear foot of excavation to comply with OSHA excavation
safety standards (29 CFR Part 1926.650 Subpart P), including, but not
limited to, all submittals, labor and equipment.
16 1.3 REFERENCES
17
18
19
20
21
22
23
A. Definitions
L General — Definitions used in this section are in accordance with Terminologies
ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise
noted.
2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone,
haunching bedding, springline, pipe zone and foundation are defined as shown in
the following schematic:
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
-4
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 4 of 21
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
��
�
�
�
�
Q
m
�
Q
z
�
'��` ` PAVED AREAS �;� UNPAVED AREAS
`i � , . ,.„ R r >
, �
�
INITIAL
�
BACKFILL
z
w
�
m SPRINGLINE
w HAUNCHING
� BEDDING
FOUNDATION
���
%/� �.
'�.'i�
� 'i
���:: ;
��,,
��\i
\
�
�
�
;
/,.� ;- � ,
/���� � �
�\�� �
j\// �
/�� m
J
Q
% z
%\ i �
/
�
�
�
�
----- �
�
li; li ;
, �
, ,
v � � �r i �\i'�i`i�%�`i�%
����V�'V��V��V��V� V��\< A�/��/��/��/��/ i
i��i��i��i��i��i���i��i������i���i��i����i��i��%
,�,\� �,�,\��,����� �� ��
i\��\��/\\��\��i\��\\��\\�
����i�V�i�V�i�V��V� �\i\� ;
EXCAVATED TRENCH WIDTH
W
z
0
N
w
�
�
� �: :
�;
OD CLEARANCE
3. Deleterious materials — Harmful materials such as clay lumps, silts and organic
material
4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding
or the trench foundation
5. Final Backiill Depth
a. Unpaved Areas — The depth of the final backfill measured from the top of the
initial backfill to the surface
b. Paved Areas — The depth of the final backfill measured from the top of the
initial backfill to bottom of permanent or temporary pavement repair
B. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. ASTM Standards:
a. ASTM C33-24 Standard Specifications for Concrete Aggregates
b. ASTM C88-24 Soundness of Aggregate by Use of Sodium Sulfate or
Magnesium Sulfate
c. C131/C131M-20 Standard Test Method for Resistance to Degradation of Small-
Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine
d. ASTM C136-19 Test Method for Sieve Analysis of Fine and Coarse Aggregate
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
-5
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 5 of 21
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
e. ASTM C535-16 Standard Test Method for Resistance to Degradation of Large-
Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine
£ ASTM D448-12 Standard Classification for Sizes of Aggregate for Road and
Bridge Construction.
g•
h. ASTM D558/D558M-19 — Standard Test method for Moisture-Density
Relations of Soil-Cement Mixture
i. ASTM D698-12 Test Method for Laboratory Compaction Characteristics of Soil
Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)).
j. ASTM D1556/D1556M Standard Test Methods for Density and Unit Weight of
Soils in Place by Sand Cone Method.
k. ASTM D2321-10 Underground Installation of Thermoplastic Pipe for Sewers
and Other Gravity-Flow Applications
1. ASTM 2487 —1 Standard Classification of Soils for Engineering Purposes
(Unified Soil Classification System)
m. ASTM D2922 — Standard Test Methods for Density of Soils and Soil Aggregate
in Place by Nuclear Methods (Shallow Depth)
n. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in
place by Nuclear Methods (Shallow Depth)
o. ASTM D4254 - Standard Test Method far 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
25 1.4 ADMINISTRATIVE REQUIREMENTS
26
27
28
29
30
31
32
33
34
35
36
A. Coordination
1. Utility Company Notification
a. Notify area utility companies at least 48 hours in advance, excluding weekends
and holidays, before starting excavation.
b. Request the location of buried lines and cables in the vicinity of the proposed
work.
B. Sequencing
1. Sequence wark for each section of the pipe installed to complete the embedment
and backfill placement on the day the pipe foundation is complete.
2. Sequence wark such that proctors are complete in accordance with ASTM D698
prior to commencement of construction activities.
37 1.5 SUBMITTALS
38 A. Submittals shall be in accordance with Section O1 33 00.
39 B. All submittals shall be approved by the City prior to construction.
40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
41 A. Shop Drawings
42 1. Provide detailed drawings and explanation for ground water and surface water
43 control, if required.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
-6
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 6 of 21
1 2. Trench Safety Plan in accordance with Occupational Safety and Health
2 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P-
3 Excavations
4 3. Stockpiled excavation and/or backfill material
5 a. Provide a description of the storage of the excavated material only if the
6 Contract Documents do not allow storage of materials in the right-of-way of the
7 easement.
8 1J 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
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
A. Storage
1. W thin Existing Rights-of-Way (ROW)
a. Spoil, imported embedment and backfill materials may be stored within existing
ROW, easements or temporary construction easements, unless specifically
disallowed in the Contract Documents.
b. Do not block drainage ways, inlets or driveways.
c. Provide erosion control in accordance with Section 31 25 00.
d. Store materials only in areas barricaded as provided in the traffic control plans.
e. In non-paved areas, do not store material on the root zone of any trees ar in
landscaped areas.
2. Designated Storage Areas
a. If the Contract Documents do not allow the storage of spoils, embedment or
backfill materials within the ROW, easement or temporary construction
easement, then secure and maintain an adequate storage location.
b. Provide an affidavit that rights have been secured to store the materials on
private property.
c. Provide erosion control in accordance with Section 31 25 00.
d. Do not block drainage ways.
e. Only materials used for 1 working day will be allowed to be stored in the work
zone.
32 B. Deliveries and haul-off - Coordinate all deliveries and haul-off.
33 1.11 FIELD [SITE] CONDITIONS
34 A. Existing Conditions
35 1. Any data which has been or may be provided on subsurface conditions is not
36 intended as a representation or warranty of accuracy or continuity between soils. It
37 is expressly understood that neither the City nor the Engineer will be responsible
38 for interpretations or conclusions drawn there from by the Contractor.
39 2. Data is made available for the convenience of the Contractor.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
_�
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 7 of 21
1.12 WARRANTY [NOT USED]
2 PART 2 - PRODUCTS
3 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS
4 2.2 MATERIALS
5
6
7
8
9
10
11
12
13
14
A. Materials
1. Utility Sand
a. Granular and free flowing
b. Generally meets or exceeds the limits on deleterious substances per Tab1e 1 for
fine aggregate according to ASTM C 33
c. Reasonably free of organic material
d. Gradation: sand material consisting of durable particles, free of thin or elongated
pieces, lumps of clay, loam or vegetable matter and meets the following
gradation may be used for utility sand embedment/backiill
Sieve Size Percent Retained�
��Z» �
'/a" 0-5 I
#4 0-10 �
#16 0-20 �
#50 20-70 �
# 100 60-90 �
#200 90-100 I
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
e. The City has a pre-approved list of sand sources for utility embedment. The
pre-approved list can be found on the City website, Project Resources page.
The utility sand sources in the pre-approved list have demonstrated continued
quality and uniformity on City of Fort Worth projects. Sand from these sources
are pre-approved for use on City projects without project specific testing.
2. Crushed Rock
a. Durable crushed rock or recycled concrete
b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67
c. May be unwashed
d. Free from significant silt clay or unsuitable materials
e. Percentage of wear not more than 40 percent per ASTM C131 or C535
£ Not more than a 12 percent maximum loss when subjective to 5 cycles of
sodium sulfate soundness per ASTM C88
3. Fine Crushed Rock
a. Durable crushed rock
b. Meets the gradation of ASTM D448 size numbers 8 or 89
c. May be unwashed
d. Free from significant silt clay or unsuitable materials.
e. Have a percentage of wear not more than 40 percent per ASTM C 131 or C535
£ Not more than a 12 percent maximum loss when subjective to 5 cycles of
sodium sulfate soundness per ASTM C88
4. Ballast Stone
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
_g
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 8 of 21
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
5
0
7
:
L'�
a. Stone ranging from 3 inches to 6 inches in greatest dimension.
b. May be unwashed
c. Free from significant silt clay or unsuitable materials
d. Percentage of wear not more than 40 percent per ASTM C131 or C535
e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium
sulfate soundness per ASTM C88
Acceptable Backf"ill Material
a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with
ASTM D2487
b. Free from deleterious materials, boulders over 6 inches in size and organics
c. Can be placed free from voids
d. Must have 20 percent passing the number 200 sieve
Blended Backiill 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 backf'ill material to meet the
requirements of an Acceptable Backfill Material
c. Free from deleterious materials, boulders over 6 inches in size and organics
d. Must have 20 percent passing the number 200 sieve
Unacceptable Backfill Material
a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM
D2487
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
Cement Stabilized Sand (CSS)
a. Sand
1) Shall be clean, durable sand meeting grading requirements for iine
aggregates of ASTM C33 and the following requirements:
a) Classified as SW, SP, or SM by the United Soil Classification System
of ASTM D2487
b) Deleterious materials
(1) Clay lumps, ASTM C142, less than 0.5 percent
(2) Lightweight pieces, ASTM C123, less than 5.0 percent
(3) Organic impurities, ASTM C40, color no darker than standard
color
(4) Plasticity index of 4 or less when tested in accordance with ASTM
D4318.
b. Minimum of 4 percent cement content of Type I/II Portland or Blended
hydraulic cement
c. W ter
1) Potable water, free of soils, acids, alkalis, organic matter or other
deleterious substances, meeting requirements of ASTM C94
d. Mix in a stationary pug mill, weigh-batch or continuous mixing plant.
e. Strength
1) A minimum of 100 psi compressive strength at 7 days in accordance with
ASTM D1633, Method A
2) The maximum compressive strength in 7 days shall be 400 psi.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
-9
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 9 of 21
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
3) The material will be considered unacceptable and subject to removal and
replacement at contractor's expense when the 7-day compressive strength is
less than 100 psi or more than 400 psi.
£ Random samples of delivered product will be taken in the field at point of
delivery for each day of placement in the work area. Specimens will be prepared
in accordance with ASTM D1632.
10. Controlled Low Strength Material (CLSM)
a. Conform to Section 03 34 13
11. Trench Geotextile Fabric
a. Soils other than ML ar OH in accordance with ASTM D2487
1) Needle punch, nonwoven geotextile composed of polypropylene fibers
2) Fibers shall retain their relative position
3) Inert to biological degradation
4) Resist naturally occurring chemicals
5) UV Resistant
6) Mirafi 140N by Tencate, or approved equal
b. Soils Classified as ML or OH in accordance with ASTM D2487
1) High-tenacity monofilament polypropylene woven yarn
2) Percent open area of 8 percent to10 percent
3) Fibers shall retain their relative position
4) Inert to biological degradation
5) Resist naturally occurring chemicals
6) UV Resistant
7) Mirafi FW402 by Tencate, or approved equal
12. Concrete Encasement
a. Conform to Section 03 30 00.
27 2.3 ACCESSORIES [NOT USED]
28 2.4 SOURCE QUALITY CONTROL [NOT USED]
29 PART 3 - EXECUTION
30 31 INSTALLERS [NOT USED]
31 3.2 EXAMINATION
32 A. Verification of Conditions
33 1. Review all known, identified or marked utilities, whether public or private, prior to
34 excavation.
35 2. Locate and protect all known, identified and marked utilities or underground
36 facilities as excavation progresses.
37 3. Notify all utility owners within the project limits 48 hours prior to beginning
38 excavation.
39 4. The information and data shown in the Drawings with respect to utilities is
40 approximate and based on record information or on physical appurtenances
41 observed within the project limits.
42 5. Coordinate with the Owner(s) of underground facilities.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
-10
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 10 of 21
1
2
3
6. Immediately notify any utility owner of damages to underground facilities resulting
from construction activities.
7. Repair any damages resulting from the construction activities.
4 B. Notify the City immediately of any changed condition that impacts excavation and
5 installation of the proposed utility.
6 3.3 PREPARATION
7 A. Protection of In-Place Conditions
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
1. Pavement
a. Conduct activities in such a way that does not damage existing pavement that is
designated to remain.
1) W ere desired to move equipment not licensed for operation on public
roads or across pavement, provide means to protect the pavement from all
damage.
b. Repair or replace any pavement damaged due to the negligence of the contractor
outside the limits designated for pavement removal at no additional cost to the
Ciry.
2. Drainage
a. Maintain positive drainage during construction and re-establish drainage for all
swales and culverts affected by construction.
3. Trees
a. W en operating outside of existing ROW stake permanent and temporary
b.
c.
d.
e.
f.
�
construction easements.
Restrict all construction activities to the designated easements and ROW.
Flag and protect all trees designated to remain in accordance with Section 31 10
00.
Conduct excavation, embedment and backfill in a manner such that there is no
damage to the tree canopy.
Prune or trim tree limbs as specifcally allowed by the Drawings or as
specifically allowed by the Ciry.
1) Pruning or trimming may only be accomplished with equipments
specifically designed for tree pruning or trimming.
Remove trees specifcally designated to be removed in the Drawings in
accordance with Section 31 10 00.
4. Above ground Structures
a. Protect a11 above ground structures adjacent to the construction.
b. Remove above ground structures designated for removal in the Drawings in
accordance with Section 02 41 13
5. Traffic
a. Maintain existing traffic, except as modified by the traffic control plan, and in
accordance with Section 34 71 13.
b. Do not block access to driveways or alleys for extended periods of time unless:
1) Alternative access has been provided
2) Proper notification has been provided to the property owner or resident
3) It is specifically allowed in the traffic control plan
c. Use traffic rated plates to maintain access until access is restared.
6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
-11
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page ll of 21
1
2
3
4
5
6
7
8
9
10
11
12
13
a.
b.
c.
d.
7. Fences
a. Protect all fences designated to remain.
b. Leave fence in the equal or better condition as prior to construction.
Notify the City's Transportation Management Division a minimum of 48 hours
prior to any excavation that could impact the operations of an existing traffic
signal.
Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit
and detector loops.
Immediately notify the City's Transportation Management Division if any
damage occurs to any component of the traffic signal due to the contractors
activities.
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.
14 3.4 INSTALLATION
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
A. Excavation
2.
3.
4.
5.
Excavate to a depth indicated on the Drawings.
Trench excavations are defined as unclassified. No additional payment shall be
granted for rock or other in-situ materials encountered in the trench.
Excavate to a width sufficient for laying the pipe in accordance with the Drawings
and bracing in accordance with the Excavation Safety Plan.
The bottom of the excavation shall be firm and free from standing water.
a. Notify the City immediately if the water and/or the in-situ soils do not provide
for a iirm trench bottom.
b. The City will determine if any changes are required in the pipe foundation or
bedding.
Unless otherwise permitted by the Drawings or by the City, the limits of the
excavation shall not advance beyond the pipe placement so that the trench may be
backiilled in the same day.
6. Over Excavation
a. Fill over excavated areas with the specified bedding material as specified for the
specific pipe to be installed.
b. No additional payment will be made for over excavation or additional bedding
material.
7. Unacceptable Backfill Materials
a. In-situ soils classiiied as unacceptable backiill material shall be separated from
acceptable backfill materials.
b. If the unacceptable backf'ill material is to be blended in accordance with this
Specification, then store material in a suitable location until the material is
blended.
c. Remove all unacceptable material from the project site that is not intended to be
blended or modified.
8. Rock — No additional compensation will be paid for rock excavation or other
changed field conditions.
44 B. Shoring, Sheeting and Bracing
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
-12
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 12 of 21
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
1. Engage a Licensed Professional Engineer in the State of Texas to design a site
specific excavation safety system in accordance with Federal and State
requirements.
2. Excavation protection systems shall be designed according to the space limitations
as indicated in the Drawings.
3. Furnish, put in place and maintain a trench safety system in accordance with the
Excavation Safety Plan and required by Federal, State or local safety requirements.
4. If soil or water conditions are encountered that are not addressed by the current
Excavation Safety Plan, engage a Licensed Professional Engineer in the State of
Texas to modify the Excavation Safety Plan and provide a revised submittal to the
City.
5. Do not allow soil, or water containing soil, to migrate through the Excavation
Safety System in sufficient quantities to adversely affect the suitability of the
Excavation Protection System. Movable bracing, shoring plates or trench boxes
used to support the sides of the trench excavation shall not:
a. Disturb the embedment located in the pipe zone or lower
b. Alter the pipe's line and grade after the Excavation Protection System is
removed
c. Compromise the compaction of the embedment located below the spring line of
the pipe and in the haunching
C. Water Control
22 1. Surface Water
23 a. Furnish all materials and equipment and perform all incidental work required to
24 direct surface water away from the excavation.
25 2. Ground Water
26 a. Furnish all materials and equipment to dewater ground water by a method which
27 preserves the undisturbed state of the subgrade soils.
28 b. Do not allow the pipe to be submerged within 24 hours after placement.
29 c. Do not allow water to flow over concrete until it has sufficiently cured.
30 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water
31 Control Plan if any of the following conditions are encountered:
32 1) A Ground Water Control Plan is specifically required by the Contract
33 Documents
34 2) If in the sole judgment of the City, ground water is so severe that an
35 Engineered Ground Water Control Plan is required to protect the trench or
36 the installation of the pipe which may include:
37 a) Ground water levels in the trench are unable to be maintained below
38 the top of the bedding
39 b) A firm trench bottom cannot be maintained due to ground water
40 c) Ground water entering the excavation undermines the stability of the
41 excavation.
42 d) Ground water entering the excavation is transporting unacceptable
43 quantities of soils through the Excavation Safety System.
44 e. In the event that there is no bid item for a Ground Water Control and the City
45 requires an Engineered Ground Water Control Plan due to conditions discovered
46 at the site, the contractor will be eligible to submit a change order.
47 £ Control of ground water shall be considered subsidiary to the excavation when:
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
-13
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 13 of 21
1
2
3
4
5
6
7
8
9
10
11
12
13
14
g
h.
1) No Ground Water Control Plan is specifically identified and required in the
Contract Documents
Ground Water Control Plan installation, operation and maintenance
1) Furnish all materials and equipment necessary to implement, operate and
maintain the Ground Water Control Plan.
2) Once the excavation is complete, remove all ground water control
equipment not called to be incorporated into the work.
W ter Disposal
1) Dispose of ground water in accordance with City policy or Ordinance.
2) Do not discharge ground water onto or across private property without
written permission.
3) Permission from the City is required prior to disposal into the Sanitary
Sewer.
4) Disposal shall not violate any Federal, State or local regulations.
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
D. Embedment and Pipe Placement
1. W ter Lines less than, or equal to, 12 inches in diameter:
a. The entire embedment zone shall be of uniform material.
b. Utility sand shall be generally used for embedment.
c. If ground water is in sufficient quantity to cause sand to pump, then use crushed
rock as embedment.
1) If crushed rock is not specifically identified in the Contract Documents,
then crushed rock shall be paid by the pre-bid unit price.
d. Place evenly spread bedding material on a firm trench bottom.
e. Provide firm, uniform bedding.
£ Place pipe on the bedding in accordance with the alignment of the Drawings.
g. In no case shall the top of the pipe be less than 42 inches from the surface of the
proposed grade, unless specifically called for in the Drawings.
h. Place embedment, including initial backfill, to a minimum of 6 inches, but not
more than 12 inches, above the pipe.
i. W ere gate valves are present, the initial backfill shall extend to 6 inches above
the elevation of the valve nut.
j. Form all blocking against undisturbed trench wall to the dimensions in the
Drawings.
k. Compact embedment and initial backf"ill.
1. Place marker tape on top of the initial trench backfill in accordance with Section
33 OS 26.
2. W ter Lines 16-inches through 24-inches in diameter:
a. The entire embedment zone shall be of uniform material.
b. Utility sand may be used for embedment when the excavated trench depth is less
than 15 feet deep.
c. Crushed rock or fine crushed rock shall be used for embedment for excavated
trench depths 15 feet, or greater.
d. Crushed rock shall be used for embedment for steel pipe.
e. Provide trench geotextile fabric at any location where crushed rock or fine
crushed rock come into contact with utility sand
£ Place evenly spread bedding material on a firm trench bottom.
g. Provide firm, uniform bedding.
1) Additional bedding may be required if ground water is present in the
trench.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
-14
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 14 of 21
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
2) If additional crushed rock is required not specifically identified in the
Contract Documents, then crushed rock shall be paid by the pre-bid unit
price.
h. Place pipe on the bedding according to the alignment shown on the Drawings.
i. The pipe line shall be within:
1) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water
lines
j. P1ace and compact embedment material to adequately support haunches in
accordance with the pipe manufacturer's recommendations.
k. Place remaining embedment including initial backfill to a minimum of 6 inches,
but not more than 12 inches, above the pipe.
1. W ere gate valves are present, the initial backf"ill shall extend to up to the valve
nut.
m. Compact the embedment and initial backfill to 95 percent Standard Proctor
ASTM D 698.
n. Density test performed by a commercial testing firm approved by the City to
verify that the compaction of embedment meets requirements.
o. Place trench geotextile fabric on top of the initial backfill.
p. Place marker tape on top of the trench geotextile fabric in accordance with
Section 33 OS 26.
3. W ter Lines 30-inches and greater in diameter
a. The entire embedment zone shall be of uniform material.
b. Crushed rock shall be used for embedment.
c. Provide trench geotextile fabric at any location where crushed rock or fine
crushed rock come into contact with utility sand.
d. Place evenly spread bedding material on a firm trench bottom.
e. Provide firm, uniform bedding.
1) Additional bedding may be required if ground water is present in the
trench.
2) If additional crushed rock is required which is not specifically identified in
the Contract Documents, then crushed rock shall be paid by the pre-bid unit
f.
g�
h.
i.
J•
k.
price.
Place pipe on the bedding according to the alignment shown on the Drawings.
The pipe line shall be within:
1) fl inch of the elevation on the Drawings for 30-inch and larger water lines
Place and compact embedment material to adequately support haunches in
accordance with the pipe manufacturer's recommendations.
For steel pipe greater than 30 inches in diameter, the initial embedment lift shall
not exceed the spring line prior to compaction.
P1ace remaining embedment, including initial backfill, to a minimum of 6
inches, but not more than 12 inches, above the pipe.
W ere gate valves are present, the initial backfill shall extend to up to the valve
nut.
1. Compact the embedment and initial backfill to 95 percent Standard Proctor
ASTM D 698.
m. Density test may be performed by a commercial testing firm approved by the
City to verify that the compaction of embedment meets requirements.
n. Place trench geotextile fabric on top of the initial backf"ill.
o. Place marker tape on top of the trench geotextile fabric in accordance with
Section 33 OS 26.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
-15
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 15 of 21
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
4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE)
a. The entire embedment zone shall be of uniform material.
b. Crushed rock shall be used for embedment.
c. Place evenly spread bedding material on a firm trench bottom.
d. Spread bedding so that lines and grades are maintained and that there are no sags
in the sanitary sewer pipe line.
e. Provide firm, uniform bedding.
1) Additional bedding may be required if ground water is present in the
trench.
2) If additional crushed rock is required which is not specifically identified in
the Contract Documents, then crushed rock shall be paid by the pre-bid unit
price.
£ Place pipe on the bedding according to the alignment shown in the Drawings.
g. The pipe line shall be within f0.1 inches of the elevation, and be consistent with
the grade shown on the Drawings.
h. Place and compact embedment material to adequately support haunches in
accordance with the pipe manufacturer's recommendations.
i. For sewer lines greater than 30 inches in diameter, the embedment 1ift shall not
exceed the spring line prior to compaction.
j. Place remaining embedment including initial backfill to a minimum of 6 inches,
but not more than 12 inches, above the pipe.
k. Compact the embedment and initial backfill to 95 percent Standard Proctor
ASTM D 698.
1. Density test may be performed by a commercial testing firm approved by the
Ciry 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 geotextile fabric in accordance with
Section 33 OS 26.
5. Storm Sewer (RCP)
a. The bedding and the pipe zone up to the spring line sha11 be of uniform material.
b. Crushed rock shall be used for embedment up to the spring line.
c. The specified backfill material may be used above the spring line.
d. Place evenly spread bedding material on a firm trench bottom.
e. Spread bedding so that lines and grades are maintained and that there are no sags
in the storm sewer pipe line.
£ Provide firm, uniform bedding.
1) Additional bedding may be required if ground water is present in the
trench.
2) If additional crushed rock is required which is not specifically identified in
the Contract Documents, then crushed rock shall be paid by the pre-bid unit
price.
g. Place pipe on the bedding according to the alignment of the Drawings.
h. The pipe line shall be within f0.1 inches of the elevation, and be consistent with
the grade, shown on the Drawings.
i. Place embedment material up to the spring line.
1) Place embedment to ensure that adequate support is obtained in the haunch.
j. Compact the embedment and initial backfill to 95 percent Standard Proctor
ASTM D 698.
k. Density test may be performed by a commercial testing frm approved by the
Ciry to verify that the compaction of embedment meets requirements.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
-16
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 16 of 21
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
1. Place trench geotextile fabric on top of pipe and crushed rock.
6. Storm Sewer (PP - Polypropylene)
a. The entire embedment zone shall be of uniform material.
b. Crushed rock shall be used for embedment up to top of pipe.
c. Place evenly spread bedding material on a firm trench bottom.
d. Spread bedding so that lines and grades are maintained and that there are no sags
in the storm sewer pipe line.
e. Provide firm, uniform bedding.
1) Additional bedding may be required if ground water is present in the
trench.
2) If additional crushed rock is required which is not specifically
identified in the Contract Documents, then crushed rock shall be paid
by the pre-bid unit price.
£ Place pipe on the bedding according to the alignment shown in the Drawings.
g. The pipe line shall be within f0.1 inches of the elevation, and be consistent with
the grade shown on the Drawings.
h. Place and compact embedment material to adequately support haunches in
accordance with the pipe manufacturer's recommendations.
i. Compact the embedment and initial backfill to 95 percent Standard Proctor
ASTM D 698.
j. Density test may be performed by City to verify that the compaction of
embedment meets requirements.
k. Place trench geotextile fabric on top of the initial backfill.
7. Storm Sewer Reinforced Concrete Box
a. Crushed rock shall be used for bedding.
b. The pipe zone and the initial backfill shall be:
1) Crushed rock, or
2) Acceptable backfill material compacted to 95 percent Standard Proctor
density
c. Place evenly spread compacted bedding material on a firm trench bottom.
d. Spread bedding so that lines and grades are maintained and that there are no sags
in the storm sewer pipe line.
e. Provide firm, uniform bedding.
1) Additional bedding may be required if ground water is present in the
trench.
2) If additional crushed rock is required which is not specifically identified in
the Contract Documents, then crushed rock shall be paid by the pre-bid unit
f.
g•
h.
i.
price.
Fill the annular space between multiple boxes with crushed rock, CLSM
according to 03 34 13.
Place pipe on the bedding according to the alignment of the Drawings.
The pipe shall be within �0.1 inches of the elevation, and be consistent with the
grade, shown on the Drawings.
Compact the embedment initial backfill to 95 percent Standard Proctor ASTM
D698.
8. W ter Services (Less than 2 Inches in Diameter)
a. The entire embedment zone shall be of uniform material.
b. Utility sand shall be generally used for embedment.
c. Place evenly spread bedding material on a firm trench bottom.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
-17
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 17 of 21
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
d. Provide firm, uniform bedding.
e. Place pipe on the bedding according to the alignment of the Plans.
£ Compact the initial backiill to 95 percent Standard Proctor ASTM D698.
9. Sanitary Sewer Services
a. The entire embedment zone shall be of uniform material.
b. Crushed rock shall be used for embedment.
c. Place evenly spread bedding material on a firm trench bottom.
d. Spread bedding so that lines and grades are maintained and that there are no sags
in the sanitary sewer pipe line.
e. Provide firm, uniform bedding.
1) Additional bedding may be required if ground water is present in the
trench.
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
f.
g
h.
i.
price.
Place pipe on the bedding according to the alignment of the Drawings.
Place remaining embedment, including initial backfill, to a minimum of 6
inches, but not more than 12 inches, above the pipe.
Compact the initial backfll to 95 percent Standard Proctor ASTM D698.
Density test may be required to verify that the compaction meets the density
requirements.
E. Trench Backfill
1. At a minimum, place backfill in such a manner that the required in-place density
and moisture content is obtained, and so that there will be no damage to the surface,
pavement or structures due to any trench settlement or trench movement.
a. Meeting the requirement herein does not relieve the responsibility to damages
associated with the Work.
2. Backfill Material
a. Final backfill (not under existing pavement or future pavement)
1) Backfill with:
a) Acceptable backfill material
b) Blended backfill material, or
c) Select backfill material, CSS, or CLSM when specifically required
b. Final backfill depth 15 feet or greater (under existing or future pavement)
1) Backfill depth from 0 to15 feet deep
a) Backfill with:
(1) Acceptable backfill material
(2) Blended backfill material, or
(3) Select backfill material, CSS, or CLSM when specifically required
2) Backfill depth from 15 feet and greater
a) Backfill with:
(1) Select Fill
(2) CSS, or
(3) CLSM when specifically required
c. Backfill for service lines:
1) Backfill for water or sewer service lines shall be the same as the
requirement of the main that the service is connected to.
3. Required Compaction and Density
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
-18
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 18 of 21
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
a. Final backfill (depths less than 15 feet/under existing or future pavement)
1) Compact acceptable backfill material, blended backfill material or select
backiill to a minimum of 95 percent Standard Proctor per ASTM D698 at
moisture content within -2 to +5 percent of the optimum moisture.
2) CSS or CLSM requires no compaction.
b. Final backfll (depths 15 feet and greater/under existing or future pavement)
1) Compact select backfill to a minimum of 98 percent Standard Proctor per
ASTM D 698 at moisture content within -2 to +5 percent of the optimum
moisture up to the final grade.
2) CSS or CLSM requires no compaction.
c. Final backfill (not under existing or future pavement)
1) Compact acceptable backf'ill material blended backfill material, or select
backiill to a minimum of 95 percent Standard Proctor per ASTM D 698 at
moisture content within -2 to +5 percent of the optimum moisture.
4. Saturated Soils
a. If in-situ soils consistently demonstrate that they are greater than 5 percent over
optimum moisture content, the soils are considered saturated.
b. Flooding the trench or water jetting is strictly prohibited.
c. If saturated soils are identified in the Drawings or Geotechnical Report in the
Appendix, Contractor shall proceed with Work following all back�ll procedures
outlined in the Drawings for areas of soil saturation greater than 5 percent.
d. If saturated soils are encountered during Work but not identified in Drawings or
Geotechnical Report in the Appendix:
1) The Contractor shall:
a) Immediately notify the City.
b) Submit a Contract Claim for Extra Work associated with direction from
City.
2) The City shall:
a) Investigate soils and determine if Work can proceed in the identified
location.
b) Direct the Contractor of changed backfill procedures associated with
the saturated soils that may include:
(1) Imported backfill
(2) A site specific backfill design
5. Placement of Backfill
a. Use only compaction equipment specifically designed for compaction of a
particular soil type and within the space and depth limitation experienced in the
trench.
b. Flooding the trench or water setting is strictly prohibited.
c. Place in loose lifts not to exceed 12 inches.
d. Compact to specified densities.
e. Compact only on top of initial backfill, undisturbed trench or previously
compacted backfill.
f. Remove any loose materials due to the movement of any trench box or shoring
or due to sloughing of the trench wall.
g. Install appropriate tracking balls for water and sanitary sewer trenches in
accordance with Section 33 OS 26.
6. Backfill Means and Methods Demonstration
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
-19
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 19 of 21
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
a. Notify the City in writing with suff'icient time for the City to obtain samples and
perform standard proctor test in accordance with ASTM D698.
b. The results of the standard proctor test must be received prior to beginning
excavation.
c. Upon commencing of backfill placement for the project the Contractor shall
demonstrate means and methods to obtain the required densities.
d. Demonstrate Means and Methods for compaction including:
1) Depth of lifts for backfill which sha11 not exceed 12 inches
2) Method of moisture control for excessively dry or wet backfill
3) Placement and moving trench box, if used
4) Compaction techniques in an open trench
5) Compaction techniques around structure
e. Provide a testing trench box to provide access to the recently backfilled material.
£ The City will provide a qualified testing lab full time during this period to
randomly test density and moisture continent.
1) The testing lab will provide results as available on the job site.
7. Varying Ground Conditions
a. Notify the City of varying ground conditions and the need for additional
proctors.
b. Request additional proctors when soil conditions change.
c. The City may acquire additional proctors at its discretion.
d. Significant changes in soil conditions will require an additional Means and
Methods demonstration.
24 3.5 REPAIR [NOT USED]
25 3.6 RE-INSTALLATION [NOT USED]
26 3.7 FIELD QUALITY CONTROL
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
A. Field Tests and Inspections
1. Proctors
a. The City will perform Proctors in accordance with ASTM D698.
b. Test results will generally be available to within 4 calendar days and distributed
to:
1) Contractor
2) City Project Manager
3) City Inspector
4) Engineer
c. Notify the City if the characteristic of the soil changes.
d. City will perform new proctors for varying soils:
1) W en indicated in the geotechnical investigation in the Appendix
2) If notif ed by the Contractor
3) At the convenience of the City
e. Trenches where different soil types are present at different depths, the proctors
shall be based on the mixture of those soils.
2. Density Testing of Backfill
a. Density Tests shall be in conformance with ASTM D2922.
b. Provide a testing trench protection for trench depths in excess of 5 feet.
c. Place, move and remove testing trench protection as necessary to facilitate all
test conducted by the commercial testing firm approved by the City.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
- zo
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 20 of 21
1 d. The commercial testing lab will perform moisture/density test for every 200-ft
2 or less of trench length, as measured along the length of the pipe. A minimum of
3 one test shall be performed for every 2 vertical feet of compacted backiill
4 material, independent of the contractor's lift thickness for compaction. Test
5 locations shall be staggered within each lift so that successive lifts are not tested
6 in the same location. A random number generator may be used to determine test
7 locations. Moisture/density tests shall be performed at a depth not more than 2
8 feet above the top of the pipe bedding and in 2-foot increments up to the final
9 grade. The project inspector or project manager may request testing at an
10 increased frequency and/or at specific locations.
11 e. The contractor can proceed with subsequent earthwork only after test results for
12 previously completed work comply with requirements. If the required
13 compaction density has not been obtained, the backiill should be scarif ed and
14 moistened or aerated, or removed to a depth required, and be replaced with
15 approved backf'ill, and re-compacted to the specified density at the contractor's
16 expense. In no case will excavation, pipe-laying, or other operation be allowed
17 to proceed until the specified compaction is attained.
18 £ The testing lab wi11 provide results to Contractor and the City's Inspector upon
19 completion of the testing.
20 g. A formal report will be posted to the City's Accela (Developer Projects) and
21 BIM 360 (City Projects) site within 48 hours.
22 h. Test reports shall include:
23 1) Location of test by station number
24 2) Time and date of test
25
26
27
28
29
3) Depth of testing
4) Field moisture
5) Dry density
6) Proctor identifier
7) Percent Proctor Density
30 3. Density of Embedment
31 a. Storm sewer boxes that are embedded with acceptable backfill material, blended
32 backfill material, cement modiiied backfill material or select material will
33 follow the same testing procedure as backfill.
34 b. The City may test fine crushed rock or crushed rock embedment in accordance
35 with ASTM D2922 or ASTM 1556.
36
37
B. Non-Conforming Work
1. All non-conforming work shall be removed and replaced.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
-zi
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 21 of 21
1 3.8 SYSTEM STARTUP [NOT USED]
2 3.9 ADJUSTING [NOT USED]
3 3.10 CLEANING [NOT USED]
4 3.11 CLOSEOUT ACTIVITIES [NOT USED]
5 3.12 PROTECTION [NOT USED]
6 3.13 MAINTENANCE [NOT USED]
7 3.14 ATTACHMENTS [NOT USED]
8
�
I�l:r��►k�ul�!
END OF SECTION
Revision Log
SUMMARY OF CHANGE
1.2 — Added Item for Concrete Encasement for Utility Lines
Various Sections — Revised Depths to Include 15' and greater
12/20/2012 D. Johnson 3.3.A — Additional notes for pavement protection and positive drainage.
3.4.E.2 — Added requirements far backfill of service lines.
3.4.E.5 — Added language prohibiting flooding of trench
1.2.A3 — Clarified measurement and payment for concrete encasement as per plan
6/18/2013 D. Johnson quantity
2.2.A — Added language for concrete encasement
11/09/16 Z. Arega 2.2.A.l.d Modify gradation for sand material
2.2 A. 1. E. - Added reference to pre-approved list of sand sources for embedment
3.3 A. 6. - Changed reference to Transpartation Management Division; 3.4 -
2/26/2021 Z. Arega Provided clariiication rc: usc of commercial testing firms approved by City and
backfill requirements; and 3.7 A. 2. Provided clarification re: backfill testing
requirements.
4/2/2021 M Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene)
13 B. — Updated reference standards
2.2 A. 9. b. — Clarified Portland or Blended hydraulic cement
12/13/24 M Owen 2.2 A. 9. e. — Added limits for methods of CSS mixing and clarified testing values
resulting in required replacement
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised December 13, 2024
33OS14-1
ADJUSTINGMANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TOGRADE
Page 1 of 8
1
2
3
SECTION 33 0514
ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO
GRADE
4 PART1- GENERAL
5 1.1 SLJMMARY
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 1. None.
11
12
13
14
15
16
17
18
19
20
21
22
23
24
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contrac t
2. Division 1— General Requirements
3. Section 32 O1 17 — Permanent Asphalt paving Repair
4. Section 32 O1 29 — Concrete Paving Repair
5. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill
6. Section 33 OS 13 — Frame, Cover and Grade Rings
7. Section 33 39 10 — Cast-in-Place Concrete Manholes
8. Section 33 39 20 — Precast Concrete Manholes
9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve
10. Section 33 12 21— AWWA Rubber-Seated Butterfly Valve
11. Section 33 04 11— Corrosion Control Test Station
12. Section 33 04 12 — Magnesium Anode Cathodic Protection System
25 1.2 PRICE AND PAYMENT PROCIDLTRE�
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Measurement and Payment
1. Manhole — Minor Adjustment
a. Measurement
1) Measurement for this Item shallbe per each adjustment using only grade
rings or other minor adjustment devices to raise or lower a manhole to a grade
as specified on the Drawings.
b. Payment
1) The work performed and the materials furnished in ac cordance with this
Item will be paid for at the unit price bid per each "Manhole Adjustment,
Minor" completed.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised March 11, 2022
33OS14-2
ADJUSTINGMANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TOGRADE
Page 2 of 8
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
3
5) Grade rings or other adjustment device
6) Reuse of the existing manhole frame and cover
7) Furnishing, placing and compaction of embedment and backfill
8) Concrete base material
9) Permanent asphalt patch or concrete paving repair, as required
10) Clean-up
Manhole - Major Adjustment
a. Measurement
1) Measurement for this Item shallbe per each adjustment requiring structural
modifications to raise or lower a manhole to a grade as specified on the
Drawings.
b. Payment
1) The wark performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Manhole Adjustment,
Major" completed.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Structural modifications, grade rings or other adjustment device
6) Reuse of the existing manhole frame and cover
7) Furnishing, placing and compaction of embedment andbackfill
8) Concrete base material
9) Permanent asphalt patch or concrete paving repair, as required
10) Clean-up
Manhole - Major Adjustment with Frame and Cover
a. Measurement
1) Measurement for this Item shallbe per each adjustment requiring structural
modifications to raise or lower a manhole to a grade specified on the
Drawings or structural modifications for a manhole requiring a new frame and
cover, often for changes to cover diameter.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Manhole Adjustment,
Major w/ Cover" completed.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Structuralmodifications, graderings or other adjustment device
6) Frame and cover
7) Furnishing, placing and compaction of embedment and backfill
8) Concrete base material
9) Permanent asphalt patch or concrete paving repair, as required
10) Clean-up
4. Inlet
a. Measurement
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised March 11, 2022
33OS14-3
ADJUSTINGMANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TOGRADE
Page 3 of 8
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
1) Measurement for this Item shall be per each adjustment requiring structural
modifications to inlet to a grade specified on the Drawings.
b. Payment
1) The workperformed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Inlet Adjustment"
c ompleted.
c. The price bid shall include:
1) Pavementremoval
2) Excavation
3) Hauling
4) Disposal of excess material
5) Structuralmodifications
6) Furnishing, placing and compaction of embedment andbackfill
7) Concrete base material, as required
8) Surface restoration, permanent asphalt patch or concrete paving repair, as
required
9) Clean-up
5. Valve Box
a. Measurement
1) Measurement for this Item shallbe per each adjustment to a grade specified
on the Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Valve Box Adjustment"
c ompleted.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Adjustment device
6) Furnishing, placing and compaction of embedment and backfill
7) Concrete base material, as required
8) Surface restoration, permanent asphalt patch or concrete paving repair, as
required
9) Clean-up
6. Cathodic Protection Test Station
a. Measurement
1) Measurement for this Item shallbe per each adjustment to a grade specified
on the Drawings.
b. Payment
1) The wark performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Cathodic Protection Test
Station Adjustment" completed.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised March 11, 2022
33OS14-4
ADJUSTINGMANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TOGRADE
Page 4 of 8
1 5) Adjustment device
2 6) Furnishing, placing and compaction of embedment andbackfill
3 7) Concrete base material, as required
4 8) Surface restoration, permanent asphalt patch or concrete paving repair, as
5 required
6 9) Clean-up
7 . Fire Hydrant
8 a. Measurement
9 1) Measurement for this Item shall be per each adjustment requiring stem
10 extensions to meet a grade specified by the Drawings.
11 b. Payment
12 1) The work performed and the materials furnished in accordance with this
13 Item will be paid for at the unit price bid per each "Fire Hydrant Stem
14 Extension" completed.
15 c. The price bid shall include:
16 1) Pa�ement removal
17 2) Excavation
18 3) Hauling
19 4) Disposal of excess material
20 5) Adjustment materials
21 6) Furnishing, placing and compaction of embedment and backfill
22 ) Concrete base material, as required
23 ) Surface restoration, permanent asphalt patch or concrete paving repair, as
24 required
25 9) Clean-up
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
Meter Box
a. Measurement
1) Minor adjustments to meter box less than 6-inches vertical shallbe
considered subsidiary to the meter box pay item.
2) Measurement for this Item shallbe per each water meter adjustment required
in excess of 6-inches vertically to meet a grade specified by the Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Meter Box Adjustment
Extension" completed.
c. The price bid shall include:
1) Excavation
2) Hauling
3) Disposal of excess material
4) Adjustment materials
5) Furnishing, placing and compaction of embedment and backfill
6) Concrete base material, as required
) Surface restoration, unimproved area, as required
) Clean-up
9. Miscellaneous Structure
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised March 11, 2022
33OS14-5
ADJUSTINGMANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TOGRADE
Page 5 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
a. Measurement
1) Measurement for this Item shall be per each adjustment requiring structural
modifications to said structure to a grade specified on the Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Miscellaneous Structure
Adjustment" completed.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Structuralmodifications
6) Furnishing, placing and compaction of embedment and backfill
7) Concrete base material
8) Permanent asphalt patch or concrete paving repair, as required
9) Clean-up
18 1.3 RF.F'ERENC ES
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
A. Definitions
L Minor Adjustment
a. Refers to a small elevation change performed on an existing manhole where the
existing frame and cover are reused.
2. Major Adjustment
a. Refers to a significant elevation change performed on an existing manhole
which requires structural modification or when a 24-inch ring is changed to a
30-inch ring.
B. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Texas Commission on Environmental Quality (TCEQ):
a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes and
Related Structures.
34 1.4 ADMIlvISTRATTVE REQUIREMENTS [NOT USED]
35 1.5 SUBMITTALS [NOT USED]
36 1.6 ACTION SUBMITTALS/INFORMAT'IONAL SUBMITTALS [NOT USED]
37 1.7 CLOSEOLJT SUBMITTALS [NOT IISED]
38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT IISID]
39 1.9 QUALITY ASSiJRANCE [NOT IISED]
40 1.10 DII,IVERY, STORAGE, AND HANDLING [NOT IISID]
41 l.11 FIEI,D [SITE] CONDITIONS [NOT IISID]
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised March 11, 2022
33OS14-6
ADJUSTINGMANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TOGRADE
Page 6 of 8
1
1.12 WARRANTY [NOT USED]
2 PART 2 - PRODUCTS
3 2.1 OWNER-FLJRNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT IISID]
4 2.2 MATERIALS
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
A. Cast-in-Place Concrete
1. See Section 03 30 00.
B. Modifications to Existing Concrete Structures
1. See Section 03 80 00.
C. Grade Rings
1. See Section 33 OS 13.
D. Frame and Cover
1. See Section 33 OS 13.
E. Backfill material
1. See Section 33 OS 10.
F. Water valve box extension
1. See Section 33 12 20.
G. Corrosion Protection Test Station
1. See Section 33 04 11.
H. Cast-in-Place Concrete Manholes
1. See Section 33 39 10.
L Precast Concrete Manholes
1. See Section 33 39 20.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALIT'Y CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USID]
3.2 EXAMINATION
28 A. Verification of Conditions
29 1. Examine existing structure to be adjusted, for damage or defects that may affect
30 grade adjustment.
31 a. Report issue to City for consideration before beginning adjustment.
32 3.3 PREPARATTON
33 A. Grade Verification
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised March 11, 2022
33OS14-7
ADJUSTINGMANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TOGRADE
Page 7 of 8
1 1. On major adjustments confirm any grade change noted on Drawings is consistent
2 with field measurements.
3 a. If not, coordinate with City to verify final grade before beginning adjustment.
4 3.4 ADJUSTIVIINT
5
6
7
8
9
10
11
12
13
14
15
16
A. Manholes, Inlets, and Miscellaneous Structures
1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with
30-inch frame and cover assembly per TCEQ requirement.
2. On manhole major adjustments, inlets and miscellaneous structures protect the
bottom using wood forms shaped to fit so that no debris blocks the invert or the
inlet or outlet piping in during adjustments.
a. Do not use any more than a 2-piece bottom.
3. Use the least number of grade rings necessary to meet required grade.
a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch
rings.
b. The maximum height of adjustment shall be no more than 12 inches for any
combination of grade rings. If 12 inches is required, use 3— 4 inch rings.
17 B. Valve Boxes
18 1. Utilize typical3 piece adjustable valve box for adjusting to final grade as shown on
19 the Drawings.
20 C. Backfill and Grading
21 1. Backfill area of excavation surrounding each adjustment in accordance to Section
22 33 OS 10.
23 D. Pavement Repair
24 L If required pavement repair is to be performed in accordance with Section 32 Ol 17
25 or Section 32 O1 29.
26 3.5 REPAIR / RFSTORATION [NOT USED]
27 3.6 R�INSTALLATION [NOT USED]
28 3.7 FIEI,D [ou] SITE QUALITI' CON'I'ROL [NOT USED]
29 3.8 SYSTEM STARTUP [NOT USED]
30 3.9 ADJUSTING [NOT USED]
31
32
33
34
35
36
3.10 CLEA1vING [NOT USED]
3.11 CLOSEOUT ACTIVITIFS [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHIVIENTS [NOT USED]
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised March 11, 2022
33OS14-8
ADJUSTINGMANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TOGRADE
Page 8 of 8
1
�
IDATE NAME
12/20/2012 D. Johnson
9/20/2017 W. Norwood
� 3/11/2022
I
I
I
M Owen
2
IND OF SECTION
Revision Log
SUMMARYOF CHANGE
1.2.A— Pay item added for a major manhole adjustment which reuses the existing
frame and cover and a major adjustment requiring a new frame and cover; Added
items to be included in price bids; Blue text added for clarification for miscellaneous
structure adjustments
3.4 — Pavement repair requirements were added
3.43 Eliminate 24 inch requirement for maximum chimney height adjustment.
3.4.4.b Add requirement for maximum height of grade rings to be ] 2 inches
or 3-4 inch rings
Add measurement and payment section for meter box adjustment
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised March 11, 2022
331112-1
POLYVINYL CHLORIDE (PVC) PRESSURE PLPE
Page 1 of 9
SECTION 33 11 12
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water,
wastewater and reuse applications
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. 33 O1 31 — Closed Circuit Television (CCTV) Inspection
4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains
5. 33 OS 10 — Utility Trench Excavation, Embedment and Backfill
6. 33 OS 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate
7. 33 11 ll— Ductile Iron Fittings
1.2 PRICE AND PAYMENT PROCEDURES
A. M asurement and Payment
1. M asurement
a. M asured horizontally along the surface from center line to center line of the
fitting, manhole, or appurtenance
2. Payment
a. The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price
bid per linear foot of "PVC Water Pipe" installed for:
1) Various sizes
2) Various types of backfill
3) With or without restrained joints
b. The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price
bid per linear foot of "Sewer Force Main" installed for:
1) Various sizes
3. The price bid shall include:
a. Furnishing and installing PVC Pressure Pipe with joints as specified by the
Drawings
b. M bilization
c. Pavement removal
d. Excavation
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised September 9, 2022
33 11 12 - 2
POLYVINYL CHLORIDE (PVC) PRESSURE PLPE
Page 2 of 9
e. Hauling
£ Disposal of excess material
g. Furnishing, placement and compaction of embedment
h. Furnishing, placement and compaction of backfill
i. Trench water stops
j. Thrust restraint, if required by Contract Documents
k. Gaskets
1. Clean-up
m. Cleaning
n. Disinfection
o. Testing
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. American Association of State Highway and Transportation Officials (AASHTO).
3. ASTM International (ASTM):
a. D1784, Standard Specification for Rigid Poly (Vinyl-Chloride) (PVC)
Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds.
b. D3139, Standard Specifcation for Joints for Plastic Pressure Pipes Using
Flexible Elastomeric Seals.
4. American Water Works Association (AWWA):
a. C600, Installation of Ductile-Iron Water Mains and their Appurtenances.
b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes
and Fittings for Water.
c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN
through 60 IN (100 mm thru 1,500 mm).
d. M 3, PVC Pipe — Design and Installation.
e. M 1, Ductile-Iron Pipe and Fittings.
5. NSF International (NSF):
a. 61, Drinking Water System Components — Health Effects.
b. 14, Plastics Piping System Components and Related Materials.
6. Underwriters Laboratories, Inc. (UL).
a. UL 1285, UL Standard for Safety Pipe and Couplings, Polyvinyl Chloride
(PVC), and Oriented Polyvinyl Chloride (PVCO) for Underground Fire
Service.
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section O1 33 00.
B. All submittals shall be approved by the City prior to delivery.
1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS
A. Product Data
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised September 9, 2022
33 11 12 - 3
POLYVINYL CHLORIDE (PVC) PRESSURE PLPE
Page 3 of 9
For PVC Pressure Pipe that is used for water distribution, wastewater force mains
or wastewater gravity mains, including:
a. PVC Pressure Pipe
b. M nufacturer
c. Dimension Ratio
d. Joint Types
Restraint, if required in Contract Documents
a. Retainer glands
b. Thrust harnesses
c. Any other means of restraint
Gaskets
B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe
used in the water distribution system or for a wastewater force main for 24-inch and
greater diameters, including:
1. Wall thickness design calculations sealed by a Licensed Professional Engineer in
Texas including:
a. Working pressure
b. Surge pressure
c. Deflection
2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed
Professional Engineer in Texas, to verify the restraint lengths shown on the
Drawings.
Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed
Professional Engineer in Texas including:
a. Pipe class
b. Joints type
c. Fittings
d. Stationing
e. Transitions
f. Joint deflection
C. Certificates
1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of
this Section, each run of pipe furnished has met Specifications, all inspections have
been made and that all tests have been performed in accordance with AWWA
C900.
1.7 CLOSEOUT SUBMITTALS �NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Qualiiications
1. M nufacturers
a. Finished pipe shall be the product of 1 manufacturer for each size, unless
otherwise approved by the City.
1) Change orders, specials, and field changes may be provided by a different
manufacturer upon City approval.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised September 9, 2022
33 11 12 - 4
POLYVINYL CHLORIDE (PVC) PRESSURE PLPE
Page 4 of 9
b. Pipe manufacturing operations shall be performed under the control of the
manufacturer.
c. All pipe furnished shall be in conformance with AWWA C900.
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store and handle in accordance with the guidelines as stated in AWWA M23.
2. Secure and maintain a location to store the material in accordance with Section O1
66 00.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
A. Manufacturers
1. Only the manufacturers as listed in the City's Standard Products List will be
considered as shown in Section O1 60 00.
a. The manufacturer must comply with this Specification and related Sections.
2. Any product that is not listed on the Standard Products List is considered a
substitution and shall be submitted in accordance with Section O1 25 00.
C ' �:
1. Pipe shall be in accordance with AWWA C900.
2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61 and
NSF 14.
3. Pressure Pipe shall be approved by the UL.
4. Pipe shall have a lay length of 20 feet except for special fittings ar closure pieces
necessary to comply with the Drawings.
5. The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a
cell classification of 12454. Outside diameters must be equal to those of cast iron
and ductile iron pipes.
6. As a minimum the following Dimension Ratio's apply:
Diameter Min Pressure Class
(inch) (psi)
4 through 12 DR 14
16 through 24 DR 18
7. Pipe Markings
a. Meet the minimum requirements of AWWA C900. Minimum pipe markings
shall be as follows:
1) Manufacturer's Name or Trademark and production record
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised September 9, 2022
33 11 12 - 5
POLYVINYL CHLORIDE (PVC) PRESSURE PLPE
Page 5 of 9
2)
3)
4)
5)
Nominal pipe size
Dimension Ratio
AWWA C900
Seal of testing agency that verified the suitability of the pipe
C. Pressure and Deflection Design
Pipe design shall be based on trench conditions and design pressure class specified
in the Drawings. Pipe shall be designed according to the methods indicated in
AWWA M23 for trench construction, using the following parameters:
a. Unit Weight of Fill (w) = 130 pcf
b. Live Load = AASHTO HS 20
c. Trench Depth = 12 feet minimum, or as indicated in Drawings
d. Maximum E' = 1,000 max
e. Deflection Lag Factor = 1.0
£ Working Pressure (PW) = 150 psi
g. Surge Allowance (Ps) = 100 psi minimum
h. Test Pressure =
1) No less than 1.25 times the stated working pressure (187 psi minimum) of
the pipeline measured at the highest elevation along the test section.
2) No less than 1.5 times the stated working pressure (225 psi minimum) at
the lowest elevation of the test section.
i. Maximum Calculated Deflection = 3 percent
j. Restrained Joint Safety Factar (SF) = 1.5
k. Maximum Joint Deflection = 50 percent of the manufacturer's
recommendations.
2. Verify trench depths after existing utilities are located.
a. Accommodate vertical alignment changes required because of existing utility or
other conflicts by an appropriate change in pipe design depth.
b. In no case shall pipe be installed deeper than its design allows.
3. Provisions for Thrust
a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained,
corrosion resistant joints.
b. In addition to the mechanical joint restraint required for all bends and iittings,
horizontal and vertical bends shall be restrained by concrete thrust blocking and
by mechanical joint restraint along the length of the pipe, as recommended by
the pipe manufacturer, unless shown otherwise in the design drawings.
Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or
dimensions for concrete thrust blocking, shall be interpreted to mean the
exclusion of the other method of restraint, unless both methods are specifically
c.
�
required in the plans.
No thrust restraint contribution shall be allowed for the restrained length of
pipe within the casing.
Restrained joints, where required, shall be used for a sufficient distance from
each side of the bend, tee, plug, valve, or other fitting to resist thrust which will
be developed at the design pressure of the pipe. For the purpose of thrust the
following shall apply:
1) Calculate valves as dead ends.
2) Design pressure shall be greater than the pressure class of the pipe or the
internal pressure (P;), whichever is greater.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised September 9, 2022
33 11 12 - 6
POLYVINYL CHLORIDE (PVC) PRESSURE PLPE
Page 6 of 9
3) Restrained joints shall consist of approved mechanical restrained or push-
on restrained joints as listed in the City's Standard Products List as shown
in Section O1 60 00.
4) Restrained PVC pipe is not allowed for pipe greater than 12 inches.
e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to
resist thrust in accordance with the Drawings and the following:
1) Calculate the weight of the earth (We) as the weight of the projected soil
prism above the pipe, for unsaturated soil conditions.
2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil
conditions
3) In locations where ground water is encountered, reduce the soil density to
its buoyant weight for the backfill below the water table.
a) Reduce the coefficient of friction to 0.25.
4. Joints
a.
b.
c.
d.
Joints shall be gasket, bell and spigot and push-on type conforming to ASTM
D3139.
Since each pipe manufacturer has a different design for push-on joints, gaskets
shall be part of a complete pipe section and purchased as such.
Lubricant must be non-toxic and NSF approved for potable water applications.
Push-On Restrained Joints shall only be as approved in the Standard Products
List in Section O1 60 00.
5. Detectable Markers
a. Provide detectable markers in accordance with Section 33 OS 26.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
L Install pipe, fittings, specials and appurtenances as specified herein, as specified in
AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe
manufacturer's recommendations.
2. Lay pipe to the lines and grades as indicated in the Drawings.
3. Excavate and backfll trenches in accordance with Section 33 OS 10.
4. Embed PVC Pressure Pipe in accordance with Section 33 OS 10.
5. For installation of carrier pipe within casing, see Section 33 OS 24.
B. Pipe Handling
1. Haul and distribute pipe and fittings at the project site.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised September 9, 2022
33 11 12 - 7
POLYVINYL CHLORIDE (PVC) PRESSURE PLPE
Page 7 of 9
C
a. Pipe shall be handled and stored in accordance with manufacturer's
recommendations.
2. Handle piping with care to avoid damage.
a. Inspect each joint of pipe and reject or repair any damaged pipe prior to
lowering into the trench.
b. Conduit shall be homogenous throughout and free from voids, cracks,
inclusions and other defects, and shall be uniform as commercially
practicable in color, density and other physical characteristics.
c. Use only nylon ropes, slings or other lifting devices that will not damage the
surface of the pipe for handling the pipe.
3. At the close of each operating day:
a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after
the laying operation.
b. Effectively seal the open end of the pipe using a gasketed night cap.
Joint Making
1. Mechanical Joints
a. In accordance with Section 33 11 ll.
Push-on Joints
a. Install Push-On joints as defined in AWWA C900.
b. Wipe clean the gasket seat inside the bell of all extraneous matter.
c. Place the gasket in the bell in the position prescribed by the manufacturer.
d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the
gasket and the outside of the spigot prior to entering the spigot into the bell.
e. When using a f eld cut plain end piece of pipe, refinish the iield cut to conform
to AWWA C605.
3. Joint Deflection
a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines
and grades shown in the Drawings.
b. Joint deflection shall not exceed 50 percent of the manufacturer's
recommendation.
D. Detectable Metallic Tape Installation
1. See Section 33 OS 26.
3.5 REPAIR/RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL
A. Potable Water Mains
1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water
mains:
a. C1ean, flush, pig, disinfect, hydrostatic test and bacteriological test the water
main as specified in Section 33 04 40.
B. Wastewater Lines
1. Closed Circuit Television (CCTV) Inspection
a. Provide a Post-CCTV Inspection in accordance with Section 33 O1 31.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised September 9, 2022
33 11 12 - 8
POLYVINYL CHLORIDE (PVC) PRESSURE PLPE
Page 8 of 9
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised September 9, 2022
33 11 12 - 9
POLYVINYL CHLORIDE (PVC) PRESSURE PLPE
Page 9 of 9
END OF SECTION
Revision Log
DATE NAME
12/20/2012 D. Johnson
4/1/2013
11/14/2018
l.1 A Modiired acceptable range far specification from 36-inch to 24-inch
1.3.A.4.c Updated C900 to reflect metric dimensions
13.A.S.b & 2.2.B.2 Addition of "NSF 14 Plastics Piping System Components and
Related Materials"
1.3.A.6.a Addirion of "UL 1285 UL Standard for Safety Pipe and Couplings, PVC
and PVCO for Underground Fire Service"
2.2.C.3.a Addition of "corrosion resistanY' and deletion of "when required by the
Drawings"
9/9/22 W Norwood 2.2.C3. Add " b. In addition to the mechanical joint restraint required for all bends
and fittings, horizontal and vertical bends shall be restrained by concrete thrust
blocking and by mechanical joint restraint along the length of the pipe as
recommended by the pipe manufacturer, unless shown otherwise in the design
drawings"
SUMMARY OF CHANGE
2.2.C.1 and 3.4.C3 —revised maximum joint deflection requirements
3.4.C1 — Added reference to Ductile Iron Fittings
3.4.D — Removed Marker Balls
1.1 Modified acceptable range for specification from up to 24-inch to up to 36-inch
Change Section 2.2 B. 5. from "The pipe material shall be PVC, meeting the
F. Griffin requirements of ASTM D1784, with a cell classi6cation of 12454-B." to "The pipe
material shall be PVC, meeting the requirements of ASTM D1784, with a cell
classificarion of 12454".
All references to the use of C905 are no longer applicable and are deleted.
D.V. Magana
13.A.4.c. — Updated to reflect C900 applicable on PVC pipe sizes 4" through 60".
3.4.B1. Add " a. Pipe shall be handled and stored in accordance with manufacture's
recommendations"
3.4.B.2 Add "b. Conduit shall be homogenous throughout and free from voids,
cracks, inclusions and other defects, and shall be uniform as commercially
practicable in color, density and other physical characteristics"
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer P1ans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised September 9, 2022
33 12 20 - 1
RESILIENT SEATED (WEDGE) GATE VALVE
Page 1 of 10
1
2
3
SECTION 33 12 20
RESILIENT SEATED (WEDGE) GATE VALVE
4 PART1- GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
7 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable
8 water mains
9 a. 24-inch and larger valves may require an integral bypass
10 . Deviations from this City of Fort Worth Standard Specification
11 1. None.
12
13
14
15
16
17
18
19
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 33 11 OS — Bolts, Nuts, and Gaskets
4. Section 33 11 10 — Ductile Iron Pipe
20 1.2 PRICE AND PAYMENT PROCEDURES
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Measurement and Payment
1. Gate Valve
a. Measurement
1) Measurement for this Item shall be per each.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the unit price bid per each "Gate Valve" installed
for:
a) Various sizes
c. The price bid shall include:
1) Furnishing and installing Gate Valves with connections as specified in the
Drawings
2) Valve box
3) Extension
4) Extensions for valves in vaults
5) Valve vault and appurtenances (for 16-inch and larger gate valves)
6) Petrolatum tape far connections to steel flanges
7) 2-inch risers (for 16-inch and larger gate valves)
8) Isolation kits when installed with flanged connections
9) Polyethylene encasement
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised May 6, 2015
331220-2
RESILIENT SEATED (WEDGE) GATE VALVE
Page 2 of 10
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.
10) Pavement removal
11) Excavation
12) Hauling
13) Disposal of excess material
14) Furnishing, placement and compaction of embedment
15) Furnishing, placement and compaction of backf'ill
16) Clean-up
17) Cleaning
18) Disinfection
19) Testing
Cut-in Gate Valve
a. Measurement
1) Measurement for this Item shall be per each.
b. Payment
1) The wark performed and the materials furnished in accordance with this
Item shall be paid for at the unit price bid per each "Cut-in Gate Valve"
installed for:
a) Various sizes
c. The price bid shall include:
1) Furnishing and installing Gate Valves with connections as specified in the
Drawings
2) System dewatering
3) Connections to existing pipe materials
4) Valve box
5) Extension
6) Extensions for valves in vaults
7) Va1ve vault and appurtenances (for 16-inch and larger gate valves)
8) Petrolatum tape for connections to steel flanges
9) 2-inch risers (for 16-inch and larger gate valves)
10) Isolation kits when installed with flanged connections
11) Valve vault and appurtenances (for 16-inch and larger gate valves)
12) Polyethylene encasement
13) Pavement removal
14) Excavation
15) Hauling
16) Disposal of excess material
17) Furnishing, placement and compaction of embedment
18) Furnishing, placement and compaction of backfill
19) Clean-up
20) Cleaning
21) Disinfection
22) Testing
43 1.3 REFERENCES
44 A. Abbreviations and Acronyms
45 1. NRS — Non Rising Stem
46 2. OS&Y — Outside Screw and Yoke
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised May 6, 2015
331220-3
RESILIENT SEATED (WEDGE) GATE VALVE
Page 3 of 10
B. Reference Standards
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
Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
American Association of State Highway and Transportation Officials (AASHTO).
American Society of Mechanical Engineers (ASME):
a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250).
American Iron and Steel Institute (AISI).
5. ASTM International (ASTM):
a. A48, Standard Specification for Gray Iron Castings.
b. A242, Standard Specification for High-Strength Low-Alloy Structural Steel.
c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi
Tensile Strength.
d. A536, Standard Specification for Ductile Iron Castings.
e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus.
£ B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and
Steel.
6. American Water Works Association (AWWA):
a. C509, Resilient-Seated Gate Valves for Water Supply Service.
b. C515, Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service.
c. C550, Protective Interior Coatings for Valves and Hydrants.
d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN
through 12 IN, for Water Transmission and Distribution.
7. American Water Works Association/American National Standards Institute
(AWWA/ANSI):
a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems.
b. C1 ll/A2111, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and
Fittings.
c. C 115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron
Threaded Flanges.
8. NSF International (NSF):
a. 61, Drinking Water System Components - Health Effects.
33 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
34 1.5 SUBMITTALS
35 A. Submittals shall be in accordance with Section O1 33 00.
36 B. All submittals shall be approved by the City prior to delivery.
37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
38
39
40
41
42
43
2
3
�
A. Product Data
Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system
supplied, including:
a. Dimensions, weights, material list, and detailed drawings
b. Joint type
c. Maximum torque recommended by the manufacturer for the valve size
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised May 6, 2015
33 12 20 - 4
RESILIENT SEATED (WEDGE) GATE VALVE
Page 4 of 10
1 2. Polyethylene encasement and tape
2 a. Whether the film is linear low density or high density cross linked polyethylene
3 b. The thickness of the film provided
4 3. Thrust Restraint, if required by contract Documents
5 a. Retainer glands
6 b. Thrust harnesses
7 c. Any other means
8 4. Instructions for field repair of fusion bonded epoxy coating
9 5. Gaskets
10
11
12
13
14
15
16
17
18
19
20
2l
22
B. Certiiicates
2.
3.
4.
1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet
the provisions of this Section, each valve meets Specifications, all inspections have
been made and that all tests have been performed in accordance with AWWA C509
or AWWA C515.
Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117.
Furnish affdavit that Resilient Seated (Wedge) Gate Valve manufacturer has five
years experience manufacturing Resilient Seated Gate Valves of similar service and
size with experience record.
Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or
controls any foreign factory/foundry that supplies valve casings and can certify that
the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality
control at the foreign factory/foundry.
23 1.7 CLOSEOUT SUBMITTALS [NOT USED]
24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
25 1.9 QUALITY ASSURANCE
26
27
28
29
30
31
32
33
34
35
36
37
38
39
A. Qualifications
Manufacturers
a. Valves 16-inch and larger shall be the product of 1 manufacturer for each
proj ect.
1) Change orders, specials and field changes may be provided by a different
manufacturer upon City approval.
b. For valves less than 16-inch, valves of each size shall be the product of 1
manufacturer, unless approved by the City.
1) Change orders, specials and field changes may be provided by a different
manufacturer upon City approval.
c. Valves shall meet or exceed AWWA C509 or AWWA C515.
d. For valves equipped with a bypass, the bypass valve must be of the same
manufacturer as the main valve.
e. Resilient Seated Gate Valves shall be new.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised May 6, 2015
33 12 20 - 5
RESILIENT SEATED (WEDGE) GATE VALVE
Page 5 of 10
1
2
3
4
5
6
7
8
9
10
11
f.
g
Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of
successful experience manufacturing of Resilient Seated Gate Valves of similar
service and size, and indicated or demonstrate an experience record that is
satisfactory to the Engineer and City. This experience record will be thoroughly
investigated by the Engineer, and acceptance will be at the sole discretion of the
Engineer and City.
Casings for Resilient Seated Gate Valve, such as valve body, wedge, and
bypass; that are not manufactured within the United States of America, shall be
manufactured by factories/foundries that are owned or controlled (partial
ownership) such that the Resilient Seated Gate Valve Manufacturer can control
and guarantee quality at the foreign factory/foundry.
12
13
14
15
16
17
18
19
20
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Protect all parts so that no damage or deterioration will occur during a prolonged
delay from the time of shipment until installation is completed and the units and
equipment are ready for operation.
2. Protect all equipment and parts against any damage during a prolonged period at the
site.
3. Protect the finished surfaces of all exposed flanges by wooden blank flanges,
strongly built and securely bolted thereto.
21 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion.
22 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or
23 extremes in temperature.
24 6. Secure and maintain a location to store the material in accordance with Section O1
25 66 00.
26 1.11 FIELD [SITE] CONDITIONS [NOT USED]
27 1.12 WARRANTY
28 A. Manufacturer Warranry
29 L Manufacturer's Warranty shall be in accordance with Division 1.
30 PART 2 - PRODUCTS
31 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
32 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
33
34
35
36
37
38
39
A. Manufacturers
1. Only the manufacturers as listed on the City's Standard Products List will be
considered as shown in Section O1 60 00.
a. The manufacturer must comply with this Specification and related Sections.
2. Any product that is not listed on the Standard Products List is considered a
substitution and shall be submitted in accordance with Section O1 25 00.
B. Description
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised May 6, 2015
331220-6
RESILIENT SEATED (WEDGE) GATE VALVE
Page 6 of 10
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
1. Regulatory Requirements
a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and
shall meet or exceed the requirements of this Specification.
b. All valve components in contact with potable water shall conform to the
requirements of NSF 61.
C. Materials
�j
�
5
1. Valve Body
a. Valve body: ductile iron per ASTM A536
b. Flanged ends: Furnish in accordance with AWWA/ANSI Cll 5/A21.15.
c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI
Cll 1/A21.11.
d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5
mils, meeting AW WA C550 requirements
e. Buried valves: Provide with polyethylene encasement in accordance with
AWWA/ANSI C105/A21.5.
1) Polyethylene encasement: Furnish in accordance with Section 33 11 10.
2. Wedge (Gate)
a. Resilient wedge: rated at 250 psig cold water working pressure
b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a
permanently bonded EPDM rubber.
Bypass
a. For gate valves using a double roller, track and scrapper system, an integrally
cast bypass on the body of the valve is required_
1) Orient the bypass on the same side of the gate valve as the spur gear to
allow operation of both valves from the manhole opening.
2) The bypass shall be a minimum 4-inch in size.
Gate Valve Bolts and Nuts
a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM
A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non-buried service (4-inch
through 12-inch valves) or as specified in 2.2.C.4.b.
b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all
sizes) and for valves 16-inch through 36-inch (non-buried service)
Bolts and Nuts
a. Mechanical Joints
a) Provide bolts and nuts in accordance with Section 33 11 O5.
b. Flanged Ends
1) Meet requirements of AWWA Cll 5 or AWWA C207 depending on pipe
material.
2) Provide bolts and nuts in accordance with Section 33 11 O5.
3) Flanged isolation kits shall be provided when connecting to buried steel ar
concrete pressure pipe. Kits shall conform to Section 33 04 10.
6. Joints
a. Valves: flanged, or mechanical joint or any combination of these as specified
on the Drawings or in the project Specifcations
1) Flanged joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125
a) Flange bolt circles and bolt holes shall match those of ASME B 161,
Class 125.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised May 6, 2015
33 12 20 - 7
RESILIENT SEATED (WEDGE) GATE VALVE
Page 7 of 10
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
b) Field fabricated flanges are prohibited.
2) Steel or concrete pressure pipe
a) Use flange-joints unless otherwise specified in the Contract
Documents.
3) Ductile Iron or PVC pressure pipe
a) Use mechanical joints with mechanically restrained retainer glands
unless otherwise specified in the Contract Documents.
7. Operating Nuts
a. Supply for buried service valves
b. 1-15/16-inch square 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. Nut shall be painted red per AWWA specifications
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.
£ Furnish handwheel operators for non-buried service, or when shown in the
Drawings.
20 8. Gearing
21 a. Gate valves that are 24 inch and larger: Equip with a spur gear.
22 b. Bevel gears for horizontally mounted valves are not allowed.
23 c. The spur gear shall be designed and supplied by the manufacturer of the valve
24 as an integral part of the gate valve.
25 9. Gaskets
26 a. Provide gaskets in accordance with Section 33 11 O5.
27 2.3 ACCESSORIES
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
A. All gate valves shall have the following accessories provided as part of the gate valve
installation:
2
3
A keyed solid extension stem of sufficient length to bring the operating nut up to
within 1 foot of the surface of the ground, when the operating nut on the gate valve
is 3 feet or more beneath the surface of the ground. Extension Stems are:
a. Not required on City stock orders
b. Not to be bolted or attached to the valve-operating nut
c. To be of cold rolled steel with a cross-sectional area of 1 square inch, fitting
loosely enough to allow deflection
Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in
sufficient quantity for assembly of each joint.
Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve
boxes and covers
a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5'/4-inch
shafts, screw type, consisting of a top section and a bottom section.
b. Valve boxes shall be as listed in the Ciry of Fort Worth Standard Products List
in attached in Section O1 60 00.
c. Valve box covers shall be so designed that they can be easily removed to
provide access to valve operating nut.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised May 6, 2015
33 12 20 - 8
RESILIENT SEATED (WEDGE) GATE VALVE
Page 8 of 10
1
2
3
4
5
6
7
d. Valve box covers must be designed to stay in position and resist damage under
AASHTO HS 20 traffic loads.
e. Each cover shall be casted with the word "WATER" or "RECLAIMED" in
raised letters on the upper surface.
£ Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B.
1) Valve box covers shall be round for potable water applications and square
for reclaimed water applications.
8 g. Box extension material shall be AWWA C900 PVC or ductile iron.
9 2.4 SOURCE QUALITY CONTROL [NOT USED]
10 PART 3 - EXECUTION
11 3.1 INSTALLERS [NOT USED]
12 3.2 EXAMINATION [NOT USED]
13 3.3 PREPARATION [NOT USED]
14 3.4 INSTALLATION
15
16
17
18
19
20 3.5
A. General
1. All valves shall be installed in vertical position when utilized in normal pipeline
installation.
2. Valves shall be placed at line and grade as indicated on the Drawings.
3. Polyethylene encasement installation shall be in accordance with Section 33 11 10.
REPAIR/RESTORATION [NOT USED]
21 3.6 RE-INSTALLATION [NOT USED]
22 3.7 FIELD [oa] SITE QUALITY CONTROL
23 A. Field Inspections
24 1. Before acceptance of the installed valve, the City Field Operations Staff shall have
25 the opportunity to operate the valve.
26 2. The City shall be given the opportunity to inspect all buried flanges before they are
27 covered.
28 3. The Operator will be assessing the ease of access to the operating nut within the
29 valve boX and ease of operating the valve from a fully closed to fully opened
30 position.
31 4. If access and operation of the valve meet the City's criteria, then the valve will be
32 accepted as installed.
33 B. Non-Conforming Work
34 1. If access and operation of the valve or its appurtenances does not meet the City's
35 criteria, the Contractor wi11 remedy the situation until it meets the City's criteria, at
36 the Contractor's expense.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPRC 24-0169
Revised May 6, 2015
331220-9
RESILIENT SEATED (WEDGE) GATE VALVE
Page 9 of 10
1 3.8 SYSTEM STARTUP [NOT USED]
2 3.9 ADJUSTING [NOT USED]
3 3.10 CLEANING [NOT USED]
4 3.11 CLOSEOUT ACTIVITIES [NOT USED]
5 3.12 PROTECTION [NOT USED]
6 3.13 MAINTENANCE [NOT USED]
7 3.14 ATTACHMENTS [NOT USED]
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised May 6, 2015
33 12 20 - 10
RESILIENT SEATED (WEDGE) GATE VALVE
Page 10 of 10
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
12/20/2012
6/24/2014
5/6/2015
1.1.A — Modified acceptable size range and added requirement for bypass in 30-inch
gate valves, Blue text added for exceptions
1.2 Measurement and Payment— Added Cut-In Gate Valve
1.2.A.l.c and 1.2.A.2.c — added additional items to be included in price bid
1.6.A — removed requirement for product data for bolts and nuts because it is to be
included under Section 33 11 O5.
D. Johnson 1.9.A1 — Added requirement for bypass valve manufacturing
2.2.C. — Added requirement for 30-inch gate valves to have a bypass and bypass
material requirements; Added reference to Section 33 11 OS and removed material
specification far bolts, nuts and gaskets; Added requirement for flanged isolation
kits; Added restraint requirements for mechanical joint connections with ductile iron
or PVC pressure pipe.
233 — Modified acceptable cast iron from Class 40 to Class 35B; Added
requirements for reclaimed water applications
1.1.A.2 Revision - Gate valves larger than 24-inches may be approved by the City on
a case-by-case basis
1.6.B3 Added Section. Requires Affidavit for 5 years of experience in
manufacturing RS Gate valves of similar size and rype.
1.6.B.4 Added Section — Requires Affidavit on Gate Valve manufacturers ownership
D. Townsend in foreign factories/foundries providing components to certify on-site quality control.
1.9.A.l.f Added Section. Requirement for 5 years of experience in manufacturing
RS Gate valves of similar size and type.
1.9.A.l.g Added Section. Requirement for Gate Valve manufacturers ownership (ar
control) in foreign factories/foundries providing components to certify on-site quality
control
1.1.A.1 Revised maximum allowable Resilient Seated (Wedge) Gate Valve from
30-inch to 48-inch
1.1.A.l.a Revised minimum size gate valve requiring bypass from 30-inch to 24-
inch.
D. Townsend Z,Z,C.3. Changed requirement for an integrally cast bypass from 30-inch and above
resilient seated gate valves to all double roller, track and scrapper system resilient
seated gate valves
2.2.C.3.2 Added the minimum size bypass shall be 4-inches.
2.2.C.7.d Added that nut shall be painted red per AWWA specifications
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised May 6, 2015
331225-1
CONNECTION TO EXISTING WATER MAINS
Page 1 of 8
SECTION 33 12 25
CONNECTION TO EXISTING WATER MA1NS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Connection to existing water mains to include, but not limited to:
a. Cutting in a tee for a branch connection
b. Extending from an existing water main
c. Installing a tapping sleeve and valve
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains
4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill
5. Section 33 OS 30 — Location of Existing Utilities
6. Section 33 ll OS — Bolts, Nuts, and Gaskets
7. Section 33 11 10 — Ductile Iron Pipe
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Connection to an existing unpressurized Fort Worth Water Distribution System
Main that does not require the City to take part of the water system out of service
a. Measurement
1) This Item is considered subsidiary to the water pipe being installed.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the unit price bid per linear foot of water pipe
complete in place, and no other compensation will be allowed.
2. Connection to an existing pressurized Fort Worth Water Distribution System Main
that requires a shutdown of some part of the water system
a. Measurement
1) Measurement for this Item shall be per each connection completed.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the unit price bid per each "Connection to Existing
Water Main" installed for:
a) Various sizes of existing water distribution main
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 6, 2013
331225-2
CONNECTION TO EXISTING WATER MAINS
Page 2 of 8
c. The price bid shall include a11 aspects of making the connection including, but
not limited to:
1) Preparing submittals
2) Dewatering
3) Exploratory excavation (as needed)
4) Coordination and notification
5) Remobilization
6) Temporary lighting
7) Polyethylene encasement
8) Make-up pieces
9) Linings
10) Pavement removal
11) Excavation
12) Hauling
13) Disposal of excess material
14) Clean-up
15) Cleaning
16) Disinfection
17) Testing
Connection to an existing pressurized Fort Worth Water Distribution System Main
by Tapping Sleeve and Valve:
a. Measurement
1) Measurement for this Item shall be per each connection completed.
b. Payment
1) The wark performed and the materials furnished in accordance with this
Item shall be paid for at the unit price bid per each "Tapping Sleeve and
Valve" installed for:
a) Various sizes of connecting main
b) Various sizes of existing water distribution main
c. The price bid shall include all aspects of making the connection including, but
not limited to:
1) Preparing submittals
2) Dewatering
3) Exploratory excavation (as needed)
4) Coordination and notification
5) Tapping Sleeve and Tapping Valve
6) Remobilization
7) Temporary lighting
8) Polyethylene encasement
9) Make-up pieces
10) Linings
11) Pavement removal
12) Excavation
13) Hauling
14) Disposal of excess material
15) Clean-up
16) Cleaning
17) Disinfection
18) Testing
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 6, 2013
331225-3
CONNECTION TO EXISTING WATER MAINS
Page 3 of 8
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Speciiication refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Speciiication, unless a date is specifically cited.
2. American Society of Mechanical Engineers (ASME):
a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250)
3. ASTM International (ASTM):
a. A36, Standard Specification for Carbon Structural Steel.
b. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for
High Temperature or High Pressure Service and Other Special Purpose
Applications
c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High
Pressure or High Temperature Service, or Both
d. A242, Standard Specification for High-Strength Low-Alloy Structural Steel.
e. A283, Standard Specification for Low and Intermediate Tensile Strength
Carbon Steel Plates.
£ A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low-
and Intermediate-Tensile Strength.
g. Bll7, Standard Practice for Operating Salt Spray (Fog) Apparatus.
h. D2000, Standard Classification System for Rubber Products in Automotive
Applications.
4. American Water Works Association (AWWA):
a. C200, Steel Water Pipe - 6 IN and Larger.
b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN.
c. C213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel
Water Pipelines.
d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves.
5. American Water Works Association/American National Standards Institute
(AWWA/ANSI):
a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems.
b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and
Fittings.
c. C115A21/15, Flanged Ductile-Iron Pipe with Ductile Iron or Gray-Iron
Threaded Flanges.
6. NSF International (NSF):
a. 61, Drinking Water System Components — Health Effects.
7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc.
(MSS):
a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves.
1.4 ADMINISTRATIVE REQUIREMENTS
A. Pre-installation Meetings
1. Required for any connections to an existing, pressurized 16-inch or larger City
water distribution system main that requires a shutdown of some part of the water
system
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 6, 2013
331225-4
CONNECTION TO EXISTING WATER MAINS
Page 4 of 8
2. May also be required for connections that involve shutting water service off to
certain critical businesses
3. Schedule a pre-installation meeting a minimum of 3 weeks priar to proposed time
for the wark to occur.
4. The meeting shall include the Contractor, City Inspector and City Valve Crew.
5. Review work procedures as submitted and any adjustments made for current field
conditions.
6. Verify that all valves and plugs to be used have adequate thrust restraint or
blocking.
7. Schedule a test shutdown with the City.
8. Schedule the date for the connection to the existing system.
B. Scheduling
Schedule work to make all connections to existing 16-inch and larger mains:
a. During the period from November through April, unless otherwise approved by
the City
b. During normal business hours from Monday through Friday, unless otherwise
approved by the City
2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to
planned disruption to the existing water system.
a. In the event that other water system activities do not allow the existing main to
be dewatered at the requested time, schedule work to allow the connection at an
alternate time acceptable to the Ciry.
1) If water main cannot be taken out of service at the originally requested
time, coordination will be required with the City to discuss rescheduling
and compensation for mobilization.
2) No additional payment will be provided if the schedule was altered at the
Contractor's request.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section O1 33 00.
B. All submittals shall be approved by the City prior to delivery and/or fabrication for
specials.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Product Data, if applicable
Tapping Sleeve noting the pressure rating and coating system supplied including:
a. Dimensions, weights, material list, and detailed drawings
b. Maximum torque recommended by the manufacturer for the valve by size
B. Submittals
Provide a detailed sequence of work for 16-inch, or larger, connections if required
by City that includes:
a. Results of exploratory excavation
b. Dewatering
c. Procedure for connecting to the existing water main
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 6, 2013
331225-5
CONNECTION TO EXISTING WATER MAINS
Page 5 of 8
d. Time period for completing work from when the water is shut down to when
the main is back in service
e. Testing and repressurization procedures
2. Welders that are assigned to work on connection to concrete cylinder or steel pipe
must be certified and provide Welding Certificates, upon request, in accordance
with AWWA C200.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE �NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Protect parts so that no damage or deterioration occurs during a prolonged delay
from the time of shipment until installation is completed.
2. Protect all equipment and parts against any damage during a prolonged period at the
site.
3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly
built and securely bolted thereto.
4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion.
5. Prevent plastic and similar brittle items from being exposed to direct sunlight and
extremes in temperature.
6. Secure and maintain a location to store the material in accordance with Section O1
66 00.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
A. Manufacturer Warranty
1. Manufacturer's warranty shall be in accordance with Division 1.
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
A. Manufacturers
1. Only the manufacturers as listed by the City's Standard Products List will be
considered as shown in Section O1 60 00.
a. The manufacturer must comply with this Specification and related Sections.
2. Any product that is not listed on the Standard Products List is considered a
substitution and shall be submitted in accordance with Section O1 25 00.
B. Description
1. Regulatory Requirements
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 6, 2013
331225-6
CONNECTION TO EXISTING WATER MAINS
Page 6 of 8
a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of
this Specification.
b. All valve components in contact with potable water shall conform to the
requirements of NSF 61.
C. Tapping Sleeve Materials
1. Body
a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM
A36 Steel or equal
b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion
applied per AWWA C213.
c. All buried tapping sleeves shall be provided with polyethylene encasement in
accordance with AWWA/ANSI C105/A21.5.
1) Polyethylene encasement shall be in accordance with Section 33 11 10.
2. Flange
a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME
B16.1 Class 125.
b. Recessed for tapping valve per MSS SP-60
3. Bolts and Nuts
a. Flanged Ends
1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe
material.
2) Provide bolts and nuts in accordance with Section 33 11 O5.
4. Gaskets
a. Provide gaskets in accordance with Section 33 11 O5.
5. Test Plug
a. 3/4-inch NPT carbon steel with square head and fusion bonded epoxy coating
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION
A. Verification of Conditions
1. Verify by exploratory excavation, if needed, that existing water main is as depicted
in the Drawings and that the location is suitable for a connection to the existing
water main.
a. Excavate and backfill trench for the exploratory excavation in accordance with
33 OS 10.
2. Verify that all equipment and materials are available on—site prior to the shutdown
of the existing main.
3. Pipe lines shall be completed, tested and authorized for connection to the existing
system in accordance with Section 33 04 40.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 6, 2013
331225-7
CONNECTION TO EXISTING WATER MAINS
Page 7 of 8
3.3 PREPARATION [NOT USED]
3A INSTALLATION
A. General
1. Upon disruption of the existing water main, continue wark until the connection is
complete and the existing water main is back in service.
B. Procedure
1. Expose the proposed connection point in accordance with Section 33 OS 10.
2. Dewater the existing water line so the chlorinated water is not unlawfully
discharged.
3. Maintain the water that may bleed by existing valves or plugs during installation
within the wark area to a reasonable level.
a. Control the water in such a way that it does not interfere with the proper
installation of the connection or create a discharge of chlorinated water.
4 If any discharge of chlorinated water occurs, discharged water shall be de-
chlorinated in accordance with Section 33 04 40
5. Cut and remove existing water main in order to make the connection.
6. Verify that the existing pipe line is suitable for the proposed connection.
7. Place trench foundation and bedding in accordance with 33 OS 10.
8. In the event that a tapping sleeve and valve is used, the coupon from the existing
water main shall be submitted to the City.
9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline.
10. Establish thrust restraint as provided for in the Drawings.
11. Clean and disinfect the pipeline associated with the connection in accordance with
Section 33 04 40.
12. Place embedment to the top of the pipe zone.
13. Request that the City Valve Crew re-pressurize the pipeline.
14. Directionally flush the connection in accordance with Section 33 04 40.
15. Request that City Valve Crew open all remaining valves.
3.5 REPAIR/RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 6, 2013
331225-8
CONNECTION TO EXISTING WATER MAINS
Page 8 of 8
3.14 ATTACHMENTS �NOT USED]
END OF SECTION
Revision Log
DATE NAME
12/20/2012 D. Johnson
2/6/2013 D. Townsend
SUMMARY OF CHANGE
2.2.C3 and 4— Added reference to Section 33 11 OS and removed bolt, nut and
gasket material specification
3.4.B.4 Modified to refer to Section 33 04040
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised February 6, 2013
331240-1
FIRE HYDRANTS
Page 1 of 7
SECTION 33 12 40
FIRE HYDRANTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Dry-barrel fire hydrants with 5'/4-inch main valve for use with potable water mains
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backf"ill
4. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains
5. Section 33 ll 10 — Ductile Iron Pipe
6. Section 33 ll 11 — Ductile Iron Fittings
7. Section 33 11 14 — Buried Steel Pipe and Fittings
8. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
L Measurement
a. Fire Hydrant and Extension
1) Measurement for this item shall be by the each hydrant, complete in place.
2. Payment
a. The work performed and materials furnished in accordance with this Item and
measured under "Measurement" will be paid for at the unit prices bid per each
"Fire Hydrant" installed.
3. The price bid shall include:
a. Furnishing and installing Fire Hydrants with appurtenances as specified in the
Drawings
b. Dry-Barrel Fire Hydrant assembly from base to operating nut
c. Extension barrel and stem
d. Adjusting hydrant to the appropriate height
e. Painting
£ Pavement Removal
g. Excavation
h. Freight, loading, unloading and handling
i. Disposal of excess material
j. Furnish, placement and compaction of embedment
k. Furnish, placement and compaction of backf'ill
1. Blocking, Braces and Rest
m. Clean up
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised January 3, 2014
331240-2
FIRE HYDRANTS
Page 2 of 7
n. Disinfection
o. Testing
1.3 REFERENCES
A. Definitions
1. Base: The lateral connection to the fire hydrant lead; also called a shoe
B. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Speciiication, unless a date is specifically cited.
2. American Water Works Association (AWWA):
a. C502, Dry-Barrel Fire Hydrants
b. Manual of Water Supply Practices M17 (AWWA Manual M17) — Installation,
Field Testing, and Maintenance of Fire Hydrants
3. NSF International
a. 61, Drinking Water System Components — Health Effects
4. National Fire Protection Association (NFPA)
a. 1963, Standard for Fire Hose Connections
5. Underwriters Labaratories, Inc. (UL)
a. 246, Hydrants for Fire-Protection Service
6. Factory Mutual (FM)
a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for
Private Fire Service
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section O1 33 00.
B. All submittals shall be approved by the City prior to construction.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Product Data
1. Dry-Barrel Fire Hydrant stating:
a. Main valve opening size
b. Nozzle arrangement and sizes
c. Operating nut size
d. Operating nut operating direction
e. Working pressure rating
£ Component assembly and materials
g. Coatings and Finishes
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Qualifications
1. Manufacturers
a. Dry-Barrel Fire Hydrants shall be the product of 1 manufacturer.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised January 3, 2014
331240-3
FIRE HYDRANTS
Page 3 of 7
1) Change orders, specials and field changes may be provided by a different
manufacturer upon City approval.
2. Dry-Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and
FM 1510.
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store and handle in accordance with the guidelines as stated in AWWA C502 and
AWWA Manual M17.
2. Protect all parts so that no damage or deterioration will occur during a prolonged
delay from the time of shipment until installation is completed and the units and
equipment are ready for operation.
3. Protect all equipment and parts against any damage during a prolonged period at the
site.
4. Protect the finished surfaces of all exposed flanges by wooden blank flanges,
strongly built and securely bolted thereto.
5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion.
6. Prevent plastic and similar brittle items from being directly exposed to sunlight or
extremes in temperature.
7. Secure and maintain a location to store the material in accordance with Section O1
66 00.
1.11 FIELD CONDITIONS [NOT USED]
1.12 WARRANTY
A. Manufacturer Warranty
1. Manufacturer's Warranty shall be in accordance with Division 1.
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Manufacturers
1. Only the manufacturers as listed on the City's Standard Products List will be
considered as shown in Section O1 60 00.
a. The manufacturer must comply with this Specification and related Sections.
2. Any product that is not listed on the Standard Products List is considered a
substitution and shall be submitted in accordance with Section O1 25 00.
3. The Dry-Barrel Fire Hydrant shall be new and the product of a manufacturer
regularly engaged in the manufacturing of Dry-Barrel Fire Hydrants having similar
service and size.
B. Description
1. Regulatory Requirements
a. Dry-Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA
C502 and shall meet or exceed the requirements of this Specification.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised January 3, 2014
331240-4
FIRE HYDRANTS
Page 4 of 7
b. All Dry-Barrel Fire Hydrant components in contact with potable water shall
conform to the requirements of NSF 61.
C. Performance / Design Criteria
1. Capacities
a. Rated warking pressure of 250 psi or greater
2. Design Criteria
a. Operating nut
1) Uniformly tapered square nut measuring:
a) 1 inch at the base
b) '/s inch at the top
2) Open by turning the operating nut to the right (clockwisel
a) Provide operating direction clearly marked with an arrow and the word
"OPEN".
3) Provide weather shield with operating nut.
b. Main Valve
1) Minimum 5'/a-inch opening
2) Compression type
a) Opening against pressure
b) Closing with pressure
c. Nozzles
1) `T' shape, 3 nozzle arrangement
2) Nozzle sizes, threads and coniiguration in accordance with NFPA 1963
a) Hose nozzles
(1) 2 x 2i/z-inch (nominal size of connection)
(a) 180 degrees apart
(b) Thread Designation 2.5-7.5 NH (NFPA 1963)
b) Pump nozzle
(1) 4-inch (nominal size of connection)
(a) Thread Designation 4-4 NH (NFPA 1963)
d. Hydrant Barrel Configuration
1) Upper barrel
2) Breakable flange and stem
a) To be installed above ground at the connection to the upper barrel
3) Extension barrel (if needed) and lower barrel
a) Extension barrel and stem
(1) Lengthen in 6-inch increments
e. Drain Valve
1) Non-corrodible material
2) Spring operated drain valves are not allowed.
D. Function
1. Drain Valve
a. Drain fire hydrant barrels when main valve is closed.
E. Materials
1. Furnish materials in accordance with AWWA C502.
2. Dry-Barrel Fire Hydrant Assembly
a. Internal parts
1) Threads
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised January 3, 2014
331240-5
FIRE HYDRANTS
Page 5 of 7
a) Provide operating thread designed to avoid metal such as iron or steel
threads against iron or steel parts.
2) Stem
a) Stem Nuts
(1) Provide bronze stem nuts.
(a) Grades per AWWA C502
b) Where needed, stem sha11 be grooved and sealed with O-rings.
3. Provide crushed rock for placement around base conforming to Section 33 OS 10.
F. Finishes
1. Primer Materials
a. Furnish primer for Dry-Barrel Fire Hydrants in accordance with AWWA C502.
2. Finish Materials
a. Dry-Barrel Fire Hydrant
1) Exterior
a) Above grade
(1) Furnish exterior coating for above grade Dry-Barrel Fire Hydrant
assembly components in accordance with AWWA C502.
(2) Coating shall be Flynt Aluminum Paint in Silver.
b) Below grade
(1) Furnish exterior coating for below grade Dry-Barrel Fire Hydrant
assembly components in accordance with AWWA C502.
2) Interior
a) Interiar coating far Dry-Barrel Fire Hydrants assemblies in accordance
with AWWA C502
2.3 ACCESSORIES
A. Polyethylene Encasement
1. Provide polyethylene encasement in accordance with Section 33 11 10.
B. Embedment
1. Provide crushed rock and filter fabric in accordance with Section 33 OS 10.
2.4 SOURCE QUALITY CONTROL
A. Tests and Inspections
1. Testing and inspection of Dry-Barrel Fire Hydrants in accordance with AWWA
C502.
B. Markings
1. Provide each Dry-Barrel Fire Hydrant marked in accordance with AWWA C502.
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised January 3, 2014
331240-6
FIRE HYDRANTS
Page 6 of 7
1. Install in accordance with AWWA Manual of Water Supply Practice M17,
manufacturer's recommendations and as shown on the Drawings.
2. Provide vertical installation with braces, rest and blocking in accordance with City
Standard Details.
3. Excavate and backfill trenches in accordance with 33 OS 10.
4. Embed Dry-Barrel Fire Hydrant assemblies in accordance with 33 OS 10.
a. At the location of the weep holes, wrap barrel with polyethylene encasement
and crushed rock with filter fabric to prevent dirt and debris from entering the
fire hydrant.
5. Polyethylene encasement installation shall be in accordance with the applicable
portion of Section 33 11 10.
6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated
in the Drawings.
7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in
accordance with AWWA Manual of Water Supply Practice M17, to allow drain
outlets to operate.
a. The crushed rock should extend 6 inches above the drain outlets and a
minimum of 1 foot on all sides of the fire hydrant base.
8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet.
a. Cover is measured from the invert at the iire hydrant base, vertical to ground
elevation.
b. Fittings may be used along fire lead line to ensure minimum and maximum
cover requirements are met.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD CONTROL
A. Field Inspections
1. The Dry-Barrel Fire Hydrant and assembly shall perform as intended with no
deformation, leaking or damage of any kind for the pressure ranges indicated.
2. City inspector will issue final inspection notice to City staff.
3. City Field Operations Staff and Fire Department Staff shall have the opportunity to
inspect and operate the hydrant, to ensure that the fire hydrant was installed in
accordance with AWWA Manual of Water Supply Practice M17. This includes but
is not limited to:
a. Operation of Nozzles and operating nut are not obstructed.
b. Drain valve is not obstructed or plugged
4. Keep fire hydrant wrapped or covered to identify that it is out of service until the
water line it's connected to is put in service.
B. Non-Conforming Work
1. If access and operation of the Dry-Barrel Fire Hydrant or its appurtenances do not
meet the criteria of the AWWA Manual of Water Supply Practice M17, the
Contractor will remedy the situation criteria, at the Contractor's expense.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised January 3, 2014
331240-7
FIRE HYDRANTS
Page 7 of 7
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE
3.14 ATTACHMENTS
END OF SECTION
Revision Log
DATE NAME
12/20/2012 D. Johnson
l l /27/2013 D. Townsend
l/3/2014 D. Townsend
SUMMARY OF CHANGE
2.2.F.2.a.1).a).(2) Added paint manufacturer speci6cation
2.2.C.2.c Revised pumper nozzle nominal diameter and added NFPA 1963 Thread
Designations
Specification Modified to be in accardance with the Reduction of Lead in Drinking
Water Act (P.L. 111-380) — All material s to be lead-free in accordance with this act.
Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1
Sections added are 1.3.A.2, l 3.B.7, 1.6.B.1, 2.2.B.l.c, 2.4.B.2
H.R. 3588 (P.L. 113-64) signed into law 1/2/2014 waived Reduction of Lead in
Drinking Water Act (P.L. 11 1-380) requirement for fire hydrant. All previous
revisions related to "lead-free" requirement are now deleted including those revisions
made l l/27/2013, those being:
Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1
Sections added are 1.3.A.2, 1.3.B.7, 1.6.B1, 2.2.B.l.c, 2.4.B.2
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised January 3, 2014
333120-1
POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE
Page 1 of 6
SECTION 33 31 20
POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Polyvinyl Chloride (PVC) pipe 4-inch through 48-inch for gravity sanitary sewer
applications
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 33 O1 30 — Sewer and Manhole Testing
4. Section 33 O1 31 — Closed Circuit Television (CCTV) Inspection
5. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill
6. Section 33 OS 26 — Utility Markers/Locators
7. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. Measured horizontally along the surface from center line to center line of the
manhole or appurtenance
2. Payment
a. The wark performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price bid
per linear foot of "PVC Pipe" installed for:
1) Various sizes
2) Various Standard Dimension Ratios
3) Various embedments
4) Various depths, for miscellaneous projects only
3. The price bid shall include:
a. Furnishing and installing PVC gravity pipe with joints as specified by the
Drawings
b. Pavement removal
c. Excavation
d. Hauling
e. Disposal of excess material
£ Furnishing, placement and compaction of embedment
g. Furnishing, placement and compaction of backfill
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised September 9, 2022
333120-2
POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE
Page 2 of 6
h. Trench water stops
i. Clean-up
j. Cleaning
k. Testing
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. American Association of State Highway and Transportation (AASHTO).
3. ASTM International (ASTM):
a. D1784, Standard Specification for Rigid Poly (Vinyl Chloride) (PVC)
Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds.
b. D2412, Standard Test Method for Determination of External Loading
Characteristics of Plastic Pipe by Parallel-Plate Loading.
c. D3034, Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC)
Sewer Pipe and Fittings.
d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes
Using Flexible Elastomeric Seals.
e. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large-Diameter
Plastic Gravity Sewer Pipe and Fittings.
4. Texas Commission on Environmental Quality (TCEQ):
a. Title 30, Part I, Chapter 217, Subchapter C, Ru1e 217.53 — Pipe Design.
b. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying
Pipe.
c. Title 30, Part I, Chapter 217, Subchapter C, Ru1e 217.57 — Testing Requirements
for Installation of Gravity Collection System Pipes.
5. Underwriters Laboratories, Inc. (UL).
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section O1 33 00.
B. All submittals shall be approved by the City prior to delivery.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Product Data
1. Product data sheet
2. Manufacturer
3. Nominal pipe diameter
4. Standard dimension ratio (SDR)
5. Cell classification
6. Laying lengths
B. Certificates
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised September 9, 2022
333120-3
POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE
Page 3 of 6
1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of
this Section and has been air and deflection tested and meets the requirements of
ASTM D3034 and ASTM F679.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Qualifications
L Manufacturers
a. Finished pipe shall be the product of 1 manufacturer for each size per project,
unless otherwise approved by the City.
1) Change orders, specials and field changes may be provided by a different
manufacturer upon City approval.
b. Pipe manufacturing operations shall be performed under the control of the
manufacturer.
c. A11 pipe furnished sha11 be in conformance with ASTM D3034 (4-inch through
15-inch) and ASTM F679 (18-inch through 48-inch).
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Gravity pipe shall be stored and handled in accordance with the manufacturer's
guidelines.
2. Secure and maintain a location to stare the material in accordance with
Section O1 66 00.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [ou] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
A. Manufacturers
1. Only the manufacturers as listed in the City's Standard Products List will be
considered as shown in Section O1 60 00.
a. The manufacturer must comply with this Specification and related Sections.
2. Any product that is not listed on the Standard Products List is considered a
substitution and shall be submitted in accordance with Section O1 25 00.
B. Performance / Design Criteria
1. Pipe
a. Meet all requirements of TCEQ.
b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 26
and ASTM F679 for 18-inch through 48-inch llSPS.
c. PVC Gravity Sanitary Sewer Pipe shall be verified by the UL.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised September 9, 2022
333120-4
POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE
Page 4 of 6
d. Assume a standard 1ay length of 14 feet and 20 feet except for special fittings or
closure pieces necessary to comply with the Drawings.
e. Use green coloring for ground identification as sanitary sewer pipe.
£ PVC meeting the requirements of ASTM D1784, with a cell classification of
12454 or 12364
g. Deflection Design
1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe.
2) Design pipe according to the Modified Iowa Formula as detailed by the
Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the
following parameters:
a) Unit Weight of Fill (w) = 130 pounds per cubic foot
b) Live Load = AASHTO HS 20
c) Trench Depth = 12 feet minimum, or as indicated in Drawings
d) Maximum (E') = 1,000 max
e) Deflection Lag Factor (DL) = 1.0
fl Bedding Factor constant (K) = 0.1
g) Mean radius of the pipe (r), inches, as indicated in Drawings
h) Marston's load per unit length (W), pounds per inch, calculate per
Drawings
i) PVC modulus of elasticity (E) = 400,000 psi
j) Moment of inertia of pipe wall per unit length, (I) = t3/12, (in4/in), per
pipe type and size
(1) Where (t) = pipe thickness, inches
k) Maximum Calculated Deflection = 5 percent
h. Pipe Flotation: If the pipe is buried in common saturated soil(about 120 pounds
per cubic foot) with at least 1'/z pipe diameters of cover, pipe is generally not
subject to flotation. If shallower, check groundwater flotation potential.
Flotation will occur if:
F'b > `7�1p + Wf + `1�%d
Where: Fb = buoyant force, pound per foot
Wp = empty pipe weight, pound per foot
We = weight of flooded soil, pound per foot
Wa = weight of dry soil, pound per foot
Values and formulas for the above variables can be obtained from the pipe
manufacturer and site-specific soil conditions.
i. Verify trench depths after existing utilities are located.
j. Accommodate vertical alignment changes required because of existing utility or
other conflicts by an appropriate change in pipe design depth.
k. In no case shall pipe be installed deeper than its design allows.
2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance
with ASTM D2412.
Pipe markings
a. Meet the minimum requirements of ASTM D3034 and ASTM F679.
b. Minimum pipe markings shall be as follows:
1) Manufacturer's Name or Trademark and production record
2) Nominal pipe size
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised September 9, 2022
333120-5
POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE
Page 5 of 6
3) PVC cell classification
4) ASTM or Standard Dimension Ratio (SDR) designation
5) Seal of testing agency that verified the suitability of the pipe
4. Joints
a. Joints shall be gasket, bell and spigot, push-on type conforming to
ASTM D3212.
b. Since each pipe manufacturer has a different design for push-on joints; gaskets
shall be part of a complete pipe section and purchased as such.
5. Connections
a. Only use manufactured fittings.
b. See Section 33 31 50.
6. Detectable Metallic Tape
a. See Section 33 OS 26.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
1. Install pipe, specials and appurtenances as specified herein, as specified in Section
33 OS 10, and in accordance with the pipe manufacturer's recommendations.
2. Lay pipe to the lines and grades as indicated in the Drawings.
3. Excavate and back�ll trenches in accordance with Section 33 OS 10.
4. Embed PVC pipe in accordance with Section 33 OS 10.
B. Pipe Handling
1. Haul and distribute pipe and fittings at the project site.
2. Handle piping with care to avoid damage.
a. Inspect each joint of pipe and reject or repair any damaged pipe prior to
lowering into the trench.
b. Use only nylon ropes, slings or other lifting devices that will not damage the
surface of the pipe for handling the pipe.
3. At the close of each operating day:
a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after
the laying operation.
b. Effectively seal the open end of the pipe using a gasketed night cap.
C. Pipe Joint Installation
a. Clean dirt and foreign material from the gasketed socket and the spigot end.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised September 9, 2022
333120-6
POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE
Page 6 of 6
b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell
end to the reference mark.
c. Install such that identification marking on each joint are oriented upward toward
the trench opening.
d. When making connection to manhole, use an elastomeric seal or flexible boot to
facilitate a seal.
D. Connection Installation
1. See Section 33 31 50.
E. Detectable Metallic Tape Installation
1. See Section 33 OS 26.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3J FIELD [oR] SITE QUALITY CONTROL
A. Field Tests and Inspections
1. Video Inspection
a. Provide a Post-CCTV inspection in accordance with Section 33 O1 31.
2. Air Test and Deflection (Mandrel) Test
a. Perfarm in accordance with Section 33 O1 30.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
314 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME
6/18/13
9/9/2022
SUMMARY OF CHANGE
D. Johnson 2.2.B.l.b — Pipe Material Clariiication
1.1 A. 1., 1.9 A. 1. C., and 2.2 B. 1. B. Revised upper range to 48-inch for gravity
W Norwood sewer
2.2 B. 1. C. Revised from "approved" to "verified by UL
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised September 9, 2022
33 31 50 - 1
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 1 of 10
1
2
SECTION 33 31 50
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Sanitary sewer service connection, service line and 2-way cleanout from the main
7 to the right-of-way, as shown on the Drawings, directed by the Engineer and
8 specified herein for:
9 a. New Service
10 b. New Service (Bored)
ll c. Private Service Relocation
12 d. Service Reinstatement
13
14
15
16
17
18
19
20
21
22 1.2
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill
4. Section 33 11 10 — Ductile Iron Pipe
5. Section 33 11 11 — Ductile Iron Fittings
6. Section 33 31 20 — Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. New Sewer Service
a. Measurement
1) Measurement for this Item shall be per each "Sewer Service" complete in
place.
b. Payment
1) The work performed and materials furnished in accordance with this Item
will be paid for at the unit price bid per each "Sewer Service" installed for:
a) Various sizes
c. The price bid shall include:
1) Furnishing and installing New Sanitary Sewer Service Line as specified by
the Drawings
2) Pavement removal
3) Excavation
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised Apri126, 2013
33 31 50 - 2
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 2 of 10
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
3
4) Hauling
5) Disposal of excess material
6) Tee connection to main
7) Fittings
8) 2-way cleanout and cap with concrete pad
9) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid
separately)
10) Furnishing, placing and compaction of embedment
11) Furnishing, placing and compaction ofbackfill
12) C1ean-up
New Ductile Iron Sewer Service
a. Measurement
1) Measurement for this Item shall be per each Ductile Iron Sewer Service
complete in place.
b. Payment
1) The wark performed and materials furnished in accordance with this Item
will be paid for at the unit price bid per each "DIP Sewer Service" installed
for:
a) Various sizes
c. The price bid shall include:
1) Furnishing and installing New DIP Sanitary Sewer Service Line as
specified by the Drawings
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess material
6) Tee connection to main
7) Fittings
8) 2-way cleanout and cap with concrete pad
9) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid
separately)
10) Furnishing, placing and compaction of embedment
11) Furnishing, placing and compaction ofbackfill
12) Clean-up
New Bored Sewer Service
a. Measurement
1) Measurement for this Item shall be per each Bored Sewer Service complete
in place.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per each `Bored Sewer Service" installed far:
a) Various sizes
b) Various materials
c. The price shall include:
1) Furnishing and installing New Sanitary Sewer Service Line as specified by
the Drawings
2) Pavement removal
3) Excavation
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised Apri126, 2013
33 31 50 - 3
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 3 of 10
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
�
5
4) Hauling
5) Disposal of excess material
6) Tee connection to main
7) Service Line
8) Fittings
9) 2-way cleanout and cap with concrete pad
10) Surface restoration surrounding 2-way cleanout
11) Furnishing, placing and compaction of embedment and backfill
12) Clean-up
Private Service Relocation
a. Measurement
1) Measured horizontally along the surface from center line to center line of
the fitting, manhole or appurtenance
b. Payment
1) The work performed and the materials furnished in accordance with this
Item and measured as provided under "Measurement" will be paid for at
the unit price bid per linear foot for "Private Sewer Service" installed for:
a) Various sizes
b) Various materials
c. The price shall include:
1) Obtaining appropriate Permit
2) Obtaining Right of Entry
3) Performing relocation as specified in the Drawings
4) Excavation
5) Hauling
6) Disposal of excess material
7) Service Line - private side by plumber
8) Fittings
9) Furnishing, placing and compaction of embedment
10) Furnishing, placing and compaction of backfill
11) Clean-up — surface restoration, excluding grass (seeding, sodding or hydro-
mulch paid separately)
Sewer Service Reconnection
a. Measurement
1) Measurement for this Item shall be per each "Sewer Service Reconnection"
complete in place from public service line connection to private service line
connection.
b. Payment
1) The work performed in conjunction with the relocation of a sewer service,
associated with private service line, fittings and cleanout 5 feet or less in
any direction from the centerline of the existing service line and the
materials furnished in accordance with this Item will be paid for at the unit
price per each "Sewer Service, Reconnection" performed for:
a) Various service sizes
c. The price bid shall include:
1) Private service line
2) Fittings
3) Private connection to sewer service
4) Pavement removal
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised Apri126, 2013
33 31 50 - 4
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 4 of 10
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
5) Excavation
6) Hauling
7) Disposal of excess material
8) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid
separately)
9)
10)
11) Clean-up
6. 2-way Cleanout
a. Measurement
1) Measurement for this Item shall be per each when only a"2-way Cleanout"
is installed.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the unit price bid per each "2-way Cleanout"
installed for:
a) Various sizes
b) Various materials
c. The price bid shall include:
1) Furnishing and installing the 2-way Cleanout and cap as specified in the
Drawings
2) Pavement removal
3) Concrete pad
4) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid
separately)
5) Hauling
6) Disposal of excess material
7) Furnishing, placing and compaction of backfill
8) Clean-up
7. Service Reinstatement
a. Measurement
1) Measurement for this Item shall be per each Reinstatement of Service
associated with the sewer main being rehabilitated by a trenchless method.
b. Payment
1) The wark performed and materials furnished in accordance with this item
and measured as provided under "Measurement" will be paid for at the unit
price bid per each "Sewer Service, Reinstatement" for:
a) Various sizes
c. The price bid shall include:
1) Tap to existing main (if required)
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess material
6) Tee connection to main
7) Service line (if required)
8) Fittings
9) Furnishing, placing and compaction of embedment and backfill
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised Apri126, 2013
333150-5
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 5 of 10
1
2
3
10) C1ean-up — surface restoration, excluding grass (seeding, sodding or hydro-
mulch paid separately)references
B. Definitions
4 L New Service
5 a. New service applies to the installation of a service with connection to a new or
6 existing sewer main.
7 b. The service materials would include service line, fittings and cleanout.
8 2. Bored Service
9 a. Bored service applies to the installation of a service with connection to a new or
10 existing sewer main including a bore under an existing road.
ll b. The service materials would include service line, fittings and cleanout.
12 3. Private Service Relocation
13 a. Private service relocation applies to the replacement of the existing sewer
14 service line on private property typically associated with the relocation of the
15 existing main.
16 b. Typical main relocation will be from a rear lot easement or alley to the street.
17 4. Service Reinstatement
18 a. Service reinstatement applies to the reconnection of an existing service to an
19 existing main that has been rehabilitated by trenchless methods such as pipe
20 enlargement (pipe bursting), slip lining ar CIPP.
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
C. Reference Standards
2
3
Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
ASTM International (ASTM):
a. ASTM D3034 Standard Specifcation for Type PSM Poly (Vinyl Chloride)
(PVC) Sewer Pipe and Fittings
b. ASTM D1785 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic
Pipe, Schedules 40, 80 and 120.
c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic
Pipe for Sewers and Other Gravity-Flow Applications
d. ASTM D2412 Standard Test Method for Determination of External Loading
Characteristics of Plastic Pipe by Parallel-Plate Loading
e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic
Pipes Using Flexible Elastomeric Seals
Texas Commission on Environmental Quality
a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying
Pipe and Rule
b. Title 30, Part I, Chapter 217, Subchapter C, 217.55 — Manholes and Related
Structures
41 1.3 ADMINISTRATIVE REQUIREMENTS
42 A. Scheduling
43 1. Provide advance notice for service interruption to property owner and meet
44 requirements of Division 0.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised Apri126, 2013
33 31 50 - 6
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 6 of 10
1 1.4 SUBMITTALS
2 A. Submittals shall be in accordance with Section O1 33 00.
3 B. All submittals shall be approved by the City prior to delivery.
4 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
5 A. Product data shall include, if applicable:
6 1. Tee connection or saddle
7 2. Fittings (including type of cleanout)
8 3. Service line
9 B. Certiiicates
10 1. Furnish an affidavit certifying that service line and fittings meet the provisions of
11 this Section.
12 1.6 CLOSEOUT SUBMITTALS [NOT USED]
13 1J MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
14 1.8 QUALITY ASSURANCE [NOT USED]
15 1.9 DELIVERY, STORAGE, AND HANDLING
16
17
18
19
20
21
22
23
24
25
26
27
�r�:j
29
A. Storage and Handling Requirements
1. Gravity pipe shall be stored and handled in accordance with the manufacturer's
guidelines.
2. Protect a11 parts such that no damage or deterioration will occur during a prolonged
delay from the time of shipment until installation is completed and the units and
equipment are ready for operation.
3. Protect all equipment and parts against any damage during a prolonged period at the
site.
4. Prevent plastic and similar brittle items from being directly exposed to sunlight or
extremes in temperature.
5. Secure and maintain a location to store the material in accordance with Section O1
66 00.
1.10 FIELD [SITE] CONDITIONS [NOT USED]
1.11 WARRANTY [NOT USED]
30 PART 2 - PRODUCTS
31 2.1 OWNER-FURNISHED [NOT USED]
32
33
34
35
36
2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS
A. Manufacturers
1. Only the manufacturers as listed on the City's Standard Products List will be
considered as shown in Section O1 60 00.
a. The manufacturer must comply with this Specification and related Sections.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised Apri126, 2013
33 31 50 - 7
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 7 of 10
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
2. Any product that is not listed on the Standard Products List is considered a
substitution and shall be submitted in accordance with Section O1 25 00.
3. The services and appurtenances shall be new and the product of a manufacturer
regularly engaged in the manufacturing of services and appurtenances having
similar service and size.
B. Materials/Design Criteria
1. Service Line and Fittings (including tee connections)
a. PVC pipe and fittings on public property shall be in accordance with Section 33
31 20.
b. PVC pipe and fittings on private property shall be Schedule 40 in accordance
with ASTM D1785.
c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance
with Section 33 11 10 and Section 33 11 11.
2. Service saddle
a. Service saddles shall only be allowed when connecting a new seroice to an
existing sanitary sewer main and shall:
1) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with
neoprene gasket for seal against main
2) Use saddle to fit outside diameter of main
3) Use saddle with grooves to retain band clamps
4) Use at least 2 stainless steel band clamps for securing saddles to the main
b. Inserta tees service connections may not be used.
3. Cleanout
a. Cleanout stack material should be in accordance with City Standard Details or
as shown on Drawings.
b. For paved areas, provide a cast iron cleanout and cast iron lid.
c. For unpaved areas, provide PVC cleanout and polyethylene lid.
4. Coupling
a. For connections between new PVC pipe stub out and existing service line, use
rubber sleeve couplings with stainless steel double-band repair sleeves to
connect to the line.
32 2.3 ACCESSORIES [NOT U5ED]
33 2.4 SOURCE QUALITY CONTROL [NOT USED]
34 PART 3- EXECUTION [NOT USED]
35 3.1 INSTALLERS
36 A. A licensed plumber is required for installations of the service line on private property.
37 3.2 EXAMINATION [NOT USED]
38 3.3 PREPARATION [NOT USED]
39 3.4 INSTALLATION
40 A. General
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised Apri126, 2013
333150-8
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 8 of 10
1 1. Install service line, fittings and cleanout as specified herein, as specified in Section
2 33 OS 10 and in accordance with the pipe manufacturer's recommendations.
3 B. Handling
4 1. Haul and distribute service lines, fittings and cleanouts at the project site and handle
5 with care to avoid damage.
6 a. Inspect each segment of service line and reject or repair any damaged pipe
7 prior to lowering into the trench.
8 2. Do not handle the pipe in such a way that will damage the pipe.
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. Service Line
L Lay service line at a minimum grade of 2 percent, as shown on City Standard
details, or at lines and grades as indicated in the Drawings.
2. If service line is installed by bore as an alternative to open cut, the cost associated
with open cut installation, such as pavement removal, trenching, embedment and
backfill and pavement patch will not be included as part of the bore installation.
3. Excavate and backfill trenches in accordance with 33 OS 10.
4. Embed PVC Pipe in accordance with 33 OS 10.
D. Cleanout
L Install out of trafiic areas such as driveways, streets and sidewalks whenever
possible.
a. When not possible, install cast iron cleanout stack and cap.
2. Insta112-way cleanout in non-paved areas in accordance with City Standard Details.
3. Insta112-way cleanout in paved areas in accordance with City Standard Details.
E. Service line connection to main
1. New service on new or replacement main
a. Determine location of service connections before main installation so the
service fittings can be installed during main installation.
b. Connect service line to main with a molded or fabricated tee fitting.
2. Reconnection to main after pipe enlargement
a. Tapping the existing main and installing a strap on tee connection may be used.
b. A11ow the new main to recover from imposed stretch before tapping and service
installation.
1) Follow manufacturer's recommendation for the length of time needed.
c. Tap main at 45 degree angle to horizontal when possible.
1) Avoid tapping the top of main.
d. Extend service line from main to property line or easement line before
connecting to the existing service line.
3. New service on existing main
a. Connect service line to main with a molded or fabricated tee fitting if possible.
b. Tapping the existing main and installing a strap on tee connection may be used.
F. Private Service Relocation
1. Requirements for the relocation of service line on private property
a. A licensed plumber must be used to install service line on private property.
b. Obtain permit from the Development Department for work on private property.
c. Pay for any inspection or permit fees associated with work on private property.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised Apri126, 2013
33 31 50 - 9
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 9 of 10
1
2
3
4
5
6
7
8
d. Verify (by Exploratory Excavation of Existing Utilities) the elevations at the
building cleanout and compare to data on the Drawings before beginning
service installation.
e. Submit elevation information to the City inspector.
£ Verify that the 2 percent slope installation requirement can be met.
1) If the 2 percent slope cannot be met, verify with the Engineer that line may
be installed at the lesser slope.
3.5 REPAIR / RESTORATION [NOT USED]
9 3.6 RE-INSTALLATION
10 A. Service Relocation
11 1. All relocations that are not installed as designed or fail to meet the City code shall
12 be reinstalled at the Contractor's expense.
13 3.7 FIELD QUALITY CONTROL
14 A. Inspections
15 1. Private property service line requires approval by the City plumbing inspector
16 before final acceptance.
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]
21 312 PROTECTION [NOT USED]
22
23
24
25
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
DATE NAME
Revision Log
SUMMARY OF CHANGE
Throughout — Deep Sewer Service was removed
1.2 — Measurement and Payment Items were revised to include relocation and
12/20/2012 D. Johnson reconnection; Blue text was added for guidance in applying the bid Items; Price bid
lists revised to include clean-out caps, pads and surface restoration.
Added the phrase `, including grass' to lines;
Part 1, 1.2.A.1.c.9, Partl, 1.2.A.2.c.9, Part 1,1.2.A.S.c.8, Partl, 1.2.A.6.c.4
2/13/2013 F. Griffin Added the phrase `- surface restoration, including grass' to lines;
Part 1, 1.2.A.4.a11, Part 1, 1.2.A.7.10
Removed the phrase `sunounding 2-way cleanout' from lines;
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised Apri126, 2013
33 31 50 - 10
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 10 of 10
Part 1, 1.2.A.1.c.9, Part 1, 1.2.A.2.c.9, Part 1, 1.2.A.6.c.4
Revised lines with `including grass' replacing with `excluding grass (seeding,
sodding or hydromulching paid separately)'
4/26/2013 F. Griffm Included in Part 1, 1.2, A, 1, c, 9; Part 1, 1.2, A, 2, c, 9; Part 1, 1.2, A, 4, c, 11; Part 1,
1.2, A, 5, c, 8; Part 1, 1.2, A, 6, c, 4; Part 1, 1.2, A, 7, c, 10
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised Apri126, 2013
33 39 20 - 1
PRECAST CONCRETE MANHOLE
Page 1 of 7
1
2
3
4 PART1- GENERAL
5 1.1 SUMMARY
SECTION 33 39 20
PRECAST CONCRETE MANHOLE
6 A. Section Includes:
7 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast
8 Concrete Manholes
9 B. Deviations from this City of Fort Worth Standard Specification
10 1. None.
11
12
13
14
15
16
17
18
19
20
21
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 03 30 00 — Cast-in-Place Concrete
4. Section 03 80 00 — Modifications to Existing Concrete Structures
5. Section 33 O1 30 — Sewer and Manhole Testing
6. Section 33 OS 13 — Frame, Cover, and Grade Rings
7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures
8. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill
22 1.2 PRICE AND PAYMENT PROCEDURES
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Measurement and Payment
1. Manhole
a. Measurement
1) Measurement for this Item shall be per each concrete manhole installed.
b. Payment
1) The wark performed and the materials furnished in accordance with this
Item shall be paid for at the unit price bid per each "Manhole" installed for:
a) Various sizes
b) Various types
c. The price bid will include:
1) Manhole structure complete in place
2) Excavation
3) Forms
4) Reinforcing steel (if required)
5) Concrete
6) Backfill (except where imported CSS/CLSM is required around manhole in
construction drawings)
7) Foundation
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 13, 2024
333920-2
PRECAST CONCRETE MANHOLE
Page 2 of 7
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
8) Drop pipe
9) Stubs
10) Frame
11) Cover
12) Grade rings
13) Pipe connections
14) Pavement removal
15) Hauling
16) Disposal of excess material
17) Placement and compaction of backfill
18) Clean-up
Extra Depth Manhole
a. Measurement
1) Measurement for added depth beyond 6 feet will be per vertical foot,
measured to the nearest 1/10 foot.
b. Payment
1) The wark performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per vertical foot for "Extra Depth Manhole" specified for:
a) Various sizes
c. The price bid will include:
1) Manhole structure complete in place
2) Excavation
3) Forms
4) Reinforcing steel (if required)
5) Concrete
6) Backfill
7) Foundation
8) Drop pipe
9) Stubs
10) Frame
11) Cover
12) Grade rings
13) Pipe connections
14) Pavement removal
15) Hauling
16) Disposal of excess material
17) Placement and compaction of backf'ill
18) Clean-up
Imported Embedment/Backfill - CSS/CLSM
a. Measurement
1) Measured by the cubic yard as delivered to the site and recorded by truck
ticket provided to the City
b. Payment
1) Imported CSS/CLSM backfill around manholes/junction boxes sha11 be
paid when the following conditions exist:
a) When depths are 15 feet and greater/under existing or future pavement
b) When working in redevelopment areas where work is required in
constrained spaces
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 13, 2024
333920-3
PRECAST CONCRETE MANHOLE
Page 3 of 7
1
2
3
4
5
6
7
8
9
10
11
c) When required in the Construction Drawings
The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per cubic yard of "Imported EmbedmentlBackf"ill, CSS" or
"Imported Embedment/Backfill, CLSM" for material placed in areas
around manholes/junction boxes.
12 1.3 REFERENCES
13 A. Definitions
14 L Manhole Type
15 a. Standard Manhole (See City Standard Details)
16 1) Greater than 4 feet deep up to 6 feet deep
17 b. Standard Drop Manhole (See City Standard Details)
18 1) Same as Standard Manhole with external drop connection(s)
19 c. Type "A" Manhole (See City Standard Details)
20 1) Manhole set on a reinforced concrete block placed around 39-inch and
21 larger sewer pipe.
22 d. Shallow Manhole (See City Standard Details)
23 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller
24 than 39-inch
25 2. Manhole Size
26 a. 4 foot diameter
27 1) Used with pipe ranging from 8-inch to 15-inch
28 b. 5 foot diameter
29 1) Used with pipe ranging from 18-inch to 36-inch
30 2) See specific manhole design on Drawings for pipes larger than 36-inch.
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
B. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. ASTM International (ASTM):
a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using
Rubber Gaskets
b. C478, Standard Speciiication for Precast Reinforced Concrete Manhole
Sections.
c. C923, Standard Specification for Resilient Connectors Between Reinforced
Concrete Manholes Structures, Pipes, and Laterals.
d. D1187, Standard Specification far Asphalt-Base Emulsion for Use as Protective
Coatings for Metal
e. D1227, Standard Specification for Emulsifed Asphalt Used as a Protective
Coating for Roofing
K��Z.`�:/.1
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 13, 2024
333920-4
PRECAST CONCRETE MANHOLE
Page 4 of 7
1 a. Occupational Safery and Health Administration CFR 29, Part 1926-Safety
2 Regulations for Construction, Subpart P- Excavations
3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
4 1.5 SUBMITTALS
5 A. Submittals shall be in accordance with Section O1 33 00.
6 B. All submittals shall be approved by the City prior to delivery.
7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
8 A. Product Data
9 1. Precast Concrete Manhole
10 2. Drop connection materials
ll 3. Pipe connections at manhole walls
12 4. Stubs and stub plugs
13 5. Admixtures
14 6. Concrete Mix Design
15 1.7 CLOSEOUT SUBMITTALS [NOT USED]
16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
17 1.9 QUALITY ASSURANCE [NOT USED]
18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
19 l.11 FIELD [SITE] CONDITIONS [NOT USED]
20 112 WARRANTY
21 A. Manufacturer Warranty
22 L Manufacturer's Warranty shall be in accordance with Division 1.
23 PART 2 - PRODUCTS
24 2.1 OWNER-FURNISHED �ox] OWNER-SUPPLIED PRODUCTS [NOT USED]
25 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
26
27
28
29
30
31
32
33
34
35
A. Manufacturers
1. Only the manufacturers as listed on the City's Standard Products List will be
considered as shown in Section O1 60 00.
a. The manufacturer must comply with this Specification and related Sections.
2. Any product that is not listed on the Standard Products List is considered a
substitution and shall be submitted in accordance with Section 01 25 00.
B. Materials
1. Precast Reinfarced Concrete Sections — Conform to ASTM C478.
2. Precast Joints
a. Provide gasketed joints in accordance with ASTM C443.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans IPRC
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 24-0169
Revised December 13, 2024
333920-5
PRECAST CONCRETE MANHOLE
Page 5 of 7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
3.
4.
5.
6.
7.
b. Minimize number of segments.
c. Use long joints at the bottom and shorter joints toward the top.
d. Include manufacturer's stamp on each section.
Lifting Devices
a. Manhole sections and cones may be furnished with lift lugs or lift holes.
1) If lift lugs are provided, place 180 degrees apart.
2) If lift holes are provided, place 180 degrees apart and grout during manhole
installation.
Frame and Cover — Conform to Section 33 OS 13.
Backfill — CSS/CLSM (when required in construction Drawings) — Conform to
Section 33 OS 10.
Grade Ring — Conform to Section 33 OS 13 and ASTM C478.
Pipe Connections
a. Utilize either an integrally cast embedded pipe connector or a boot-type
connector installed in a circular block out opening conforming to ASTM C923.
16 8. Steps
17 a. No steps are allowed.
18 9. Interior Coating ar Liner — Conform to Section 33 39 60.
19 10. Exterior Coating
20 a. Coat with non-fibered asphaltic emulsion in accordance with ASTM Dl 187
21 Type I and ASTM D1227 Type III Class I.
22 2.3 ACCESSORIES [NOT USED]
23 2.4 SOURCE QUALITY CONTROL [NOT USED]
24 PART 3 - EXECUTION
25 31 INSTALLERS [NOT USED]
26 3.2 EXAMINATION
27 A. Evaluation and Assessment
28 1. Verify lines and grades are in accordance to the Drawings.
29 3.3 PREPARATION
30 A. Foundation Preparation
31 1. Excavate 8 inches below manhole foundation.
32 2. Replace excavated soil with coarse aggregate; creating a stable base for manhole
33 construction.
34 a. If soil conditions or ground water prevent use of coarse aggregate base a 2-inch
35 mud slab may be substituted.
36 3.4 INSTALLATION
37 A. Manhole
38 1. Construct manhole to dimensions shown on Drawings.
39 2. Precast Sections
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 13, 2024
333920-6
PRECAST CONCRETE MANHOLE
Page 6 of 7
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
:
C.
a. Provide bell-and-spigot design incorporating a premolded joint sealing
compound for wastewater use.
b. Clean bell spigot and gaskets, lubricate and join.
c. Minimize number of segments.
d. Use long joints used at the bottom and shorter joints toward the top.
Invert
1. Construct invert channels to provide a smooth waterway with no disruption of flow
at pipe-manhole connections.
2. For direction changes of mains, construct channels tangent to mains with maximum
possible radius of curvature.
a. Provide curves for side inlets.
3. For all standard manholes provide full depth invert.
4. For example, if 8-inch pipe in connected to manhole construct the invert to fu118
inches in depth.
Drop Manhole Connection
1. Install drop connection when sewer line enters manhole higher than 24 inches
above the invert.
D. Final Rim Elevation
1. Install concrete grade rings for height adjustment.
a. Construct grade ring on load bearing shoulder of manhole.
b. Use sealant between rings as shown on Drawings.
2. Set frame on top of manhole or grade rings using continuous water sealant.
3. Remove debris, stones and dirt to ensure a watertight seal.
4. Do not use steel shims, wood, stones or other unspecified material to obtain the
final surface elevation of the manhole frame.
E. Internal coating
1. Internal coating application will conform to Section 33 39 60, if required by
Drawings.
F
C�'J
External coating
1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of
the coating.
2. Cure manhole for 3 days before backfilling around the structure.
3. Application will follow manufacturer's recommendation.
Modifications and Pipe Penetrations
1. Conform to Section 03 80 00.
36 3.5 REPAIR / RESTORATION [NOT USED]
37 3.6 RE-INSTALLATION [NOT USED]
38 3.7 FIELD QUALITY CONTROL
39 A. Field Tests and Inspections
40 1. Perform vacuum test in accordance with Section 33 O1 30.
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 13, 2024
333920-7
PRECAST CONCRETE MANHOLE
Page 7 of 7
1 3.8 SYSTEM STARTUP [NOT USED]
2 3.9 ADJUSTING [NOT USED]
3 3.10 CLEANING [NOT USED]
4 3.11 CLOSEOUT ACTIVITIES [NOT USED]
5 3.12 PROTECTION [NOT USED]
6 3.13 MAINTENANCE [NOT USED]
7 3.14 ATTACHMENTS [NOT USED]
E:3
0
DATE NAME
END OF SECTION
Revision Log
SUMMARY OF CHANGE
1.1.A1 — Modified to include precast manholes for water and reclaimed water
applications
12/20/2012 D. Johnson 1.3.B.2 —Modified to include ASTM C443, D1187 and D1227 as references
2.2.B.1-3 — Modified in accordance with new ASTM references
2.2.B.10 — Modified in accordance with new ASTM references
1.1 C. — Referenced 33 OS 10
1.2 A. Revised to add pay item when imported CSS/LSM is required in Construction
Drawings
12/13/2024 M Owen 1.3 B. — Updated reference standards
2.2 B. — Referenced 33 OS 10 for import CSS/CLSM material if required in
Construction Drawings
3.3 A. 2. — Corrected typo - coarse
C1TY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised December 13, 2024
33 39 60 -1
LINERS FOR SANITARY SEWER STRUCTURES
Page 1 of 12
2
SECTION 33 39 60
LINERS FOR SANITARY SEWER STRUCTURES
3 PART1- GENERAL
4 1.1 SUMIVIARY
5 A. Section Includes:
6 1
7
8
9
10
11 2
12
13
14 3
15
16
17
1. None.
18 C. Related Specification Sections include but are not necessarily limited to:
19 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
20 Contrac t
21 2. Division 1— General Requirements
22 3. Section 33 O1 30 — Sewer and Manhole Testing
23 1.2 PRICE AND PAYMENT PROCEDURFS
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
Application of a high-build epoxy coating system (or modifiedpolymer liner
system, i.e. SpectraShield) to concrete utility structures such as manholes, lift
station wet wells, junction boxes or other concrete facilities that may need
protection from corrosive materials. This covers rehabilitation of existing sanitary
sewer structures and newly installed sanitary sewer structures.
For sanitary sewer mains 8-inch diameter and larger, use of a structural liner
system, Warren Environmental System 301, ARC S 1 HB by A. W. Chesterton
Company, is acceptable.
For sanitary sewer mains 8-inch diameter and smaller, and less than 6-feet in depth,
use of a liner system, SpectraShield, is acceptable.
B. Deviations from this City of Fort Worth Standard Specific ation
A. Measurement and Payment
Manholes
a. Measurement
1) Measurement for this Item shallbe per vertical foot of coating as measured
from 2-inches below the bottom of the removable cover (not frame) to the top
of the bench. This includes lining of all exposed concrete, the bench and
invert, thru the use of flow control devices (i.e. temporary plugs, sand
bags), to temporarily block f1ow. However, as a last resort and with prior
written approval from Water Field Operations, if the flow cannot be
blocked temporarily, then the lining would stop 3-inches from the edge of
the water in the pipe. This item covers the total vertical footage for the
specific bid items of various manhole sizes (i.e. 4 foot diameter, 5 foot
diameter, Specific Manhole Designs for lines larger than 36-inch, etc.) and
specific types (Standard Manhole, Drop Manhole, Type "A" Manhole,
Shallow Manhole, including additional depth beyond 6 foot).
b. Payment
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised April 29, 2021
33 39 60 - 2
LINERS FOR SANITARY SEWER STRUCTURES
Page 2 of 12
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
2
1) The workperformed, and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per vertical foot of "Manhole Liner" applied.
c. The price bid shall include:
1) Removal ofroots
2) Removal of existing coatings
3) Eliminating any leaks
4) Removal of steps
5) Repair/seal connection of the existing frame to chimney
6) Repairs of any cracks in the existing structure chimney, corbel (cone), wall,
bench, including any replacement of damaged rebar, pipe
7) Surface cleaning
8) Furnishing and installing Liner as specified by the Drawings
9) Hauling
10) Disposal of excess material
11) Site Clean-up
12) Manhole and Invert Cleaning
13) Testing
14) Re-Testing
Non-Manhole Structures
a. Measurement
1) Measurement for this Item shallbe per square foot of area where the
coating is applied.
b. Payment
1) The wark performed, and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the unit
price bid per square foot of "Structure Liner" applied.
c. The price bid shall include:
1) Removal of roots
2) Removal of existing coatings
3) Eliminating any leaks
4) Removal of steps
5) Repair/seal connection of the existing frame to chimney
6) Repairs of any cracks in the existing structure chimney, corbel (cone), wall,
bench, including any replacement of damaged rebar, pipe
7) Surface cleaning
8) Furnishing and installing Liner as specified by the Drawings
9) Hauling
10) Disposal of excess material
11) Site Clean-up
12) Manhole and Invert Cleaning
13) Testing
14) Re-Testing
44 1.3 RF.F'ERENC ES
45 A. Reference Standards
46 1. Reference standards cited in this Specification refer to the current reference
47 standard published at the time of the latest revision date logged at the end of this
48 Specification, unless a date is specifically cited.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised April 29, 2021
33 39 60 -3
LINERS FOR SANITARY SEWER STRUCTURES
Page 3 of 12
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
2. ASTM International (ASTM):
a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical
Reagents.
b. D638, Standard Test Method for Tensile Properties of Plastics.
c. D695, Standard Test Method for Compressive Properties of Rigid Plastics.
d. D790, Standard Test Methods for Flexural Properties of Unreinforc ed and
Reinforced Plastics and Electrical Insulating Materials.
e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by
the Taber Abraser.
f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch
Gages.
g. D7234, Stand Test Method for Pull-Off Adhesion strength of Coatings on
Concrete Using Portable Pull-Off Adhesion Testers.
3. Environmental Protection Agency (EPA).
4. NACE International (NACL�. Published standards from the National
Association of Corrosion Engineers
5. Occupational Safety and Health Administration (OSHA). Employ a trench
safety system in accordance with Section
6. Resource Conservation and Recovery Act, (RCRA).
7. The Society for Protective Coatings/NACE International (SSPC/NACE):
a. SP 13/NACE No. 6, Surface Preparation of Concrete. This includes
monitoring for hydrogen sulfide, methane, or low oxygen. Also includes
flow control equipment. Surface preparation equipment may include high
pressure water cleaning (3500 psi) and shall be suited to provide a surface
compatible for installation of the liner system. Surface preparation shall
produce a clean, abraded, and sound surface, with no evidence of loose
concrete, loose brick, loose mortar, oil, grease, rust, scale, other
contaminants or debris, and shall display a surface profile suitable for
application of the liner system.
b. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on
Conductive Substrates
32 1.4 ADMINISTRATTVE REQUIREMENTS [NOT USED]
33 1.5 SUBMITTALS
34 A. Submittals shall be in accordance with Section O1 33 00.
35 B. All submittals shall be approved by the City prior to delivery.
36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
37
38
39
40
41
42
43
44
A. Product Data
1. Technical data sheet on each product used
2. Material Safety Data Sheet (MSDS) for each product used
3. Copies of independent testing performed on the coating product indicating the
product meets the requirements as specified herein
4. Technical data sheet and project specific data for repair materials to be topcoated
with the coating product including application, cure time and surface preparation
procedures
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised April 29, 2021
33 39 60 -4
LINERS FOR SANITARY SEWER STRUCTURES
Page 4 of 12
1 5. Material and method for repair of leaks or cracks in the structure. This
2 applies to repair work on both existing structures, manholes and new installed
3 manholes (including Developer projects) that have been identified with cracks,
4 voids, signs of infiltration, other structural defects or other related
5 construction damage.
6 B. Contractor Data
7 1. Current documentation from coating product manufacturer certifying Contractor's
8 training (and/or licensed) as an approved installer and equipment complies with the
9 Quality Assurancerequirements specifiedherein
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
2. 5 recent references of Contractor indicating successful application of coating
product(s) ofthe same materialtype as specified herein, applied by spray
application within the municipal wastewater environment. References shall include
at least the following: owner name, City inspector name and phone number, project
name/number, size and linear footage of sanitary sewer main, manhole diameter,
structure dimensions and number of each, square feet (or vertical feet) of product
installed, contract cost, and contract duration. Contractormustdemonstrate a
successful history of installing the product in structures of similar size and scope
and update this each time the contractor applies for and renews its Prequalification
for the Water Department.
3. For Developer Projects — at the time of Contractor selection, the
Prequalif'ication Statement, Section 00 4512 shall be submitted to the City,
clearly indicating the contractor prequalified for installation of
structure/manhole liner. No other bid submittals shall be accepted that
include lining contractors whose prequalification term has expired or is not on
the active contractor list at the time of Contractor selection. If the submitted
forms for this project not acceptable, the City will refer to the current active
contractor prequalification list, andthe Contractor shall select the appropriate
manhole lining subcontractor based on the project scope of work. The
Contractor shall then provide the revisedPrequalification Statement Section
00 4512 for review and acceptance.
31 4. This Specification (along with the CCTV Specification) andthe associated
32 submittals including the work plan, QA/QC, testing, closeout documents, etc.
33 shall be discussed as part of the Pre-Construction Agenda for each project
34 (Developer projects included).
35 5. For any project, Developer projects included - If the Contractor proceeds with
36 application of an unapproved lining product and/or using an unqualified
37 subcontractor for lining, the City shall recommend either repair and/or
38 removal of any defecfive lining material and have the Contractor select an
39
40
approved subcontractor that can apply the approved lining materials. This
work shall be at no additional cost to the City.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised April 29, 2021
33 39 60 - 5
LINERS FOR SANITARY SEWER STRUCTURES
Page 5 of 12
4
10
11
12
13
14
15
16
17
18
19
20
21
22
6. Schedule and Sequence of Construction— Considering this is a specialized
installation performedby only certified applicators, the schedule for this work
has a lead time that shall be included in the Contractor's schedule. If the
Contractor does not provide written notification and/or fails to schedule the
subcontractor in advance, the City shall not be responsible for any additional
costs and/or delays caused by the Contractor. Contractor shall provide the
updated construction schedule and work plan (including manhole preparation,
repairs, lining, testing, etc.) in accordance with Section 013216 at least 1 week
prior to start of lining activities to the City Inspector, City Project Manager,
Water Field Operations, and Water Capital Projects. Equipment shall be on-
site andin working order for the testing. Ifthe Contractor is unable to have
equipment ready for testing, the test date shall be rescheduled accordingly
with the Inspector. The updated construction schedule shall clearlyindicate
all related construction activities at the manholes before and after lining. All
paving activities, including any final grade adjustments for manholes outside
pavement, shall be completed before Contractor begins lining work. After
liner installation, Contractor shall wait a minimum of 48 hours to allowthe
liner material to fully cure before returning the system to normal service.
CCTV per Section 33 0131 shall be scheduled after the lining has been
completed to document and confirm the manholes have been lined.
1.7 CLOSEOUT SUBMITTALS
A. Testing Documentation
23 1. Provide test results required in Section 2.4 and Section 3.7 to City.
24 a. Include the following manhole or structure location information:
25 1) FYisting sanitary sewer main/lateral number. For Developer Projects,
26 provide proposed sanitary sewer line number as designated on the plans
27 and provide the existing sanitary sewer main/lateral number at
28 connection to the existing manhole (if applicable).
29 2) Station number
30 3) GIS ID number (if provided during construction).
31 b. Inspection report of each manhole/structure tested (See attached sample
32 reports to be used for Wet Film Thickness, Manhole Holiday/Spark
33 Detection, and Manhole Adhesion Test).
34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
35
36
1.9 QUALITY ASSURANCE
A. Qualifications
37 1. Contractor
38 a. Be trained by, or have training approved and certified by, the coating product
39 manufacturer for the handling, mv�ing, application and inspection of the coating
40 product(s) to be used as specified herein
41 b. Initiate and enforce quality controlprocedures consistent with the coating
42 product(s) manufacturerrecommendations and applicable NACE or SSPC
43 standards as referenced herein
44 1.10 DELIVERY, STORAGE, AND HANDLING
45 A. Keep materials dry, protected from weather and stored under cover.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised April 29, 2021
33 39 60 - 6
LINERS FOR SANITARY SEWER STRUCTURES
Page 6 of 12
B. Store coating materials between 50 degrees F and 90 degrees F.
2
3
4
5
6
7
C. Do not store near flame, heat or strong oxidants.
D. Handle coating materials according to their material safety data sheets.
1.11 FIELD [SITE] CONDITIONS
A. Provide confined space entry, flow diversion and/or bypass plans as necessary to
perform the specified work. Active flows shall be diverted with flow through plugs as
required to ensure that flow is maintained off the surfaces to be lined.
8 1.12 WARRANTY
9 A. Contractor Warranty
10 1. Contractor's Warranty shallbe in accordance with Division 0.
11 PART 2 - PRODUCTS
12 2.1 OWNER-FLJRPIISHED �ox] OWNER-SUPPLIED PRODUCTS [NOT USED]
13 2.2 EQiTIPMENT, PRODUCT TYPES, MATERIALS
14 A. Repair and Resurfacing Products
15 1. Compatible with the specified coating product(s) in order to bond effectively, thus
16 forming a composite system
17 2. Used and applied in accordance with the manufacturer's recommendations
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
3. The repair and resurfacing products mustmeet the following:
a. 100 percent solids, solvent-free epoxy grout specifically formulated for epoxy
topcoating compatibility
b. Factory blended, rapid setting, high early strength, fiber reinforced, non-shrink
repair mortar that can be toweled or pneumatically spray applied and
specifically formulated to be suitable for topcoating with the specified coating
productused
B. Coating Product
1. Capable of bemg mstalled and curmg properly within a manhole or concrete utility
environment
2. Resistant to all forms of chemical or bacteriological attack found in municipal
sanitary sewer systems; and, capable of adhering to typicalmanhole structure
substrates
3. The 100 percent solids, solvent-free ultra high-build epoxy system shall exhibit the
following characteristics:
a. Application Temperature— 50 degrees F, minimum
b. Thickness —125 mils minimum for newly installed structures; 250 mils
minimum for rehabilitation of existing structures (Warren Environmental
System 301, ARC S1HB by A.W. Chesterton Company)
c. Color — White, Light Blue, or Beige
d. Compressive Strength (per ASTM D695) — 8,800 psi minimum
e. Tensile Strength (per ASTM D638) — 7,500 psi minimum
f. Hardness, Shore D(per ASTM D4541) —70 minimum
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised April 29, 2021
33 39 60 - 7
LINERS FOR SANITARY SEWER STRUCTURES
Page 7 of 12
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
0
g. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) — 80 mg loss
maxunum
h. Flexural Modulus (per ASTM D790) — 400,000 psi minimum
i. Flexural Strength (per ASTM D790) —12,000 psi minimum
j. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete)
failure
k. Chemical Resistance (per ASTM D543/G20) all types of service for:
1) M nicipal sanitary sewer environment
2) Sulfuric acid, 70 percent
3) Sodium hydroxide, 20 percent
Or, the multi-layer modified polyurea and polyurethane shall exhibit the following
characteristics:
a. Application Temperature-50 degrees F, minimum
b. Thickness — 500 mils minimum (SpectraShield)
c. M isture Barrier and Final Corrosion Barrier
1) Color — Pink
2) Tensile Strength (per ASTM D412) — 2550 psi minimum
3) Hardness, Shore D(per ASTM D2240) — 56 minimum
4) Abrasion Resistance (per ASTM D4060) — 20 mg loss maximum
5) Percent Elongation (per ASTM D412) — 269
d. Surfacer
1) Compressive Strength (per ASTM D1621) — 100 psiminimum
2) Density (per ASTM D1622) — 5 Ibs/cu ft minimum
3) Shear Strength (per ASTM C273) — 230 psi minimum
4) Closed Cell Content (per ASTM D1940) —>95%
26 C. Coating Application Equipment
27 1. M nufacturer approved heated plural component spray equipment
28 2. Hard to reach areas, primer application and touch-up may be performed using hand
29 tools.
30 3. Applicator shall use approved specialty equipment that is adequate in size, capacity,
31 and number sufficient to accomplish the wark in a timely manner.
32 2.3 ACCESSORIES [NOT USED]
33 2.4 SOURCE QUALITY CONTROL
34
35
36
37
38
39
40
41
42
43
44
45
46
A. Coating Thickness Testing
1. Film Thickness Testing for epoxy systems
a. Take wet film thickness gauge measurements per ASTM D4414 — Standard
Practice for Measurement of Wet Film Thickness by Notch Gages at 3locations
within the manhole, 2 spaced equally apart along the wall and 1 on the bench.
1) Document and attest measurements and provide to the City using the form
at the end of this specification.
2. Thickness testing for modified polymer liner system
a. Upon installation of the Final Corrosion Barrier insert probe into substrate for
depth of system measurement at 3locations within the manhole, 2 spaced
equally apart along the wall and 1 on the bench.
3. Document all testing results and provide to the City using the form at the end of this
specification.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised April 29, 2021
33 39 60 - 8
LINERS FOR SANITARY SEWER STRUCTURES
Page 8 of 12
B. Non-Conforming Work
2
3
4
5
1. City reserves the right to require additional testing depending on the rate of failure.
2. City will select testing locations.
C. Testing Frequency
1. Projects with 10 or less manholes and/or structures testall.
6 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25
7 percent of manholes and/or structures after the first 10.
8 3. City will select the manholes and/or structures to be tested.
9 PART 3- EXECUTION
10 31 INSTALLERS
11 A. All installers shall be certified applicators approved by the manufacturers. Applicator
12 shall use adequate number of skilled workmen that have been trained and experienced for
13 the approved product.
14
15 3.2 EXAMINATION [NOT USED]
16 3.3 PREPARATION
17 A. M nhole Preparation
18 1. Stop active flows via damming, plugging or diverting as required to ensure all
19 liquids are maintained below or away from the surfaces to be coated.
20 2. M intain temperature of the surface to be coated between 40 and 120 degrees F.
21 3. Shield specified surfaces to a�oid exposure of direct sunlight or other intense heat
22 s ourc e.
23 a. Where varying surface temperatures do exist, coating installation should be
24 scheduled when the temperature is falling versus rising.
25 B. Surface Preparation
26 1. Remove oils, roots, grease, incompatible existing coatings, waxes, formrelease,
27 curing compounds, efflorescence, sealers, salts or other contaminants which may
28 affect the performance and adhesion of the coating to the substrate. Remove any
29 steps found in the structure.
30 2. Remove concrete and/or mortar damagedby corrosion, chemical attack or other
31 means of degradation so that only sound substrate remains.
32 3. Surface preparation method, or combination of inethods, that may be used include
33 high pressure water cleaning, high pressure waterjetting, abrasive blasting,
34 shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and
35 others as described in SSPC SP 13/NACE No. 6.
36 4. All methods used shall be performed in a manner that provides a uniform, sound,
37 clean, neutralized, surface suitable for the specified coating product.
38 5. After completion of surface preparation, inspect for leaks, cracks, holes, exposed
39 rebar, ring and cover condition, invert condition, and inlet/outlet pipe condition.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised April 29, 2021
33 39 60 - 9
LINERS FOR SANITARY SEWER STRUCTURES
Page 9 of 12
4
6
7
10
11
12
13
14
15
16
17
18
19
6. After defects in the structure have been identified, seal cracks, repair exposed rebar
with new rebar to match existing, repair leaks and cracks with grout or other
methods approved by the Manufacturer and the City. All new rebar shall be
embedded in 1'/z inch epoxy mastic. Replace/seal connection between existing
frame and chimney if it is found loose or not attached.
7. The repair materials shallbe trowel or spray appliedby the lining Contractor
utilizing proper equipment on to specified surfaces. The equipment shallbe
specially designed to accurately ratio and apply the specified materials and
shall be regularly maintained and in proper working order. The repair
mortar and epoxy topcoat must share the same epoxy matriY to ensure a
bonded weld. No cementitious repair material, quick setting high strength
concrete with latex or curing agent additives, or quick set mortars will be
allowed. Proper surface preparation procedures must be followed to ensure
adequate bond strength to any surface to be coated. New cement cure time is
at least 30 days prior to coating. The repair materials as specified in this
Section shall apply to both existing structures and new installed structures.
This includes Developer projects, in which new installed structures/manholes
have been identified with either cracks, voids, signs of infiltration, other
structural defects or other related construction damage.
20 3.4 INSTALLATION
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
A. General
1. Perform coating after the sewer line replacement/repairs, grade adjustments and
grouting are complete.
2. Perform application procedures per recommendations ofthe coating product
manufacturer, including environmental controls, product handling, mixing and
applic ation.
B. Temperature
1. Only perform application if surface temperature is between 40 and 120 degrees F.
2. Make no application if freezing is expected to occur inside the manhole within 24
hours after application.
C. Coating
1. Spray apply per manufacturer's recommendation at a minimum film thickness as
noted in Section 2.2.B.
2. Apply coating from bottom of manhole frame to the bench/trough, including the
bench/trough.
3. After walls are coated, remove bench covers and spray bench/trough to at least the
same thickness as the walls.
4. Apply any topcoat or additional coats within the product's recoat window.
a. Additional surface preparation is required if the recoat window is exceeded.
5. Allow a minimum of 48 hours of cure time or be set hard to touch before
reactivating flow.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised April 29, 2021
33 39 60 -10
LINERS FOR SANITARY SEWER STRUCTURES
Page 10 of 12
3.5 REPAIR / RFSTORATION [NOT USED]
2 3.6 R�INSTALLATION [NOT USED]
3 3.7 FIELD QUALITY CONTROL
4
5
6
7
8
9
10
A. Each structure will be visually inspected by the City the same day following the
applic ation.
B. Groundwater infiltration of the system shall be zero.
C. All pipe connections shallbe open and clear.
D. The inspector will check for deficiencies, pinholes, voids, cracks, uncured spots,
delamination, and thin spots. Any deficiencies in the liner shall be marked and repaired
according to the procedures outlined by the Manufacturer.
11 E. If leaks are detected they will be chipped back, plugged and coated immediately with
12 protective epoxy resin coating.
13 L Make repair 24 hours after leak detection.
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
F. Post Installation Coating Tests
1. Wet Fihn Testing
2. Adhesion Testing
a. Adhesion test the liner at a minimum of three locations (cone area, mid-section,
and bottom of the structure). For structures exceeding 6-feet add one additional
test for every additional6-feet. For example: 6-foot manhole — 3 tests. 6-feet, 1-
inch manhole thru 11-feet, 11-inch manhole — 4 tests, 12-foot manhole — 5 tests.
Etc ... Tests performed per ASTM D7234 — Standard Test Method for Pull-Off
Adhesion Strength of Coatings on Concrete Using Portable Pull-0ff Adhesion
Testers.
1) Document and attest all test results repairs made and provide to the City
(see structure/manhole report form for adhesion testing at the end of this
specific ation).
2) The adhesive used to attach the dollies shall have a tensile strength greater
that the liner.
3) Failure of the dolly adhesive is deemed a non-test and requires retesting.
4) All the pull tests shall exceed 300 psi or concrete failure with more than
50% of the subsurface adhered to the coating. If over 1/3rd fail, additional tests
may be required by the City. If additional tests fail the City may require
removal and replacement of the liner at the contractor's expense.
3. Holiday Detection Testing
a. Holiday Detection test the liner per NACE SP0188 — Discontinuity (Holiday)
Testing of New Protective Coatings on Conductive Substrates. Mark all
detected holidays. Repair all holidays in accordance to coating manufacturer's
recommendations.
1) Document and attest all test results repairs made andprovide to the
City (see structure/manhole report for holiday detection testing at the
end of this specification).
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised April 29, 2021
33 39 60 -11
LINERS FOR SANITARY SEWER STRUCTURES
Pagellofl2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
2) For example, the typical testing requirements are 100 volts per mil to
12,500 volts to test 125 m�7s. Contractor shall mark any location that
shows a spark or potential for a pinhole and repair these locations per
manufacturer recommendations.
4. CCTV
a. Post Construction CCTV recordings shall be made after all other testing is
completed, including the repairs that are made to the lining following any test
failures.
b. After liner installation, conduct post-CCTV in accordance with Section 33 O1 31.
Video camera shall be lowered from the top of the manhole to the invert, to video
all lined surfaces, prior to beginning post-CCTV of the main. Payment for this
work is subsidiary to the cost for the post-CCTV of the main.
c. A bonded third-party testing company shallperform the testing.
d. Or Contractor may perform tests if witnessed by representative of the coating
manufacturer. Coating manufacturerrepresentative to provide certification that
Contractor performed tests in accordance with noted standards.
G. Non-Conforming Work
18 1. City reserves the right to require additional testing depending on the rate of failure.
19 2. City will select testing locations.
20 3. Repair all defects according to the manufacturer's recommendations.
21 H. Testing Frequency
22 1. Projects with 10 or less manholes and/or structures test all.
23 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25
24 percent of manholes and/or structures after the first 10.
25 3. City will select the manholes and/or structures to be tested.
26 I. Test manhole for final acceptance according to Section 33 O1 30.
27 3.8 SYSTEM STARTUP [NOT USED]
28 3.9 ADJUSTING [NOT USED]
29 3.10 CLEA1vING [NOT USED]
30 3.11 CLOSEOUT ACTIVITIFS
31
32
33
34
35
36
37
38
A. Provide all test results from testing per Section 2.4 and applicator certifications per
Section 3.1 and in accordance with Section 1.7. In addition, perform vacuum test and
provide results using the test form per Section 33 O1 30, Sewer and Manhole Testing.
B. Upon final completion of the work, the manufacturer and/orthe testing firm will
provide a written certification ofproper application to the City.
C. The certification will confirm that the deficient areas were repaired in accordance with
the procedure set forth in this Specification. The finalreport will detail the location of the
repairs in the structure and description of the repairs. See attached testing forms.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised April 29, 2021
33 39 60 -12
LINERS FOR SANITARY SEWER STRUCTURES
Page 12 of 12
1 3.12 PROTECTION [NOT USED]
2 3.13 MAINTENANCE [NOT USED]
3 3.14 ATTACHIVIENTS [NOT USED]
4
�
IDATE NAME
09-23-2020 J. Kasavich
� 4-21-2021 J. Kasavich
5
IND OF SECTION
Revision Log
SUMMARY OF CHANGE
Further clarification on the sizes and types of manholes under Part 1.2. Removal of
Raven Liningsystem and inclusion of SpectraShield and Warren Environmental
S�stem 301, and ARC S1HB by A.W. Chesterton Company. Additional source
quality controlandfieldquality controltestrequirements. Addedtestingfarmsfor
Wet Film Thickness, Manhole Holiday/Spark Detection, andManhole Adhesion
T est.
Providedminorrevisions to clarify howtestingis to be recorded and order of testing.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IPRC 24-0169
Revised April 29, 2021
POST INSTALLATION
MANHOLE LINER INSPECTION FORM
WET FILM THICKNESS
Company Name:
Address:
Phone #: Cell:
Coating Date:
Project Name:
Contractor:
Owne r:
Thickness of Coating:
Location of Structure:
Line & Station #:
Structure Type: (check one)
Other:
Work:
Crew Leader:
Project #:
MANHOLE INFORMATION
4'DIMH
5'DIMH
6'DIMH
7'DIMH
TYPE A FLDW DIV BOX
TYPE B FLDW DIV BOX
JUNCTION BOX
SPHIPHON ENTRY BOX
METERING STATION
F�RT ��RTH
Wet Film Thickness Measurements
Wet Film Thickness Gauge per ASTM D4414 at 3 Locations Within the Manhole
Two (2) Spaced Equally Apart Along the Wall and One (1) on the Bench
Steps: Yes / No
Structure Material:
Lining Material:
Comments:
�.
MH Depth:
MH Width:
Bench:
MII (Gauge)
Invert (Sprayed)
*If No, Justify
� �-"
Yes / No
125 / 250
Yes / *No
Indicate Measurements on the Diagram Above
POST INSTALLATION
MANHOLE ADHESION TEST FORM
Company Name:
Address:
Phone #: Cell:
Coating Date:
Project Name:
Contractor:
Owner:
Thickness of Epoxy Coating:
Location of Structure:
MANHOLE INFORMATION
Line & Station #:
Structure Type: (check one)
Inspection Date:
Inspection Company:
Inspector Name:
Manhole Depth:
Number of Tests:
Test Results:
�
� Comments:
Work:
Crew Leader:
Project #:
FQRT ��RTH
Other:
4' DI MH TYPE A FLDW DIV BOX
5' DI MH TYPE B FLDW DIV BOX
6' DI MH JUNCTION BOX
7' DI MH SPHIPHON ENTRY BOX
METERING STATION
Adhesion Test Results
(ASTM D7234)
Indicate test locations on drawing
*Non-Manhole Structures may requireadditional sketchesto
indicate testing location for all testingprocedures. Include � � �
additional sketches as needed.
POST INSTALLATION
MANHOLE HOLIDAY/SPARK DETECTION TEST FORM
Company Name:
Address:
Phone #: Cell:
Coating Date:
Project Name:
Contractor:
Owner:
Thickness of Coating:
Location of Structure:
Work:
Crew Leader:
Project #:
FQRT ��RTH
MANHOLE INFORMATION
Line & Station #:
Structure Type: (check one)
Liner Material:
Spark Tester Serial #:
Voltage Setting:
Inspection Date:
Inspection Company:
Inspector Name:
Repair Date:
Comments:
Othe r:
4' DI MH TYPE A FLDW DIV BOX
5' DI MH TYPE B FLDW DIV BOX
6' DI MH JUNCTION BOX
7' DI MH SPHIPHON ENTRY BOX
METERING STATION
Holiday Detection Test Results
(NACE SP0188)
Indicate defect locations on drawing
! � �
*Non-Manhole Structures may requireadditional sketchesto
indicate testing location for all testingprocedures. Include
additional sketches as needed.
POST INSTALLATION
MANHOLE VACUUM TEST FORM
Company Name:
Address:
Phone #: Cell:
Coating Date:
Project Name:
Contractor:
Owner:
Indicate Pass/Fail:
Location of Structure:
Manhole Pour or Placement Date:
Line & Station #:
Structure Type: (check one)
Inspection Date:
Inspection Company:
Inspector Name:
Repair Date:
Repair Location:
Type of Repair:
Repair Materials:
Comments:
Work:
Crew Leader:
Project #:
Othe r:
4' DI MH TYPE A FLDW DIV BOX
5' DI MH TYPE B FLDW DIV BOX
6' DI MH JUNCTION BOX
7' DI MH SPHIPHON ENTRY BOX
METERING STATION
Vacuum Test Results
F�RT ��RTH
Repair Locations
�
34 71 13 -1
TRAFFIC CONTROL
Page 1 of 6
1
2
3 PART1- GENERAL
SECTION 34 71 13
TRAFFIC CONTROL
4 1.1 SUMIVIARY
5 A. Section Includes:
6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans
7 B. Deviations from this City of Fort Worth Standard Specific ation
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
ll 2. Division 1— General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
A. Measurement and Payment
L Installation ofTraffic ControlDevices
a. Measurement
1) Measurement for Traffic Control Devices shall be per month for the Project
duration.
a) A month is defined as 30 calendar days.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid for "Traffic Control".
c. The price bid shall include:
1) Traffic Control implementation
2) Installation
3) Maintenance
4) Adjustments
5) Replacements
6) Removal
7) Police assistance during peak hours
2. Portable Message Signs
a. Measurement
1) Measurement for this Item shallbe per week for the duration of use.
b. Payment
1) The work performed and materials furnished in accordance to this Item and
measured as provided under "Measurement" shall be paid for at the unit
price bid per week for "Portable Message Sign" rental.
c. The price bid shall include:
1) Delivery of Portable Message Sign to Site
2) Message updating
3) Sign movement throughout construction
4) Return of the Portable Message Sign post-construction
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised March 22, 2021
34 71 13 - 2
TRAFFIC CONTROL
Page 2 of 6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
A. General
15 1.3 RF.F'ERENC ES
16 A. Reference Standards
17 1
18
19
20 2
21 3
22
23
3. Preparation of Traffic Control Plan Details
a. Measurement
1) Measurement for this Item be per eac h Traffic Control Detail prepared.
b. Payment
1) The workperformed and materials furnished in accordance with this Item
shall be paid for at the unit price bid per each "Traffic Control Detail"
prepared.
c. The price bid shall include:
1) Preparing the Traffic ControlPlan Details for closures of 24 hours or
longer
2) Adherence to City and Texas Manual on Uniform Traffic Control Devices
(TMUTCD)
3) Obtaining the signature and seal of a licensed Texas Professional Engineer
4) Incorporation of City comments
Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
Texas Manual on Uniform Traffic Control Devices (TMUTCD).
Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of
Transportation, Standard Specifications for Construction and Maintenance of
Highways, Streets, and Bridges.
24 1.4 ADMI1vISTRATIVE REQLTIRIIVIENTS
25
26
27
28
29
1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to
implementing Traffic Control within 500 feet of a traffic signal.
30 C. Sequencing
31 1. Any deviations to the Traffic ControlPlan included in the Drawings must be first
32 approved by the City and design Engineer before implementation.
33 1.5 SUBMITTALS
34 A. Provide the City with a current list of qualified flaggers before beginning flagging
35 activities. Use only flaggers on the qualified list.
36 B. Obtain a Street Use Permit from the TPW Department's Transportation Division. The
37 Traffic ControlPlan (TCP) for the Project shallbe as detailed on the Traffic Control
38 Plan Detail sheets of the Drawing set. Acopy of this Traffic ControlPlan shallbe
39 submitted with the Street Use Permit.
40 C. Traffic ControlPlans shall be signed and sealed by a licensed Texas Professional
41 Engineer.
1. Contractor shall mmimize lane closures and impact to vehicular/pedestrian traffic.
B. Coordination
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised March 22, 2021
34 71 13 - 3
TRAFFIC CONTROL
Page 3 of 6
1
2
3
4
5
6
7
8
9
10
D. Contractor shall prepare Traffic Control Plans if required by the Drawings or
Specifications. The Contractor willbe responsible for having a licensed Texas
Professional Engineer sign and seal the Traffic ControlPlan sheets.Atraffic control
"Typical" published by City of Fort Worth, the Texas Manual Unified Traffic Control
Devices (TMUTCD) or Texas Department of Transportation (TxDOT) can be used as
an alternative to preparing project/site specific traffic controlplan if the typical is
applicable to the specific project/site.
E. Lane closures 24 hours or longer shallrequire a site-specific traffic controlplan.
F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal
changes to the Traffic Control Plan(s) developed by the Design Engineer.
ll 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
12 1.7 CLOSEOUT SUBMITTALS [NOT USED]
13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
14 1.9 QUALITY ASSLJRANCE [NOT USED]
15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
�
17
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
18 PART 2 - PRODUCTS
19
20
2.1 OWNER-FLJRNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT IISID]
2.2 ASSEMBLIFS AND MATERIALS
21 A. Description
22 1. Regulatory Requirements
23 a. Provide Traffic Control Devices that conform to details shown on the
24 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control
25 Device List (CWZTCDL).
26 2. Materials
27 a. Traffic ControlDevices must meet allreflectivity requirements included in the
28 TMUTCD and TxDOT Specifications — Item 502 at all times during
29 c onstruction.
30 b. Electronic message boards shallbe provided in accordance with the TMCJTCD.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised March 22, 2021
34 71 13 - 4
TRAFFIC CONTROL
Page 4 of 6
1 2.3 ACCFSSORIFS [NOT USED]
2 2.4 SOURCE QUALITY CONTROL [NOT USED]
3 PART 3 - EXECUTION
4 3.1 EXAMINATION [NOT USED]
5 3.2 PREPARATTON
6 A. Protection of In-Place Conditions
7 1. Protect existing traffic signal equipment.
8 3.3 INSTALLATTON
9 A. Follow the Traffic ControlPlan (TCP) and install Traffic ControlDevices as shown on
10 the Drawings and as directed.
11 B. Install Traffic Control Devices straight and plumb.
12 C. Do not make changes to the location of any device or implement any other changes to
13 the Traffic Control Plan without the approval of the Engineer.
14 1. Minor adjustments to meet field constructability and visibility are allowed.
15 D
16
17
18
19
20 E.
21
22
23
24
25 F
26
27
Maintain Traffic Control Devices by talcing corrective action as soon as possible.
1. Corrective action includes but is not limited to cleaning, replacing, straightening,
covering, or removing Devices.
2. Maintain the Devices such that they are properly positioned, spaced, and legible,
and that retroreflective characteristics meet requirements during darkness and rain.
If the Inspector discovers that the Contractor has failed to comply with applicable federal
and state laws (by failing to furnish the necessaryflagmen, warning devices, barricades,
lights, signs, or otherprecautionary measures forthe protection ofpersons or property), the
Inspector may order such additional precautionary measures be taken to protectpersons
and property.
Subject to the approval of the Inspector, portions of this Project, which are not affected by
or in conflict with the proposed method of handling traffic or utility adjustments, can be
constructedduring anyphase.
28 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight
29 distance of drivers entering the highway from driveways or side streets.
30 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may
31 be erected and mounted on portable supports.
32 1. The support design is subject to the approval of the Engineer.
33 I. Lane c losures shall be in ac cordance with the approved Traffic Control Plans.
34 J. If at any time the existing traffic signals become inoperable as a result of construction
35 operations, the Contractor shall provide portable stop signs with 2 orange flags, as
36 approved by the Engineer, to be used for Traffic Control.
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised March 22, 2021
34 71 13 - 5
TRAFFIC CONTROL
Page 5 of 6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal
turn-ons, street light pole installation, or other construction will be done during peak traffic
times (AM: 7 am — 9 am, PM: 4 pm - 6 pm).
L. Flaggers
1. Provide a Contractor representative who has been certified as a flagging instructor
through courses offered by the Texas Engmeermg Extension Service, the American
Traffic Safety Services Association, the National Safety Council, or other approved
organizations.
a. Provide the certificate indicating course completion when requested.
b. This representative is responsible for training and assuring that all flaggers are
qualified to perform flagging duties.
2. A qualified flagger must be independently certified by 1 of the organizations listed
above or trained by the Contractor's certified flagging mstructor.
3. Flaggers must be courteous and able to effectively communicate with the public.
4. When directing traffic, flaggers mustuse standard attire, flags, signs, and signals
and follow the flagging procedures set forth in the TMUTCD.
5. Provide and maintain flaggers at such points and for such periods of time as may be
required to provide for the safety and convenience of public travel and Contractor's
personnel, and as shown on the Drawings or as directed by the Engineer.
a. These flaggers shallbe located at each end of the lane closure.
21 M. Removal
22 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights
23 and other Traffic Control Devices used for work-zone traffic handling as soon as
24 practical m a timely manner, unless otherwise shown on the Drawings.
25 3.4 REPAIR / RFSTORATION [NOT IISID]
26 3.5 R�INSTALLATTON [NOT USID]
27 3.6 FIEI,D [oR] SITE QUALITY CONTROL [NOT USID]
28 3.7 SYSTIIVI START[TP [NOT IISED]
29 3.8 ADJIISTING [NOT IISID]
30 3.9 CLEANING [NOT IISID]
31 3.10 CLOSEOLJT ACTTVITIES [NOT IISID]
32
33
34
35
36
37
3.11 PROTECTION [NOT USID]
3.12 MAINTENANCE [NOT IISID]
3.13 ATTACHI��NTS [NOT USID]
END OF SECTION
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised March 22, 2021
34 71 13 - 6
TRAFFIC CONTROL
Page 6 of 6
Revision Log
IDATE NAME
I 11/22/13 S. Arnold
3/22/2021 M Owen
SUMMARY OF CHANGE
Added police assistance, requirement for when a site specific TCP is required
1.4 A. Added language to emphasize minimizing of lane closures and impact to
traffic.
1.5 Clarified submittal requirements
3.3 M. Clarified removal requirements
CITY OF FORT WORTH AGMedtail-Avondale-Haslet Public Water and Sewer Plans
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1PRC 24-0169
Revised March 22, 2021
\
.; t'���L � f
[ ��`A` �' ':
.
.�� � �,:
"� � �, � �y
���
1
� �'.Y
S'�j, � �
;t� �k��p �
,... � ,��' � -�1 �
F. � � ..•�R
� �' , � - i„_ .r
� $.
�d
� :a
I r,
GEOTECHNICAL INVESTIGATION
PROPOSED RETAIL
FORT WORTH, TEXAS
AGG REPORT: DE24-060
MAY 28, 2024
;�
�
�
PREPARED FOR:
ASHTON GRAY
OKLAHOMA CITY, OKLAHOMA
����
" . ;,�� ; _ -_
_ � �. ,,.ri,,• � _
;?�`� E ���.4�t�,\ -
�- r
y ��. � �`•; ��.''�►�.� 1
�y���I�, �L,���
�"s� 1fh y
lm _:! �i ■ -�'.. j � �
' ,_;`�, � + i �r � �
,� �
, �Ik� - r ,
. �
..,�„ , � ;- � �.; ,r�t
�:���. _-
� -�� -
-"`3' `�� `�"i. � ...
PRESENTED BY:
ALLIAnCE
�1GG GEOTECFinICAL
GROUP
Geotechnical Engineering — Construction Services — Construction Materials Engineering Testing
3228 Halifax Street - Dallas, TX 75247 Ph. 972.444.8889 FX. 972.444.8893
� � ALLIAnCE
� � � GEOTECHnICAL
� GROUP
May 28, 2024
Mr. Brad Mullenix
Development Director
Ashton Gray
12360 Market Dr.
Oklahoma City, Oklahoma
Email: bradmullenix@ashtongray.com
Phone: (405) 905-9407
Re: Geotechnicallnvestigation
Proposed Retail
Fort Worth, Texas
AGG Report No. DE24-060
Dear Mr. Mullenix:
CONSTRUCTION MATERIALS ENGINEERING & TESTING
GEOTECHNICAL ENGINEERING
CONSTRUCTION INSPECTION SERVICES
FORENSIC STUDIES
Please find enclosed our report summarizing the results of the geotechnical investigation
performed at the above-referenced project. We trust the recommendations derived from this
investigation will provide you with the information necessaryto complete your proposed project
successfully.
For your future construction materials testing and related quality control requirements, it is
recommended that the work be performed by Alliance Geotechnical Group, Inc. to maintain
continuity of inspection and testing services for the project under the direction of the
Geotechnical Project Engineer.
We thank you for the opportunity to provide you with our professional services. If we can further
assist, please do not hesitate to contact us.
Sincerely, TECHN/
ALLIANCE GEOTECHNICAL GROQ��C�h �
7' ��
�
Mannah Kirst, E.I.T
Project Engineer
�A�MBEA
�
� �
G� - �EOR rEfi �� c �
� � 1�.••• ••.7s � � -�
`'i g: .,:*�1 O � �
'i%*� ..:*I�� G' /
Q, ...:.................... .
�/MICHAEL DAINE ROLAND / ;
. i
ff ,� : 96043 .• .�'�Q. i Michael D. Roland, P.E.
t� o,�• ��cENSEO; `��� Vice President
1\�`s` p`p`E�1G=
Dall25 • Fort Wortl�t'���• Houston • Huntsville • Longview
3228 Halifax Street . Dallas, Texas 75247
Te1:972-444-8889 • Fax:972-444-8893 • www.aggengr.com
I ► �
TABLE OF CONTENTS
1.0
2.0
3.0
4.0
5.0
6.0
7.0
7.4
8.0
9.0
10.0
11.0
PAGE
INTRODUCTION .....................................................................................................1
1.1 PROJECT DESCRIPTION ...................................................................................... 1
1.2 PURPOSE AND SCOPE ....................................................................................... 1
FIELD INVESTIGATION ............................................................................................1
LABORATORYTESTING ..........................................................................................2
SITE AND SUBSURFACE CONDITIONS .....................................................................2
4.1 GENERAL SITE CONDITIONS .............................................................................. 2
4.2 SITE GEOLOGY ................................................................................................... 3
4.3 SUBSURFACE CONDITIONS ............................................................................... 3
4.4 GROUNDWATER CONDITIONS .......................................................................... 4
4.5 EXISTING FILL SOILS ........................................................................................... S
4.6 SOIL MOVEMENT .............................................................................................. 5
SHALLOW FOOTING FOUNDATION SYSTEMS ..........................................................5
5.1 BUILDING PAD PREPARATION ........................................................................... 5
5.2 FLATWORK AND PIPING CONSIDERATIONS ...................................................... 8
PAVEMENT RECOMMENDATIONS ..........................................................................9
6.1 EXISTING FILL SOILS ........................................................................................... 9
6.2 SUBGRADE PREPARATION ................................................................................ 9
6.3 FLEX BASE ....... ................................................................................................. 11
6.4 RECOMPACTED PAVEMENTSUBGRADE ......................................................... 11
6.5 DRIVE APPROACHES ........................................................................................ 12
6.6 PAVEMENT SECTIONS ..................................................................................... 12
6.7 PAVEMENT CONSIDERATIONS ........................................................................ 13
EARTHWORK GUIDELINES ....................................................................................14
7.1 SITE GRADING AND DRAINAGE ....................................................................... 14
7.2 UTILITY TRENCH EXCAVATION ........................................................................ 15
7.3 PROOFROLLING AND SUBGRADE PREPARATION ............................................ 15
ON-SITE CLAY FILL PLACEMENT IN PAVEMENT AND LANDSCAPING AREAS ...........15
7.5 ON-SITE CLAY FILL PLACEMENT IN BUILDING AREAS ..................................... 16
7.6 MOISTURE CONDITIONING PRIOR TO COMPACTION ..................................... 16
7.7 QUALITY ASSURANCE REQUIREMENTS ........................................................... 16
7.8 SELECT FILL PLACEMENT IN BUILDING AREAS ................................................ 17
7.9 FLEX BASE ........................................................................................................ 17
TREEEFFECTS ......................................................................................................17
ARCHITECTURAL AND STRUCTURAL DETAILING ....................................................18
FIELDSUPERVISION .............................................................................................18
LIMITATIONS.......................................................................................................19
Geotechnical Investigation
Proposed Retail, Fort Worth, Texas AGG Project No. DE24-060
FIGURES
PLANOF BORINGS ................................................................................................................ 1
LOGSOF BORINGS ....................................................................................................... 2 thru 6
LEGEND - KEY TO LOG TERMS & SYMBOLS ............................................................................. 7
SWELLTESTRESULTS ............................................................................................................. 8
SOLUBLE SULFATE RESULTS ................................................................................................... 9
Geotechnical Investigation
Proposed Retail, Fort Worth, Texas AGG Project No. DE24-060
GEOTECHNICAL INVESTIGATION
PROPOSED RETAIL
FORT WORTH, TEXAS
1.0 INTRODUCTION
1.1 PROJECT DESCRIPTION
The project consists of constructing 2 commercial retail buildings to be located on the southeast
quadrant of the intersection of Avondale Farms Dr. and Avondale-Haslet Rd in Fort Worth, Texas.
It is understood that the proposed improvements will consist of two single-story, lightly loaded
structures with surrounding pavement and parking. One of the proposed buildings will have plan
dimensions of about 70 feet by 100 feet and the other proposed building will have plan
dimensions of about 70 feet by 122 feet.
1.2 PURPOSE AND SCOPE
The purpose of this geotechnical investigation is to: 1) explore the subsurface conditions at the
site, 2) evaluate the pertinent engineering properties of the subsurface materials, 3) provide
foundation recommendations for the proposed new structures, 4) provide concrete pavement
thickness recommendations for the proposed new parking area and driveways and 5) provide
comments and recommendations for site grading and drainage. This report was prepared in
general accordance with Alliance Geotechnical Group's Proposal P24-0332E dated March 29,
2024.
2.0 FIELD INVESTIGATION
The field investigation consisted of drilling a total of five (5) test borings (Borings B-1 thru B-3, P-
1 and P-2) within the vicinity of the proposed new retail buildings and corresponding pavement.
Three (3) structural test borings (Borings B-1 thru B-3) were located within the proposed building
areas and two (2) pavement test borings (Borings P-1 and P-2) were located within the proposed
pavement and parking area. The structural test borings were advanced to depths of 25 feet below
the existing ground surface. The pavement test borings were drilled to depths of 5 feet below
the existing ground surface.
A truck-mounted auger drill rig was used to advance the test borings and to obtain samples for
laboratory evaluation. The borings were located at the approximate locations shown on the Plan
of Borings (Figure 1).
Geotechnical Investigation Page � 1
Proposed Retail, Fort Worth, Texas AGG Report No. DE24-060
Undisturbed samples of cohesive soils were obtained at intermittent intervals with standard,
thin-walled, seamless tube samplers. These samples were extruded in the field, logged, sealed,
and packaged to protect them from disturbance and maintain their in-situ moisture content
during transportation to our laboratory.
The rock encountered in the test borings was evaluated by the Texas Department of
Transportation Penetrometer (TxDOT Cone) Test. The TxDOT Cone is driven with the resulting
penetration in inches recorded for 100 blows. The results of the TxDOT Cone Test are recorded
at the respective testing depths on the Logs of Borings.
The results of the boring program are presented on the Logs of Borings, Figures 2 thru 6. A key
to the descriptive terms and symbols used on the logs is presented on Figure 7.
3.0 LABORATORY TESTING
Laboratory tests were performed on representative samples of the soil to aid in classification of
the soil materials. These tests included Atterberg limits tests, moisture content tests and unit
weight determinations. Hand penetrometer tests were performed on the clay soil samples to
provide indications of the swell potential and the foundation bearing properties of the subsurface
strata. These test results are presented on the logs of borings (Figures 2 thru 6). To provide
additional information about the swell characteristics of these soils at both their in-situ moisture
conditions and at "air dried" conditions (to simulate dry conditions), absorption swell tests were
performed on selected samples of the clay soils (see Figure 8). A soluble sulfate test was also
performed in order to determine the risk of sulfate-induced heave (see Figure 9).
4.0 SITE AND SUBSURFACE CONDITIONS
4.1 GENERAL SITE CONDITIONS
The project consists of constructing 2 commercial retail buildings to be located on the southeast
quadrant of the intersection of Avondale Farms Dr. and Avondale-Haslet Rd in Fort Worth, Texas.
The project site is located just west of the existing O'Reilly Auto Parts located at 2129 Avondale
Haslet Rd. in Fort Worth, Texas. The area is currently vacant, undeveloped, and relatively flat with
elevation changes on the order of about 1 foot across the majority of the site. However, there is
a shallow drainage swale located on the southeast corner of the subject property. The site is
currently covered with tall grass. See Plan of Borings (Figure 1) for site configuration, location,
and aerial view. A photo of the project site is shown below.
Geotechnical Investigation Page � 2
Proposed Retail, Fort Worth, Texas AGG Report No. DE24-060
, �, � ` . � -- -
' 'e e P '. :�i .
�
^
. �
� � � '�'��"� w �R t � ._.
.� .� ,i�_ • r - x��, _ .=� -,���:-�:; 1�1`,�I�i�l1���,w�_�._. � "� . . � � � .�s��._ _ , �
_ . _ . _ _ _ F C C w!� �
ryr ' ; ry . i�: ..
� . .. Y .r� ���� k ..
� .,5�%w ,a . -.'oa�,•.�.v,x.,a.§4� �:r . "�,-.,"��"� 4'F��.•.� ._ `� "" A h -,k �,��: i vrx .. �N,��."`+�"•J��,���!���^. �;
_ � � ,.,
. . , ... ... _�. . .. �
.1� `4W.r. _ �
',� � a , • <
�� n� � � ��� � ; � � , -
�� E� � " ' M�
a>1.�;. ���, � ti u � Y �� � �
`�'+F.-y R f t v`� h4�� � �
,,. ����� ��� ��� h ta����� ' � � . � � °
i�
t - � �",a� ��,s `�.� �'� � ���� ��� �� li� , �i��'���dpa� � N i ��, q {; -
5•�� a
. �`q,y`a1� si. �� �mY �4 ` { 4 } J �.�} k4� � �f + �- a
� ��•'=��; '�' � i� � �n �� !�. � 9y r � t �r � �. ' _
� � h r l A} �
" . ` -. „ ��?,, � ,� � 3 i l 4 � � '
i
' `�' �� +�^,���' s ' y->�° i� �Yri `�� �
_ - �E . ^� ,;�� ' ° ' � a . I � R x �. ;� .
' �„� � ., � � � � , �e� � "t,��s�� �� .- ; e � ..
_ �� � r �
� �. � ` r .' � �'��� �. a� :: ra � "Y�� n �� '� ' �, � ��, � � �`^��� .. .
� �� n � €�tir �3 �r ,�w P :. "$,a� °�� �- .. � ga��Nr����� � � � -� ., � -
�k+r;�e Y , .�� w.�� �Aa { ' ;:P £ �'� . � � '"� .,�w`,'�����. � yh��` �.: "��. �/ ��^-J'y } � �-
s°� -� ' v. . _ . ... . .. . . . . a _. , e.. . . .��. � '6 x .m �S? � �. �. n . , ��:hi� _
��^b.�d ,�. �^�+4+r�: .•ri i'"�,'>,}�i� y �` *�� �+ . i a� k�4°im��.�,,�c,?qa* a a3'.�^R� 7't I i+
.¢"
_ ��' =��,s�y'� z;9 Ih'h - �l�,rM � 4 � ' °�� F��.4 �',-a _ ��ax������ .� h � � :
� ''�}�� � a ♦yS�* t '! ,t � � � G
� .�. .��. ��� � .�s � �` ''�'.'�°��, m�,�'.��; B�.F���� ..: : 'g r �v _q "^r' , t�i�z'���r���,,%af��l
��_��, . ..., .�;.r�e'�.'�.,,.
�,�'"4 ��� �.',�b3 tl+�'u -" ^�� �5 �. ,�'�wa� , r,a � �i�yk�,'x "?�
'�" ' . ��. v `�,fe� �;��� ���6 �:"'F� �" '°y k,r +� �~ � ' vt. .
. , . . .. �_,.. . '7,�.: �::9...,. �l � , . .. ;.F_ �E .. . � .� �
4.2 SITE GEOLOGY
As shown on the Dallas Sheet of the Geologic Atlas of Texas, the site is located in an area
underlain by the Fort Worth Limestone and Duck Creek Formation. The Fort Worth Limestone
typically consists of limestone with alternating clay layers. The Duck Creek Formation typically
consists of limestone and marl. Soils derived from these formations typically consist of plastic
clays exhibiting a high shrink/swell potential with variations in moisture content.
4.3 SUBSURFACE CONDITIONS
Subsurface conditions encountered in the borings, including descriptions of the various strata,
their depths, and thicknesses, are presented on the Logs of Borings. Note that depth on all
borings refers to the depth from the existing grade or ground surface present at the time of the
investigation. Boundaries between the various soil types are approximate. Soil profiles across the
proposed buildings areas are shown below.
Geotechnical Investigation Page � 3
Proposed Retail, Fort Worth, Texas AGG Report No. DE24-060
�
� .
�
._ ;
'Iz� �,p: 5h-ala �nbox
■ "u�.
�_uneETor�a
���n
wmrixRy
� _i��TQna
� urs:Ry
irnefTona
�kllianccGcu�cc:hnic:�l C�niuP, lnc
GENERALIFEd Sd�L PR4FILE
I 6� " I-. .. -'- I car_ owtwti
Iz`c;ie :�K I I SIS207.4
I PropusedRet:�il-1[ritilc�,T�
FI.:,URE NLIN6ER
rR��.i�-c�T vc3. n}�:�a-n�n
Soil Profile for Borings B-1 through B-3
4.4 GROUNDWATER CONDITIONS
The borings were advanced using continuous flight auger methods. Advancement of the borings
using these methods allows observation of the initial zones of seepage. Groundwater seepage
was not encountered within the test borings during drilling and groundwater was not present at
drilling completion. Shallow groundwater levels should be anticipated in all areas within the
fractured weathered tan limestone if construction occurs during or after periods of rain.
It is not possible to accurately predict the magnitude of subsurface water fluctuations that might
occur based upon short-term observations. The subsurface water conditions are subject to
change with variations in climatic conditions and are functions of subsurface soil conditions, and
rainfall.
Geotechnical Investigation Page � 4
Proposed Retail, Fort Worth, Texas AGG Report No. DE24-060
4.5 EXISTING FILL SOILS
Existing fill soils were present within two (2) of the test borings (Borings B-1 and P-2). The existing
fill soils extended to depths of about 1 foot below the existing ground surface at the test boring
locations. If the existing fill soils were placed in an uncontrolled manner without engineering
supervision and without moisture / compaction verification of each fill lift, excessive settlements
should be anticipated for slabs-on-grade, pavements and flatwork placed over existing
uncontrolled fill soils. If site preparation work is performed in accordance with Section 5.1 of this
report, these existing fill soils will be reworked and compacted within the proposed building
areas. The existing fill soils present within pavement areas are addressed in Section 6.1 of this
report.
4.6 SOIL MOVEMENT
The subsurface exploration within the building areas revealed the presence of 2 to 4.5 feet of
highly expansive clay soils over 4 to 5 feet of moderately expansive severely weathered limestone
over hard competent limestone. The clay soils will have a moderate to high shrink/swell potential
and the severely weathered limestone will have a low to moderate shrink/swell potential
depending upon the soil moisture condition at the time of construction. Potential soil swell
movement calculations were performed using swell test results, pocket penetrometer readings,
and moisture content tests to estimate the swell potential of the soil. Potential soil swell
movement values based upon the current soil moisture conditions and current grades have been
estimated to be about 2 inches. It should be noted that the clay soils were generally in average
soil moisture condition at the time of this investigation and that if the clay soils are allowed to
dry significantly prior to construction, the potential soil swell upward movements could increase
to about 5 inches.
5.0 SHALLOW FOOTING FOUNDATION SYSTEMS
5.1 BUILDING PAD PREPARATION
Shallow foundation systems may be used to support the proposed retail buildings as long as the
below recommended site preparation work is performed. Site preparation work will be required
in order to lower the potential active zone soil movements for shallow foundation systems (See
Section 4.6). Recommendations for site preparation work are presented below:
1. Excavate until all clay soils and at least 12 inches of severely weathered limestone has
been removed as verified by an AGG Engineer. Excavation depths ranging from 3 to S.S
feet below existing grades are anticipated based upon the results of the test borings.
Excavations should extend 5 feet beyond the edges of the building and 2 feet beyond
Geotechnical Investigation Page � 5
Proposed Retail, Fort Worth, Texas AGG Report No. DE24-060
adjacent sidewalks and entry areas, whichever is greater. Any required excavation cut
terminating within proposed pavement or flatwork areas should be tapered on a 1H:1V
excavation taper or flatter depending upon OSHA standards. Excavation tapers within
landscaping areas should be in accordance with OSHA standards, and/or adequate
measures for worker protection should be provided. We recommend that Alliance
Geotechnical Group review the excavation plan for compliance with this report prior to
construction bidding.
Note 1: Measures must be taken to protect workers from cave-ins / sloughing near any
vertical excavation during construction. Measures include sloped cuts per
OSHA standards and/or the use of protective measures for any equipment or
personnel operating or working near any vertical excavation cut (within 1.5H of
excavation where H is excavation depth).
2. After excavation has been performed, the upper 8 inches at base of cut should be
scarified, moisture conditioned and compacted at +2% to +S% above optimum moisture
content to a minimum of 95% of ASTM D698. Any areas where hard competent limestone
is present at base of cut as verified by AGG, the hard competent limestone should not be
scarified and instead should be wetted and compacted before lifts are placed.
3. Fill to within 12 inches of final pad grade using both on-site materials as follows:
Clay Soils On-site clay soils can be used as fill if the clay soils are
moisture conditioned and placed in controlled lifts.
Compact on-site clay soils at +5% to +8% above optimum
moisture content to a minimum of 92% of Standard
Proctor density (ASTM D698).
Proper moisture conditioning should be indicated with hand penetrometer readings
within the ranges shown below in Table 1.
TABLE 1. Required QA/QC Measures
MOISTURE CONDITION I POCKET PENETROMETER RANGE
CLAY SOILS
1.2 tsf to 2.0 tsf
Note 1: These "targeted" moisture contents are subject to soil swell and compressive
strength verifications and adjustment per Section 7.7 of this report. Bulk
samples of on-site soils would be required prior to construction to allow for
proctor compaction testing and swell testing in order to adjust the above
Geotechnical Investigation
Proposed Retail, Fort Worth, Texas
Page�6
AGG Report No. DE24-060
recommendations (if needed) and to develop the appropriate earthwork
specification.
4. Fill to final pad grade with a minimum of 12 inches of off-site (haul-in) low PI select fill.
The select fill should extend to the excavation limits (See Item 1 above). The material used
as select fill should be a very sandy clay to clayey sand (uniform consistency free of clay
clods) with a liquid limit of 35 or less. We recommend the plasticity index of this material
be between 4 and 15. The fill should be spread in loose lifts, less than 8 inches thick, and
uniformly compacted to a minimum of 98 percent of ASTM D698 between -2% and +2%
of the soil's optimum moisture content.
5. The upper 18 inches of fill in unpaved areas near the building should consist of compacted
on—site clay to minimize water infiltration into the select fill (compact in 8-inch lifts to a
minimum of 95% of ASTM D698 at optimum to +3% above optimum).
6. The moisture condition of completed pads must be maintained until all slabs are in place
as verified by AGG. This will be particularly important along the building perimeter where
clay soils will be exposed after excavations. The use of 6 inches of select fill above exposed
clay excavations would reduce moisture losses during prolonged dry weather conditions.
All work should be performed in accordance with the Earthwork Guidelines (Section 7.0) of this
report.
Continuous wall footings founded on moisture conditioned sandy soils should be designed for an
allowable soil bearing capacity of 1,200 psf. Column footings founded in moisture conditioned
clay soils should be designed for an allowable bearing capacity of 1,500 psf. These footings should
be subject to maximum settlements of one inch and differential settlements of 3/ inch.
Note 2: In addition to the potential settlements, the foundation systems will also be
subjected to one (1) inch of soil swell movements. Closely spaced vertical crack
control joints (10 to 15-foot spacings) should be used along the full height of all
walls to control cracking associated with differential foundation movements.
See Section 9.0 of this report for architectural and structural detailing
recommendations.
Note 3: We recommend that probings be performed by an Alliance Geotechnical Group
Engineer after excavation of the footings has been performed (prior to
installing poly and placement of reinforcement steel) in order to verify
adequate bearing capacity.
Geotechnical Investigation Page � 7
Proposed Retail, Fort Worth, Texas AGG Report No. DE24-060
A horizontal moisture barrier should be used in unpaved areas adjacent to the building (20 mil
poly attached to foundation with mastic adhesive) in order to minimize edge drying and
foundation settlements during prolonged dry weather periods. The moisture barrier should
extend 10 feet from the building and covered with a minimum of 12 inches of compacted on-site
soil (compacted in 6-inch lifts to a minimum of 95% of ASTM D698 at optimum to +3% above
optimum).
The footing bases should not be formed. All footings should be constructed using neat vertical
cuts without forming the footing base. Forming of footing stem walls may be used. The
foundation plan and the utility plan should be cross-checked to verify that no utility line
excavation extends beneath the bearing influence of any footing. Trench cuts extending beneath
the footings (or within their bearing influence) should be avoided, if possible. Otherwise, the
trench backfill should consist of compacted low PI select fill and/or lean concrete within the
bearing influence of the footing.
We recommend that an Alliance Geotechnical Group Geotechnical Engineer or a qualified
engineering technician observe the footing excavations prior to placing concrete. The foundation
bearing area should be level or suitably benched. It should be free of loose rock, soil, ponded
water, and debris prior to the inspection. We recommend that the footing excavations be
observed, probed and tested by an Alliance Geotechnical Engineer prior to concrete placement
to verify that the footings will be founded at the proper depths, verify proper bearing materials,
verify neat vertical cuts, and to verify the footings are properly cleaned prior to concrete
placement.
All footings should be founded at least 18 inches below final adjacent grades. Strip footings
should be at least 18 inches wide. Column footings should be at least 3 feet square.
A polyethylene moisture barrier is recommended below slab-on-grade floor slabs where floor
coverings or painted floor surfaces will be applied with products which are sensitive to moisture
or if products stored on the building floors are sensitive to moisture. Procedures for installation
of vapor barriers should be followed as recommended in ACI 302.
5.2 FLATWORK AND PIPING CONSIDERATIONS
Provisions should be made for post-construction differential upward movement of adjacent flat
work, piping and all pavements. Site grading plans should include provisions for the effects of
upward soil swell movements and settlements of the very soft soils on access and entry slabs,
Geotechnical Investigation Page � 8
Proposed Retail, Fort Worth, Texas AGG Report No. DE24-060
adjacent sidewalks, and all flatwork and pavements. See Section 4.6 of this report. Utility line
details and fixtures should consider the potential for differential movement beneath any piping.
Civil Engineers must consider differential upward soil swell potential for Grading Plan Design. Civil
Engineers should specify excavation moisture conditioning limits to prevent negative drainage
and ponding adjacent to buildings and excessive differential piping movements.
6.0 PAVEMENT RECOMMENDATIONS
We assume that only occasional heavy to medium truck traffic will be present on the drive areas
and that automobile traffic only will be used in the parking pavements. The following
recommendations are based upon these assumed conditions.
Note: Large differential upward pavement movements are likely at this site. The
potential for differential upward slab movements should be anticipated during
design of the grading plan. Excavation and moisture conditioning could be
performed within pavement areas to reduce the potential for differential
pavement movements if desired. See Section 4.6 of this report.
Recommendations for excavation and moisture conditioning beneath the
pavements could be provided by AGG based on tolerances for pavement
movement determined by the owner and Civil Engineer.
6.1 EXISTING FILL SOILS
In order to provide adequate pavement support where existing fill soils are present within
pavement areas, we recommend that the existing fill soils be tested for compaction. If
compaction levels are less than 95% of ASTM D698, excavation and recompaction of the existing
fill soils will need to be performed in order to provide the minimum pavement support required
for design. Any resulting void areas should be backfilled to finished subgrade in 8-inch loose lifts
compacted to a minimum of 95% of maximum dry density as determined by ASTM D698 at
optimum to +3% of its optimum moisture content. The upper 8 inches of subgrade soil should be
compacted at -1% to +2% of optimum moisture to a minimum of 98% Standard Proctor Density
(ASTM D698).
6.2 SUBGRADE PREPARATION
The surficial clay soils are active and have a high shrink/swell potential. Clay soils react with
hydrated lime, which serves to improve their support value and provide a firm, uniform subgrade
beneath the paving. A stabilized subgrade would improve pavement performance and reduce
Geotechnical Investigation Page � 9
Proposed Retail, Fort Worth, Texas AGG Report No. DE24-060
future maintenance. Prior to liming, it should be verified that soluble sulfate levels are below
3,000 ppm.
It is anticipated that five (5) to eight (8) percent hydrated lime by dry weight (36 to 48 pounds
per square yard per 8-inch depth) would be required to stabilize the existing clay subgrade. The
actual lime requirement and sulfate level should be determined at the time of construction. The
lime should be thoroughly mixed and blended with the top 8 inches of the subgrade (TxDOT Item
260) and the mixture compacted to a minimum of 95 percent of maximum dry density as
determined in accordance with ASTM D 698, within 2 percentage points of the soil's optimum
moisture content. We recommend that this lime stabilization extend 2 feet beyond exposed
pavement edges in order to reduce the effects of shrinkage during extended dry periods.
Note: After final grading has been performed, depth checks and PI verification checks
should be performed to verify that proper stabilization has been achieved as
evidenced by a PI of 15 or less.
Sand should be specifically prohibited beneath pavement areas during final grading (after
stabilization), since these more porous soils can allow water inflow, resulting in heave and
strength loss of subgrade soils. It should be specified that only lime stabilized soil will be allowed
for fine grading. After fine grading each area in preparation for paving, the subgrade surface
should be lightly moistened, as needed, and recompacted to obtain a tight non-yielding
subgrade.
Project specifications should allow a curing period between initial and final mixing of the lime/soil
mixture. After initial mixing, the lime treated subgrade should be lightly rolled and maintained at
or to 5 percentage points above the soil's optimum moisture content until final mixing and
compaction. We recommend a 3-day curing period for these soils. The following gradation
requirements are recommended for the stabilized materials before final compaction:
Percent
Minimum Passing 1 3/4" Sieve
Minimum Passing 3/4" Sieve
Minimum Passing No. 4 Sieve
E��I�7
.
.�
All non-slaking aggregates retained on the No. 4 sieve should be removed before testing.
The stabilized subgrade should be protected and moist cured or sealed with a bituminous
material for a minimum of 5 days before further courses are added or any construction
traffic/equipment permitted. The final lift should not be exposed for more than 14 days without
Geotechnical Investigation Page � 10
Proposed Retail, Fort Worth, Texas AGG Report No. DE24-060
protection or the placement of a base course or pavement. Pavement areas should be graded to
prevent ponding and infiltration of excessive moisture on or adjacent to the pavement areas.
6.3 FLEX BASE
In lieu of lime stabilization, eight (8) inches of crushed "Chico" stone and/or recycled crushed
concrete flex base could be used. The flex base should be compacted at optimum to +2% above
optimum to a minimum of 95% of Modified Proctor density (ASTM D1557). The base materials
should comply with TxDOT Item 247, Type D, Grades 1 and 2. We recommend that the base
materials extend at least two feet beyond the pavement edges.
Prior to placing the flex base, the subgrade should be proofrolled prior to subgrade compaction.
Proofrolling should be performed in accordance with Section 6.7 of this report. Prior to placing
flex base, the upper eight (8) inches of the subgrade soils should be scarified and compacted at -
1% to +2 percentage points of optimum moisture to a minimum of 98%o of Standard Proctor
Density (ASTM D698). If a rain event occurs prior to placing flex base, the subgrade should be
aerated and re-tested prior to placement.
6.4 RECOMPACTED PAVEMENT SUBGRADE
If subgrade stabilization and/or flex base is not performed, a thickened concrete pavement
section should be used over a compacted subgrade. The upper 8 inches of subgrade soil should
be compacted at -1% to +2 percentage points of optimum moisture to a minimum of 98% of
Standard Proctor Density (ASTM D698). The subgrade should be proofrolled per Section 6.7 of
this report prior to subgrade compaction.
Only on-site soil (comparable to the underlying subgrade soil) should be used for fine grading the
pavement areas. After fine grading, the subgrade should again be watered if needed and re-
compacted in order to re-achieve the moisture and density levels discussed above and provide a
tight non-yielding subgrade. Sand should not be allowed for use in fine grading the pavement
areas as discussed previously. The subgrade moisture content and density must be maintained
until paving is completed. The subgrade should be watered just prior to paving to assure concrete
placement over a moist subgrade. If a rain event occurs prior to paving, the subgrade should be
aerated and re-tested prior to paving.
Geotechnical Investigation Page � 11
Proposed Retail, Fort Worth, Texas AGG Report No. DE24-060
6.5 DRIVE APPROACHES
Water should not be allowed to pond in drive approaches prior to paving. Density tests should
be performed on the subgrade soils in each drive approach prior to fine grading in preparation
for paving to verify compliance with project specifications.
6.6 PAVEMENT SECTIONS
Tables 2 and 3 present the recommended pavement sections for this project:
TABLE 2. LIGHT DUTY PAVEMENT SECT/ON
AUTOMOBILE TRAFFIC ONLY
PCC SECTION
5 inches Portland Cement Concrete
8 inches Scarified and Compacted Subgrade *
*Although not required for design, lime-stabilization (Section 8.2) and/or flex base (Section
8.3) could be used to improve performance and reduce maintenance.
TABLE 3. MODERATE DUTY PAVEMENT SECTIONS
MODERATE DUTY PAVEMENT (Moderate Heavy Truck Use) **
PCC SECTION
6 inches Portland Cement Concrete
8 inches Lime-Stabilized Base (Section 8.2)
Or
6 inches Portland Cement Concrete
8 inches Flex Base (Section 8.3)
Or
7 inches Portland Cement Concrete
8 inches Scarified and Compacted Subgrade (Section 8.4)
*�` For 35 heavy vehicle repetitions per week (20-year design life).
The concrete in automobile traffic only areas should have a minimum 28-day compressive
strength of 3,600 psi. Concrete quality will be important in order to produce the desired flexural
strength and long-term durability. We recommend that the concrete have 5% entrained air plus
or minus 1%. The concrete should be placed at a slump of 4 inches plus or minus 1-inch for hand
pours and a slump of 2 inches plus or minus 1-inch for machine finish pours.
Geotechnical Investigation Page � 12
Proposed Retail, Fort Worth, Texas AGG Report No. DE24-060
Proper joint placement and design is critical to pavement performance. Load transfer at all
longitudinal joints and maintenance of watertight joints should be accomplished by use of tie
bars and dowels. Control joints should be sawed as soon as possible after placing concrete and
before shrinkage cracks occur. All joints including sawed joints should be properly cleaned and
sealed as soon as possible to avoid infiltration of water.
Our previous experience indicates that joint spacing on 12 to 15 foot centers have generally
performed satisfactorily. It is our recommendation that the concrete pavement be reinforced
with No. 3 bars placed on chairs on approximately 18-inch centers in each direction. We
recommend that the perimeter of the pavements have a stiffening curb section to prevent
possible distress due to heavy wheel loads near the edge of the pavements and to provide
channelized drainage.
6.7 PAVEMENT CONSIDERATIONS
It is recommended that provisions be made in the contract to provide for proofrolling in areas
where the subgrade will support new pavements. It is also recommended that an item be
included for removal and replacement of soft materials, which are identified by this procedure.
We recommend that the base of cut be proofrolled. We recommend that an Alliance
Geotechnical Group Engineer or his representative observe the base of cut and observe the
proofrolling operations. Proofrolling can generally be accomplished using a heavy (25 ton or
greater total weight) pneumatic tired roller making several passes over the areas. Where soft or
compressible zones are encountered, these areas should be removed to a firm subgrade. Wet or
very moist surficial materials may need to be undercut and either dried or replaced with proper
compaction or replaced with a material which can be properly compacted. Any resulting void
areas should be backfilled to finished subgrade in 8 inch compacted lifts compacted to a
minimum of 95 percent of maximum dry density as determined by ASTM D698 at optimum to a
minimum of +3% of its optimum moisture content. The upper eight (8) inches of pavement
subgrade soil should be compacted at -1% to +2% of optimum moisture to a minimum of 98% of
Standard Proctor density (ASTM D 698).
Achieving the required field density is dependent upon the adequate pulverization of the clay fill
materials, the magnitude of compaction energy and the maintenance of field moisture near
optimum. All joints and pavements should be inspected at regular intervals to ensure proper
performance and to prevent crack propagation.
Geotechnical Investigation Page � 13
Proposed Retail, Fort Worth, Texas AGG Report No. DE24-060
The soils at the site are active and differential heave within the pavement areas should be
anticipated during design. The service life of paving may be reduced due to water infiltration into
subgrade soils through heave induced cracks in the paving section. This will result in softening
and loss of strength of the subgrade soils. A regular maintenance program to seal paving cracks
will help prolong the service life of the paving.
The life of the pavement can be increased with proper drainage. Areas should be graded to
prevent ponding adjacent to curbs or pavement edges. Backfill materials, which could hold water
behind the curb, should not be permitted. Flat pavement grades should be avoided.
7.0 EARTHWORK GUIDELINES
7.1 SITE GRADING AND DRAINAGE
All grading should provide positive drainage away from the proposed structures and should
prevent water from collecting or discharging near the foundation. Water must not be permitted
to pond adjacent to the structure or within excavations beneath suspended slabs during or after
construction. Otherwise, differential soil swell movements and resulting differential foundation
movements could exceed the estimates contained within this report. Also, moisture
accumulations in excavation adjacent to or beneath suspended slabs will cause
moisture/humidity problems during construction and after occupancy.
Leave outs for drilled shafts or around the perimeter of the structures should not be allowed to
collect and hold water. These leave outs should be pumped out as needed.
Surface drainage gradients should be designed to divert surface water away from the buildings
and edges of pavements. Surface drainage gradients of sidewalks, pavements, and landscaping,
within 20 feet of the buildings should be constructed with maximum slopes allowed by local
codes and maintained after occupancy (5% minimum in landscaping areas and 2% minimum for
flatwork subject to ADA requirements). If flatter grades are used, a permanent horizontal
moisture barrier should be used for a distance of 15 feet from the building (20 mil poly sheeting
with UV protection attached to the building and covered with 16 inches of on-site compacted
clay (compacted in 8-inch lifts above optimum to a minimum of 95% of ASTM D698).
Provisions should be made for post-construction differential upward movement of adjacent flat
work. Site grading plans should include provisions for the effects of soil swell movements on
access and entry slabs, adjacent sidewalks, and all pavements. See Section 4.6 of this report.
Geotechnical Investigation Page � 14
Proposed Retail, Fort Worth, Texas AGG Report No. DE24-060
The roofs should be provided with gutters and downspouts to prevent the discharge of rainwater
directly onto the ground adjacent to the building foundation. Downspouts should discharge
directly onto well-drained areas or drainage swales at least 5 feet from the building. Roof
downspouts and surface drain outlets should discharge into erosion—resistant areas and not into
recessed planter areas. Water permitted to pond in planters, flat open areas, or areas with
unsealed joints next to the structures can result in excessive slab or pavement movements and
excessive moisture/humidity in crawl spaces below suspended slabs.
Exterior sidewalks and pavements will be subject to large post-construction movement as
indicated in this report. These potential movements should be considered during preparation of
the grading plan. Flat grades should be avoided. Where concrete pavement is used, joints should
also be sealed to prevent the infiltration of water. Since post construction movement of
pavement and flat work will occur, joints particularly around the buildings should be periodically
inspected and resealed where necessary.
7.2 UTILITY TRENCH EXCAVATION
Trench excavation for utilities should be sloped or braced in the interest of safety. Attention is
drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench
excavations greater than 5 feet in depth. Fill placement in trenches should be performed as
specified below.
7.3 PROOFROLLING AND SUBGRADE PREPARATION
Prior to placing fill in non-building areas, the exposed subgrade in areas to receive fill should be
stripped and proofrolled using a fully loaded dump truck. Proofrolling should be performed in
accordance with Section 6.7 of this report. Soft areas should be undercut and replaced with
compacted on—site soils. The surface should then be scarified to a depth of 8 inches and
recompacted to a minimum of 95 percent of the maximum density as determined by ASTM D698
between optimum and +3% of its optimum moisture content. The upper 8 inches of subgrade
soil within pavement areas should be compacted at -1% to +2% of optimum moisture to a
minimum of 98% of Standard Proctor density (ASTM D698).
7.4 ON-SITE CLAY FILL PLACEMENT IN PAVEMENT AND LANDSCAPING AREAS
The on-site surficial clays may be used for general grading and filling. The fill materials should be
free of surficial vegetation or debris. Clay materials should be spread in loose lifts, less than 8
inches thick and uniformly compacted to a minimum of 95 percent of the maximum density as
Geotechnical Investigation Page � 15
Proposed Retail, Fort Worth, Texas AGG Report No. DE24-060
determined by ASTM D698 (Standard Proctor) between optimum and +3% above its optimum
moisture content. The upper 8 inches of subgrade soil within pavement areas should be
compacted at -1% to +2/ of optimum moisture to a minimum of 98% of Standard Proctor density
(ASTM D698).
7.5 ON-SITE CLAY FILL PLACEMENT IN BUILDING AREAS
On-site clay soils could be used as fill in building areas and sensitive flatwork areas. All fill should
be placed and compacted in maximum 8-inch lifts. See Section 5.1 of this report.
7.6 MOISTURE CONDITIONING PRIOR TO COMPACTION
Each layer shall be leveled with approved equipment. After spreading, each layer shall be
thoroughly manipulated by plowing, discing, or other approved methods of the full depth of the
layer being placed to insure uniform density and moisture distribution for proper compaction.
The moisture content at the time of compaction shall be within the range specified in these
special provisions. If the material is too dry, it shall be moistened by watering before and during
manipulation, to properly condition the material for compaction. If the material is too wet, the
compaction operation shall be delayed until the moisture content has been reduced to within
satisfactory compaction range.
Because of time of completion limitations, thoroughly processing of the on-site clay soils will be
required during manipulation ifthe moisture content is below optimum at the time of placement.
Each fill lift should be processed until the soil mixture is free of large clods to allow uniform
moisture distribution and uniform compaction within the entire fill lift. This is particularly
important if highly plastic clay soils are to be used as fill in the building pads. The amount of
processing and reworking required to achieve uniform moisture conditions can be reduced by
pre-wetting the onsite soils prior to placement.
7.7 QUALITY ASSURANCE REQUIREMENTS
As a quality control measure, pocket penetrometer (P.P.) tests shall be performed with each field
density test during construction as further verification that proper moisture conditioning is being
achieved within the clay fill soils. Proper moisture conditioning should be indicated with hand
penetrometer readings within the ranges provided in Table 4.
Geotechnical Investigation Page � 16
Proposed Retail, Fort Worth, Texas AGG Report No. DE24-060
TABLE 4. Required QA/QC Measures
MOISTURE CONDITION I POCKET PENETROMETER RANGE
CLAY SOILS I 1.2 tsf to 2.0 tsf
Similarly, P.P. tests should be performed on each Proctor Compaction Point in the laboratory for
correlation and verification of the desired P.P. range with respect to Proctor moisture, density
and swell (with verification that volumetric swell is less than 1% at the targeted moisture
content). Prior to construction, it should be confirmed that the "targeted moisture contents"
recommended in this report will result in an average volumetric swell of less than 1% within the
moisture conditioned clay soils. This swell testing should be performed in conjunction with all
proctor compaction testing. If the targeted moisture contents result in an average swell of over
1% or in a P.P. value outside the range indicated above, AGG should be contacted to determine
if the intent of the geotechnical design is being achieved with respect to required swell reduction
and bearing capacity.
7.8 SELECT FILL PLACEMENT IN BUILDING AREAS
The material used as select fill should be a sandy clay to clayey sand (uniform consistency free of
clay clods) with a liquid limit of less than 35 and a plasticity index between 4 and 15. The fill
should be spread in loose lifts, less than 8 inches thick, and uniformly compacted to a minimum
of 95 percent of ASTM Standard D 698 between -2% and +2% above the soil's optimum moisture
content. The upper 18 inches of fill in unpaved areas near the buildings should consist of
compacted on—site clay to minimize water infiltration into the select fill (compacted in 6-inch lifts
at optimum to +3% to a minimum of 95% of ASTM D698).
7.9 FLEX BASE
Base manufactured recycled crushed concrete and or crushed "Chico" stone flex base should
have a gradation meeting requirements of TxDOT Item 247, Type D, Grades 1 and 2, compacted
at optimum to +2/0 or above optimum moisture content to a minimum of 95% of Modified
Proctor density (ASTM D1557).
8.0 TREE EFFECTS
It should be recognized that concrete slabs (floor slabs, retaining walls, shallow foundations,
sidewalks, and pavements) will be subject to long term settlement due to ground shrinkage
caused by moisture absorption of tree root systems. To minimize long term settlements, trees
and deep rooted shrubs should not be planted within 35 feet of the buildings and critical flatwork
areas sensitive to movement in order to minimize settlements caused by ground shrinkage
Geotechnical Investigation Page � 17
Proposed Retail, Fort Worth, Texas AGG Report No. DE24-060
associated with moisture absorption of the tree root systems. Also, the area beneath the un-
pruned mature tree drip lines and to limits of at least 10 feet beyond the drip line should not be
paved. The area beneath the drip line should be landscaped and irrigated. Otherwise, an arborist
should be contacted regarding the installation, effectiveness, and use of root barriers and
irrigated tree wells to minimize future slab-on-grade shallow foundation and flatwork
settlements due to ground shrinkage caused by tree root absorption.
9.0 ARCHITECTURAL AND STRUCTURAL DETAILING
It should be recognized that even slight differential movements of shallow footings and floor
slabs due to settlements and/or shrink/swell soil movements of about one-half inch +/- can cause
cracking of interior sheetrock walls, ceilings, floor slabs, floor coverings, and masonry walls that
are sensitive to movements. In order to minimize cracking, straight shaft piers founded within
the very hard gray unweathered limestone in conjunction with structural floors over a void space
or crawlspace would be needed. This would be much more costly than shallow footings options.
In order to reduce costly maintenance associated with these periodic repairs caused by minor
floor movement, we recommend the following:
1. Use resilient floor and wall coverings that can accommodate differential movement
without cracking.
2. Provide closely spaced joints within interior and exterior walls to control cracking and
reduce irregular crack patterns and maintenance (especially over doors and windows).
3. Coordinate with the General Contractor and all subcontractors regarding the need for
appropriate jointing in all interior and exterior walls to reduce future cracking and
maintenance after occupancy.
4. The Architect should advise the Owner regarding the likelihood of future maintenance
due to minor movement of ground supported floor slabs so that Owner expectations are
not unreasonable. The Owner should be advised that future maintenance should be
expected over the life of the facility.
5. A landscape architect and arborist should be contacted for recommendations for root
barriers and irrigated tree wells for trees within 35 feet of the building or pavement. The
ground beneath the un-pruned drip lines of trees should not be paved unless an arborist
is consulted regarding the installation of root barriers and irrigated tree wells.
10.0 FIELD SUPERVISION
Many problems can be avoided or solved in the field if proper inspection and testing services are
provided. It is recommended that all pier excavations, footing excavations, proofrolling, site and
subgrade preparation, subgrade stabilization and pavement construction be monitored by a
Geotechnical Investigation Page � 18
Proposed Retail, Fort Worth, Texas AGG Report No. DE24-060
qualified engineering technician. Density tests should be performed to verify compaction and
moisture content of any earthwork. Inspection should be performed prior to and during concrete
placement operations. Alliance Geotechnical Group employs a group of experienced, well-
trained technicians for inspection and construction materials testing who would be pleased to
assist you on this project.
11.0 LIMITATIONS
The professional services, which have been performed, the findings obtained, and the
recommendations prepared were accomplished in accordance with currently accepted geotech-
nical engineering principles and practices. The possibility always exists that the subsurface
conditions at the site may vary somewhat from those encountered in the test borings. The
number and spacing of test borings were chosen in such a manner as to decrease the possibility
of undiscovered abnormalities, while considering the nature of loading, size, and cost of the
project. If there are any unusual conditions differing significantly from those described herein,
Alliance Geotechnical Group, Inc. should be notified to review the effects on the performance of
the recommended foundation system.
The recommendations given in this report were prepared exclusively for the use of the client,
their client and their consultants. The information supplied herein is applicable only for the
design of the previously described development to be constructed at locations indicated at this
site and should not be used for any other structures, locations, or for any other purpose.
We will retain the samples acquired for this project for a period of 30 days subsequent to the
submittal date printed on the report. After this period, the samples will be discarded unless
otherwise notified by the owner in writing.
Geotechnical Investigation Page � 19
Proposed Retail, Fort Worth, Texas AGG Report No. DE24-060
FIG U RES
Geotechnical Investigation
Proposed Retail, Fort Worth, Texas
• �
t .
. �r�- -
�-� :�� � �
.. �
,�
.: � �
�
ti ' 4 "�f
�
�
�
�
�„ � � � . , , i ��, -,�n � - ,� .s,.l�
; :.
c: �=' * - '�, . _
,. . . � .
. . _ , � } �� ��- _ _ _
{ _, ��,��
� A' ��,
��=� _ �� - 1_ ;� �-'�� �' ��_� ��
� �:` �- _ _�- , �; '��ti �.�€- . �
��� - - ::_ _ --��t � . � �'. _ __, �
������� ��
'] � n. �q
y � � —" -��rf #� _
� �� � �
��� ���
� �4�' • ��. ;; ..� ".�F#�� 'i�.,",',.,i�" *
�'��rz, � �'�*,7,� �'�_� �'�`�,,��'�'R �"�i,d'����
� , "�� 4. ' . `'r'�+•. .r +w
���'�`x�Q�� ri4y�,. .. Y� �. r.
� �ti�'1x� '���' i,�rj.{t��� �
���,� � � { � t �� � �
�ti�6 ay ' � '� J�
��y� �'
� . �Y �`� �' � �� � �°�'
�� � *�� � � � RF
�r� ��,.,� � ��"'tv �.��
� � �
�}��� � �:� �� ��i 4��� ,
N
Project No:
-� ALLIAhCE DE24-060 PLAN OF BORINGS
�G GEOTECI1nICAL FIGURE NO:
GROUP PROPOSED RETAIL
FORT WORTH, TEXAS �
������� �:
�� � ._ . _ :-� ��
��_-�:��„�:.�--Y� �:� :�� .. .�
� ��_ : {. �� �°- � ; —Y� , ;�., : � � *'.. �w�; � � y �. �
� �;,r r�; �' I�,". ,•' �-�r;����;� ��,�'�, � �'�,r p. , ,. .�
�� ��� �,y , � �': . �, ' � .�`� . - �, * .
"'t. �? _ � . � •*'' } `'""�� ,� r �
' '�'�;''- 4��� r�� �+r� ��++��.,t�i _ +.� � Tti i I
j'.. ����. �r�i,yf;';�T-.��� .�� � 1 !
' _ . , +1��„� f� �._` � -- �Y'15 .r , .n S
I M �`y
• � .'}l- " l� . �} f 1 . f��..; ,�,���+'� �� �Y .�� -
I. _ �# � g��f �ts'i� _ �3;1�lS+' ' . �y�f � ' rt . �
! - • ��-�.K-- f - .�sy .� ��'' �r ':+5., T w�:-
:. � {, yF , �' l':}.,'rt r � J •' . . � i ��!
�� '+'_ !il'''i' {#� 'r+l.-.M; '.- .�'-.��.� • �y ' ' _
-�� a ' �S:j•��� 7} �-' .�'- '- �� f - � _
�! � �t'Gr �y4_ F.��ie] 1�,:R },rr .f.�,;i. �i r�
�'����' �+P' Jr��`�� :�r' ,k�}3��,tj%. ��i`:�'��'+�"' t �N��, F
'��.'�'�. 5 �� � ' .ti,. L
# } . . '7 ' �. � ' , r1� i� � �,+ r. ' �a . �' ' t . ,�,r-�'• � ! � �
. p t. E� �" � r .I f� i.'�' . k , �? �',y . +�
��r' ' f' a ^�'��= -
q r. �� i .y� .� . . ,.}"#, ; ; .!,. -
�- `,;, ti . r�� � ,y�.� s.�` - .�.�.�y � .. �':i�� , � f i' :+�.�� } r,
_ , • J�''�;���,'' �,,-'.;�5� ,y � � �Yr�� , � ��� :#
' F `�+� � � �4 p +4�.� �$Ji '' ' .,.r,j . ��,a �',,t� i i.,�: . ' .
��� 1� � {xq`j�, .� - ������ �: �y�� "� . .��y � � �� ��
��� , + y"����� ''�.��' . �' 1 M .'S}�. �; .�n'7 - ���� .�a.
��*,;.�y. � .'i� �'�,,y,f''.-� 4.'# ' ��i . .��Y _•,��'�r
.`5. r'F '� '�� } J, '�.�
., .� �. �'- . - _. , _ , a
��"' I � # � � ��} ,,'. . . ; -?i � -- �� �" . . ��%¢�
d��„ ' �1 , �'y 4 ti `.; ���Yc c +x ,+'*"t
�y
�. ' ` x�: �4�.+,'�•�A �����,,,,,:�`�•�;?1
��'-_ .'���'�.�f �! ':�L�i�i `I �t � � . '�F�'l� y�4�1y�y�l`4�� � k ��������ro���l
. � . � �� . ��.. .�: ,
Project: Proposed Retail - Haslet, TX
Date: 4/2024 Elev.:
Depth to water at completion of boring: Dry
Depth to water when checked:
Depth to caving when checked:
ELEVATION/ SOIL SYMBOLS
LOG OF BORING B-1
Location: See Figure 1
was:
was:
Project No.: DE24-060
DEPTH SAMPLERSYMBOLS DESCRIPTION MC LL PL PI -200 DD P.PEN UNCON Strain
(feet) & FIELD TEST DATA % % � % % pcf tsf ksf %
— 0 � —� �
—5
—10
—15
— 20
— 25
45/6"
soiz.zs��
50/0.12"
50/0"
50/0.5"
50/0.25"
50/0.5"
50/0.5"
50/0.5"
50/0.5"
Dark brown, brown and tan CLAY, jointed, w/ calcareous 2' 3.0
�nodules and organics (FILL) � — -- --2.s — -- —
Dark brown and brown CLAY, jointed s, �a z5 4s sa.s z.o
1.5
Firm to hard brown and tan severelv weathered
LIMESTONE, highly fractured, w/ calcareous clay layers
Very hard tan weathered LIMESTONE, fractured
Very hard gray LIMESTONE, w/ very hard calcareous marl
seams
Boring terminated at 25 feet
— 30
— 35
Notes:
FIGURE:2
Alliance Geotechnical Group, Inc.
Project: Proposed Retail - Haslet, TX
Date: 4/2024 Elev.:
Depth to water at completion of boring: Dry
Depth to water when checked:
Depth to caving when checked:
ELEVATION/ SOIL SYMBOLS
LOG OF BORING B-2
Location: See Figure 1
was:
was:
Project No.: DE24-060
DEPTH SAMPLERSYMBOLS DESCRIPTION MC LL PL PI -200 DD P.PEN UNCON Strain
(feet) & FIELD TEST DATA % % � % % pcf tsf ksf %
—0 �� — -- — — -- —
—5
—10
—15
— 20
— 25
— 30
— 35
Notes:
50/3"
50/2"
50/0.25"
50/0.25"
50/0.25"
50/0.25"
50/0.25"
50/0.25"
50/0.25"
50/0.25"
Dark brown and brown CLAY, jointed Z' 3.s
Dark brown CLAY, jointed, w/ trace iron stains and trace 24 ss 22 aa ss.o a.s+
calcareous nodules 4 �
Firm to hard brown and tan severelv weathered
LIMESTONE, highly fractured, w/ calcareous clay layers
Very hard tan weathered LIMESTONE, fractured
Very hard gray LIMESTONE, w/ very hard calcareous marl
seams
Boring terminated at 25 feet
FIGURE:3
Alliance Geotechnical Group, Inc.
Project: Proposed Retail - Haslet, TX
Date: 4/2024 Elev.:
Depth to water at completion of boring: Dry
Depth to water when checked:
Depth to caving when checked:
ELEVATION/ SOIL SYMBOLS
LOG OF BORING B-3
Location: See Figure 1
was:
was:
DEPTH SAMPLERSYMBOLS DESCRIPTION
(feet) & FIELD TEST DATA
—0
Dark brown and brown CLAY, jointed
Dark brown CLAY, jointed
50�'�� Firm to hard brown and tan severelv weathered
soio.s��
LIMESTONE, highly fractured, w/ calcareous clay layers
45/6"
50/3"
—5
Very hard tan weathered LIMESTONE, fractured
—10
50/0.25"
50/0.12"
Project No.: DE24-060
MC LL PL PI -200 DD P.PEN UNCON Strain
% % % % % pcf tsf ksf %
29 61 21 40 2.0
zs — -- --22 — -- —
Very hard gray LIMESTONE, w/ very hard calcareous marl
seams
—15
— 20
— 25
50/0.25"
50/0.25"
50/0.25"
50/0.25"
50/0.5"
50/0.25"
Boring terminated at 25 feet
— 30
— 35
Notes:
Alliance Geotechnical Group, Inc.
FIGURE:4
LOG OF BORING P-1
Project: Proposed Retail - Haslet, TX
Date: 4/2024 Elev.:
Depth to water at completion of boring: Dry
Depth to water when checked:
Depth to caving when checked:
ELEVATION/ I SOIL SYMBOLS
DEPTH SAMPLER SYMBOLS
(feet) & FIELD TEST DATA
—0
Location: See Figure 1
was:
was:
DESCRIPTION
Dark brown and brown CLAY, jointed
5o�a�� Firm brown and tan severelv weathered LIMESTONE,
_5 50�2" � highly fractured, w/ calcareous clay layers
Boring terminated at 5 feet
—,o
—15
— 20
— 25
— 30
— 35
Notes:
Project No.: DE24-060
MC LL PL PI -200 DD P.PEN UNCON Strain
% % % % % pcf tsf ksf %
— -- --4.0 — -- —
20 53 18 35 97.8 4.25
2.0
— -- --2.5 — -- —
FIGURE:5
Alliance Geotechnical Group, Inc.
LOG OF BORING P-2
Project: Proposed Retail - Haslet, TX
Date: 4/2024 Elev.:
Depth to water at completion of boring: Dry
Depth to water when checked:
Depth to caving when checked:
ELEVATION/ SOIL SYMBOLS
Location: See Figure 1
was:
was:
Project No.: DE24-060
DEPTH SAMPLERSYMBOLS DESCRIPTION MC LL PL PI -200 DD P.PEN UNCON Strain
(feet) & FIELD TEST DATA % % � % % pcf tsf ksf %
� . Dark brown and brown sandv CLAY, w/ trace gravel and �s 43 ,s 2� --- --s.o --- —
�trace organics (FILL) � 3.0
Dark brown CLAY, jointed 34 z.5
Dark brown CLAY, jointed, w/ limestone fragments
50/6"
_5 so�s�� _ Firm brown and tan severelv weathered LIMESTONE,
I highly fractured, w/ calcareous clay layers
Boring terminated at 5 feet
—,o
—15
— 20
— 25
— 30
— 35
Notes:
FIGURE:6
Alliance Geotechnical Group, Inc.
KEY TO LOG TERMS & SYMBOLS
Symbol Description
Strata svmbols
� CLAY
LIMESTONE ,
severely
weathered
LIMESTONE ,
weathered
LIMESTONE
� CLAY,
sandy
Soil Samplers
. Thin Wall
Shelby Tube
� Auger
1I
Notes:
THD Cone
Penetration
Test
1. Exploratory borings were drilled on dates indicated using truck
mounted drilling equipment.
2. Water level observations are noted on boring logs.
3. Results of tests conducted on samples recovered are reported on the
boring logs. Abbreviations used are:
DD = natural dry density (pcf) LL = liquid limit (�)
MC = natural moisture content (�) PL = plastic limit ($)
Uncon.= unconfined compression (ksf) PI = plasticity index
P.Pen.= hand penetrometer (tsf) -200 = percent passing #200
4. Rock Cores
REC =(Recovery) sum of core sample recovered divided by length
of run, expressed as percentage.
RQD =(Rock Quality Designation) sum of core sample recovery 4"
or greater in length divided by the run, expressed as
percentage.
FIGURE:7
Alliance Geotechnical Group, Inc.
SWELL TEST RESULTS
ATTERBERG IN-SITU FINAL VERTICAL
BORING DEPTH UNIT LIMITS MOISTURE MOISTURE LOAD SWELL
NO. (FEET) WEIGHT LL PL p� CONTENT CONTENT �PSF� %
B-1 * 2-3 98.8 74 25 49 24.5 31.7
B-2 1-2 99.0 66 22 44 23.9 29.1
P-1 1-2 97.8 53 18 35 20.0 25.6
*Sample was air dried prior to testing in order to simulate dry soil conditions.
PROCEDURE:
313 8.4
188 5.5
188 5.3
1. The subject sample is placed in a confined ring. Then, the design load (including
overburden) is applied to the sample.
2. The confined ring with the sample is then submerged with free water with surfactant
and allowed to swell completely.
3. Once the swell movement stabilized, the design load was removed and the sample was
retrieved for final moisture content determination.
ALLIAnCE
� G GEOTECI1nICAL
GROUP
Project No;
DE24-060
SWELL TEST RESULTS
PROPOSED RETAIL
FORT WORTH, TEXAS
FIGURE
8
SOLUBLE SULFATES
RESULTS
BORING NO
DEPTH
(FEET)
SOLUBLE SULFATES
(PPM)
P-1
ALLIAnCE
� G GEOTECNnICAL
GROUP
1-2
..�
Project No:
DE24-060 SOLUBLE SULFATES RESULTS
PROPOSED RETAIL FIGURE
FORT WORTH, TEXAS 9
FORT WORTH:, CITY OF FORT IVORTH TRANSPORTATION/PURI.IC R'ORKS DF,PARTMENT
� STANDARD PRODUCTS I.IST AS OF 2/4/2025
9/920Z2
6242024
1�');21122
4/ 12024
9/Yi2U22
9/920Z2
29/202>_
9/9/20Z2
9/Y/2022
9 9:?022
)")i2022
1292024
9/9/POP>_
9 9.2�22
9R3R024
9/92022
4/]/2023
9/92�22
9/9/2022
an rzov
6/12023
6/120Z3
11/2/2022
4/]2023
9/Y/2022
9/920Z2
29/2022
10/42027
10/4/0023
7/10/2021
Vlfrf_>023
1242027
9/9/2022
10�24;2�24
10/24/2024
i on sn_oza
9L9/POP2
9/92�22
10/10/POP2
9/9/20a2
9/Y/2022
9 92022
9/920Z2
H/Y2U22
9/920Z2
1�');21122
9/920Z2
9/Y/2U22
9/920Z2
9J9/2022
9/9/3032
9/Y/2022
9 9 ?0?2
)")i2022
9 9 2022
9/92022
4/27/2027
9/9/2072
8/42023
II/20/2023
i i rzorzov
9/9/2022
9i9rzozz
9'1 2022
9/920Z2
10/242024
9i i zrzoz�
9/Y/POP2
9/920Z2
1/I N/2023
1/I tl/2023
Concrctc
Class A`1'Sidewalk, ADA Rainns, Driveways. Curb/Gatter, MeAian Pavement)
U3 3U UU Mix Desi�n Amcnra� Conerete Cumpany 3UCAhU29
O11000 MixncsiAn RiyTownConcmtc 302050-I
033000 MixDcsi�n dumwTenas 30L'IOIAG
O11000 �IixncsiRn RumcoTcxvs 10U500RG
033000 �IixDcsly� CaedcrConcrele YlVCC502001
O11000 �IixDcsiRn CvrdcrConcrctc PWCC502021
fi33000 MixDesign C�hrholmTwilRediM�x C�I30POAL'
O11000 �IixDcsi¢n CityConcrctcCompvny lOHA20Il
fi330 00 Mix DesSv C�owTowv Redi M�x PS-rW
Ol l0 00 Mix Dcsi¢n Cow Town RcAi Mix 350
0330 00 �lix DasSv Cow �fowv Redi M�x 350
07J000 �IixDc�iun �.: reAeRcedyMix R3050A[iWR
fk330 00 ]dix DasSo oC�H Covan.l� 6erviies oC�H4000
077000 �I�ixDcsiqn Ilolcim-SORInc 12fi1
033000 M�xDesis�� Hulcim-SOR,Inc 51'/"]
073000 MixDcsiKn Ilolcim-SOILInc 5409
033000 M�xDesi�i I�qwd6rone C301D
�l l� �0 Mix ncsiKn Nernn Nxrictte R213fi214
fd 30 00 M�x Desiep Ylerl�v Yler�e��a R2136014
Ol )0 00 Mix Dcsign Mvain Macictta R2136V I4
U3 3U UO Mix Dcsi�;� Manin Manclln IZ21361220
Ql_1000 MixDcsign MactinMacictta R2136N30
033000 MixDesiGn �lanin�lariella R2141K24
O7 70 00 Mix �Jcsi¢n �Iartin �Ivrictta R2136K 14
03 30 00 Mix Deslgn Manin Ma�iella IL� 131314
O11000 MixDcsi¢n �Ivrtin�Ivrictta R2133214
fi330 00 M�x DesSv Manm Maoella D54Y09C
Ol l0 00 �Iix �Jcsi¢n NRR Rcvdy Mix CI.S A-V V
fi33000 MixDes�Sv Ndltltezd�Miz CLOA-NY
O11000 �IixDcsinR Osbum 10A50MR
fk330 00 M�x DesiS�� Itepid Redi M�x RRM5U30A
O7J000 Mix�Jcsiqn RxpidRcdiMix RRM5525A
fk33000 M�xDesiS�� Hall�-Mix IOLIISU4
077000 MixncsiRn SRMC�ncrc[c 70R50
fk33000 M�xDesi�i flRMConaref 3fk35U
m 30 0o M�x n�s�A� sann co�o�om 3ooso
033000 M�xDcsigh 'GrreNC�onaref PWZ25A
�l l� �0 Mix �c�iRn Terrent Concrctc CP5020A
f}33000 MixDerlyo �C'arzaoiConcate TCI'W5420A
033000 MixDcsiAn TaccantConccc4 PW5525�2
033000 MixDesi�� TilenRcadyMin 3020AE
O11000 MixDcsiqn TrucGcitRcdiMix 0250-210
O11000 MixDcs�yf TrucGntRwli�Iix 02502101
Class CIP �Inlets, ManFOles, Janction Roxes, FIncasement, Rlockin¢, Collars. I.i¢htpole FoondaM1ons)
U33UU0 MixDesi�n Amci a�ConereteCumpany 4UCNhU65
O11000 MixncsiR�� �u'�coTcxas 40USOORG
03 30 00 Mix DcsiS� CuwTo.rn licdi �lix 255-2
O11000 �Iixncsiqn CowTownRcAi�Iix l55
U3 30 UO �lix Dcsign CuwTo.rn ILcdi Nix 255
Ol l0 00 �Iix DcsiGn Cow Town Rw1i �Iix 2']0
fi330 00 Mix Design C�owTowv Redi M�x 3"]0
Ol l0 00 �Iix Dcsi¢n Cow Town RcAi Mix 353
fi330 00 Mix DesSv C�owTowv Redi M�x P59
Ol l0 00 �Iix Dcsi¢n Cow Tmvn RcAi Mix l57
033000 �IixDasSv Holcim-SOR,Ine. I"]01
07J000 �Iix�Jcsi¢n Ilolcim-SOR_Inc. I551
033000 �IixDcsiS�� Hulam-SOH,Inc. 5409
077000 �I�ix�JcsiRn I.iqu�idSWnc C3fiIDN�A
fk33000 y1�xDesigli ylenm]Aer�e��a K2141230
0J3000 �lixncsiKn �lertin�lxrictte R2141R�
fk330 00 bl�x Desi�i Ylarlm Ner�e��a R2146F33
os s000 Mrxn��K� �am„�e�����a aziafiK��
033000 N�xDcsiep NerlmNer�e��a R2142233
O1J000 MixDcsiR�� MvainMacictta R21362Z4
03 30 00 Mix Dcsiy� Martin Manclln R2141233
O11000 MixDcsiAn �Iartin�Iecictta R21460J8
033000 �IixDesiGn �Ianin�Iariella R2146K34
077000 �Iix�Jcsi¢n NRRRcvdyMix CI.SPI-VV
033000 �IixDesign NdltllcadyMlz 'CXC-YY
O11000 �IixDcsi¢n NRRRcvdyMix TXC-\Y
fi3 30 00 M�x DesSv Itapid Redi M�x RRM5320A
U3 3U UO Mix Desi�;� Rapid Redi Mix RRM6020ASS
3000 psi Coocrele foc Sidewelks & ADA Remps
3000 osi Concrctc Poc Curbs end Sidcwalks
3000 psi Co�crele Min for Fla��wrk
3000psi Concrctc �Iix for Sidcwelks
30U0 Osi for Sidcwalks, Dnvcways, ItamOs, Curb & Gu��ec h'la�work
3500 psi concrc4 for Sidcwvlks. �rivcwvys. Rvmps. Curb & Giittcr
3000 Os� Concrele fo� D�rveways, Curb & Gu��e�
3000 psi Concrctc Mix forPlockin¢, Sidcwvlks. �Iahvork, Pads
30000siCovoreleMizOitlewalkc,ADARemUe,Drivewaya,Cirbh6i��er 6ale�y2iidTrea�meii�s NoiilxDO'fRelammgWalls
3000 Psi Concrctc Mix for Sidc�valks. �rivc�vays. A�JA RamPs
3000 Osi Coiicre�e Miz lor 0�dewalks, Dnveways, ADA Itainps
5-OOSecks/l_OOOPs C n ctctorSid �elFs_Remps_Inlcts eidManholcs
4000 O9� Concre�e lor for S�dewalAs R� nps Headwallv I I I�. �nd Slomi D� n Slruclurea
3000 Psi Concrctc Mix forSidc�vxlks
3000 Os� Concre�e Ma for 0�dewelks, Corbs end Go��ers
4000 psi Concrctc Mix for Sidc�velks, Inlcb
3,000 pa� Conorcic fnr B�dcwelks, Approeohes, antl Drrveweys
3 �0� �si C'nncrctc fnrSidc�velks & Remps
3,000 ps� Conarcic for S�dcwelks & Remps
5.00 sacks / 3,000 psi conccctc tor Sidcwalks
3,UOU ps Conaete for Sdc.ralks and liemp�
3.000 psi Concmtc iDr Sidcw�lks and Remps
4,000 ps Conae�e forJunclion k3oxes, Sidewalks and ItamOs
3.000 psi concrctc Por sidcwalks and ramps
3,000 ps Concre�e forSidewalks & Itamps
3.000 psi Concrctc forSidcwvlks & RemPs
3,000 p� Cone�e�e for0�dewalks & Ramps
5-00 Sacks / 1.000 Psi Concrctc Por Sidcwulks & Ramps� anA Cnrb & Guttcr
5 00 Socks ' 3,000 0�+� Cuncre�e lur SiJew�lks S Itamps, anA Curb &(:uuer
5 SK /3.000 psi Concrcre forSiAcwalks
3000 Os Conne�e for Curb, Quller, Dnveways, 0�dewelk, Itemps
3600 Psi Concrctc for Sidc�velks, APP�echcs ADA Remps
6 00 Hacks / 4,000 psi Conae�e Ma fnr 0�dewelks, Curb & Quller�0ewer Manhole�lnlets, S. lunclion Boxes
J000 Psi Concrctc for Sid� velks & ADA Remps
3000 O9� �-'oncre�e to� Bitlewallm � ADA Ramps
3000ps Concrctcfo'3dc��elksRem�, I Ic� Iv c onRoxcs ThvstRlocks C'ubenACu c' D-vc��eys_RenicrRemp
3000 Os� Coiicre�e Miz Ior Curb & G���er, Dr�vcwaysry Sidewalkv, ADA Ran�pv
30�0 psi Concrctc Mix for Curb end Guucr
3000 psi Coocrele foc Sidewelks
3600 osi Concrctc Mix tor Sidcwalks. Dcivc �ooroachcs, �DA Ramp, Cnrb and Gnttcr
3000 psi Coocrele lor Sidewalks
3000 ps� Concrctc Mi for �Ivtwork, Cu b& Giittcr, �J � i� ways, S dcwvlks. A�JA Rvmps
3000 psi Concrctc Mix for Cnrb & Guttcr, Drrvcwvys. Sidcwalks, �DA Ramps
4000p'C -Iefo�M� hl:&Uo11561
4000 p-� Co c c c Mi t. � S o nrein 5 chi c., �J'ivcways, Scrccn Walls, Collars
3000p:'C �crcicMi. 1-lilcls,'�hru��dlockin� Cu�c I r��ue�
3000p.iConcrctcMi fi-Iilct�ThlistRbckng.Concctc��cvscmcnt
3500 psi Concrcic M�n forY'la�work, Inleu, Thnisl dlockmS Concrcic rncazemen�
5000 psi Concrctc Mix for Caztti�Placc Rox Culvcns
5000 Os� Conarele Miz Ibr CasHA-I'laae eox Culverls
3000p.iConcrctcMi f-Sidc�vvlks.A�JARvmps.�ri�c�vvys.Curb&GiittcrSafcty��d'Il'catrnc�6No�'Ik�JOTRctaininRWalls
3600 Os� Covcrela vvz Ibr valleyQu��e6, L�ehipole Iroundauons
3600 4u� Concrctc Mix f�r Vallcy Giittcrs� I.iRhWolc �oiindations
4000 ps Covcrata M�z fnr4iortn Drain 01ivc�ures, 0annary 0ewer Manholes, ]unclion Box
3000 Psi Concrccc Mix PorAloc4:inq
4000 Os Concroto Ma fnr B�dowelks, Inlels
3,600 psi Coi r�4 forRcteininR �vell, dnvc�vey_ jtindion box eFl���-epproxch
4,000 pe� Concre[e for Manholea, lnle�s & Headwalls, Valve Pads
__3 3ecks / 4_0�0 ps Conactc fo' Ianenon Box Rox Cul-c 3idcwelks end Remps.
6 01 Backs / 4A�0 psi Oonae�e Ma [or CIC 0ewer Manholes
6,�I3ecks/40�Ops C n ctcMixforClPSc�vcrMenholcs
3,600 pv� Concre[e [or Ma�holev, Inlets & HesdwalLs
3.600 pni Conccc4 tor Cacb InICG
3,600 psi Con te forS�u n S�n�clures, Inlels, dlocki�K � r��eseme�l
4.500 psi Conc ctc f r Inlcts. Storm �rvin StnicNres
4000 psl Conerele fo� Inle�s, Manholes, Headwalls,Thnisl k3lucks, Collars
6-0o Sacks i a.000 ns� Concre�c Po� Co��urs, Manno�cs. eox RJvcns
3000 Os� Conarele Miz for Cu�b Inle�r
3000 nsi Concrctc Mix forCnrb Inlc6
3000 Os Covarele Ib� Nloakiv�
40U0 psi Cu�crele forSlrom Drain Sl�uctures
3-5" Slump; 3-6 % Air
3-5" Slump, lfi o �ir
3-5" Slump; 3fi % Air
35" Slump, 3fi% �ir
3-5" Sluinp; 3-6 % A��
35" Slump, lfi% �ir
3-5" Slump; 4.5-].5°�� Av
35" Slump; 3-6% �ir
3 �" SIumV; 3{05� Av
3-5" Slump; 3-6% Air
3-5" Slump; 3fi%Av
1 �' Slump�, 3-6% Air
: 5" Slum�'. 3fi"-� Av
t5" SIumR�-fi% Air
3-5" Slump; 3fi% Air
3-5" Slump;3-fi% Air
�S' Blomp:3fi% Av
3-5" Slump;}-fi% Air
3-5" Slmup:3fi% Av
3-5" Slump, lfi o �ic
3-5" Slump; 3� % Air
3-5" Slump, lfi"/o �ic
3-5" Slump; 3fi % Air
35" Slump, 7fi"/o �ir
3-5" Slump; 3fi°o Ai�
3-5" Slump, 3-6% �ir
3-5'• Slump; 4.5-].5°�� Av
3-5" Slump; 3-6% Air
i-5^ Slump; 3fi°b Av
3-5" Slump�, 3-6% Air
3-5" Slump: 3fi°L.4u'
3-5" SIumR 3-6% Air
3-5" Slump; 3fi% Av
3-5" Slump;J-fi% Air
i-5" Slump: 3fi9��.4ir
3 � Slump;3-fi% Air
i-+" SWmp: 3fi4�� Au'
3-5" Slump;}-fi% Air
3-5" Slump; 3-6 % Air
3-5" Slump, lfi o �ic
3-5" SlinnP; 3fi % Air
35" Slump, lfi"/o �ir
35" Slump, 7fi"/o �ir
35 Slunp-0-3/Air
l 5 Slu np }{ o �ir
3 5" SIumP; 3fi % Air
l�' Slump, lfi o �ir
3-5" Sluinp; 3fi % A�r
35" Slump, 7fi% �ir
3-5" Slump; 3{°/„ q�r
l � Slump; 3-6% �ir
3-5" SIumV; 3{05� Av
3-5" Slump; 3-6% Air
i-5" Slump�, 3fi%Av
YS" Slump�, 3L% Air
3-5" Slum�', 3-6% Au'
3-5" Slump;3-fi% Air
3-S' Slump; 3fi% Au'
3 � Slump;3-fi% Air
i-+" Slnmp: 3fi4��.4u'
3 _ SI mp; }.fi% Air
3-±" Sl��up:4 5-'/ 5% Au'
3-5" Slump, 3fi o �ic
3-5" Slump; 3fi % Air
3-5" Slump, lfi"/o �ic
3-5" Slump; 3fi % Ai�
35" Slump, 7fi"/o �ir
3-S' Slump; 3fi°o Ai�
3-5" Slump, 3-6% �ir
3-5'• Slump; 3{°„ qir
3-5" Slump; 3-6 % Air
FORT WORTH:, CITY OF FORT IVORTH TRANSPORTATION/PURI.IC R'ORKS DF,PARTMENT
� STANDARD PRODUCTS I.IST AS OF 2/4/2025
Concrctc(Con�inuctl)
1024� 0,.4 033000 AA n ���i SRMC c[c 40150 4000p f ' f I I M h I H d' II Th . RI k C II �. l5 SI P 16 ��r
10/24 2024 03 30 00 M U:�;n SRM C te 40N50 4000 p C I I I I � M� h I� H J��Jlc Thnul h3loiks Collan 3 5 SI �r 3 G� A r
9 16 2024 03 30 00 AA n.��f SRM C c[c 15050 3500 p C ' f Th RI k. d Colla'� l 5 SI np t fi" ��r
li'1,202 033000 �I U.r,n 1� � IC cr FW5320A 3000p C I M�I k31� knr; 35 SI p;3-G �Air
111'111.21122 113311110 �I U.ji,n I� � IC cre�e "ICFW6025A2 40110n��un�relelurhl:�nhule� 35 Slunu;3-G/�Av
ssC(Hra ��alls,��n¢��aIls,Culvcrls,DnllcaShaf[s)
Dr Iled SM1aft.s
9/Y2U22 U3 3U UO Mix Dcsi�;� BumcuTexas 36USOUBG 36U0 osi Cu�crele Mix for Liehtm� nnd Trallic Sie�ial h'ou�dvliuns (Drillctl SM1afls) 5 5-"/ 5" Slump; 3fi% Air
621202} Ol 10 00 M-x Dcs��� C� T �n Rcdi Mix 160-�5 3600 � C f � II d Sh H�.ieh � d T� ft S� I � d.� IDnlled Sl�aftal 5 5'/ 5 Slump l 6 0 �ic
IUl3U2U24 U33UU0 MixDes��;� rctndalLeadyMix K365�SArWR 36U0 iCu�irele�urDnlledShall'Li�l'�r.a�d'frv�17�eS' �Ihundation(Dn11eAShaf[sl >>�� Slunp-36/Air
12/52022 033000 MixDcs���� Holcim-SOR,Inc. 1822 3600osiConcrctcfoclDrilleASl�aflsl/[.iehtineandTca�cSi�nal�oiindations 55-�5"Slump,0-.l%�i�
9/92U22 U3 3U UO Mix Des��� Hulcim-SOIL Inc. 1 N59 40U0 osi Cu�crele fur(Dri11cA Shaf[sl/Liehtm� an�TnRc Sienal h'ou�dnliu�s 5 5-"/ 5" Slump; 3fi % Air
4/7/2023 033000 M-xDcs��� I�p dS[nc CJ6IDHR 3.600 -C t fo'fDrilledSM1aftLl_ h� idTraft S� I� A- 5.57.5 Slump,l6 o�ic
6R�R023 U3 3U UO Mix Des��;� �v(artin Manella U2146N41 6 44sacks. 3 b0U osi Concrete lor(Drillctl Shaflsl / Li�hl'�� a�d'fral7�c S' � I h undations � � Slump; 3fi / Air
62]202} 033000 MixDcs��� MactinMacictta U2146K45 b.bSsacks/3.600osiConerctcfoclDrilleASl�aftal/I.iehtineandTcaFeSie�z�roundetions 5-7"Slump,3fi°o�ic
8R2R024 U3 3U UO Mix Des��;� Nf3R Rea�y Mix 135K2524 35U0 osi Cu�crele fur(Dri11cA Shaf[1 Li}�loole huundations 5 5" Slump; 3fi % Air
8R2R024 U3 3U UO Mix Desiy�� Nf3R Rea�y Mix 135KU524 3500 osi Conerete foc IDri11eA Sl�aftl I.iehtoolc �oundation> 5 5" Sluino; 3fi % Air
Omer noo�����a�s
9/9/2022 Ol 10 00 Mix ncsign Cacdcc Concrctc �WCC602001 4000 psi Concrctc foc Storin �cain StnicNres, Manholcs. Hcedwalls. Rctnining Walls. Vnllcv Guttcrs. �rivc �pproachcs 3-5" Slump, ifi o �ic
9/92U22 03 30 00 Mix DesiS� Cily Co�crele Compa�y 40LA2011 4000 psi Cu�crele Min forSturrn Drsi� Svuclures 3-5" Slump; 3fi % Air
99/2022 033000 M-. ncs��Ji C-T mRcdiMix 260-2 3600p-�C ' M� t�R . C I . H d II. l5 Slunp 7fi"/o�ic
9i92U22 U3 3U UO Mix Des�gn Cow'fow� Itedi Mix 360-1 3600 p�i Con�rele Min lork3ox Culven. Head��all� \4in�walls 3 5 Slump; 3fi % Ai�
9/92022 033000 M:Dcsj�f C-T � RcdiMix 260-I 3600n.�C ' cMi f�H d'll l5 Slunp7fi"/o�ir
1292024 03 30 00 Mix Design r���ada lieady Min It3655Ar WR 550 Ss�k�/ 3,600 Os C� n�rele lo� Head«alls Wi��v.all�, ��d Culvens 3. Slinnp; 3fi% Ai�
9/92022 03 30 00 Mix Dcsj�f GCH Concrc4 Scrviccs GCH4000 4000 psi Concrctc for forSidcwvlks. Rvmps. Hmdwalls. Inlcis, nnd SWrm Dmin Struanres 3-5" Slump, l-6%�ir
9/9i2022 03 30 00 Mix Desgn Holcim-SOIL Inc. 1851 4500 Os� Co�crele fo� Slorm D�am Slruc�ures, Ha�d Placed Pavmg 3-5" Slump; 3L°o Ai�
4/I/2023 O11000 N-.��Jcsj�f Mvr[iMarictta 310IAP 3.600�SC c4fo-R --��WII 3�Slunp;4-7%Ar
&/30f_>023 033000 b1ixDesg� ManmManella It>_141R30 585�i4,0000sC� �e�elo�NarCilverl�S.Headwalls 35 Slimp;3fi%Ai�
9/9/?0?2 Ol l0 00 Mix �Jcsj�f Martin Marictta R214601i 4,000 psi Concrc[c forManholc� Inlcts & Hcadwalls. Velvc Pads 3-5" Slump�, 3-6% Air
9/9/2022 03 30 00 M�x DesiS�� SRM Concrele 40050 4,000 pw Conn'ele lor Headwalls, Rela�n�nS We�l Collars 3-5" Slump', 3fi°o Au'
9/9/?0?2 077000 Mixncsj�f SRMConcrc[c JSOZ 3.600psiConcrc[ctorJiindionRox,RcmininR\Valls 3-5"Slump;7-fi%Air
4/1/2024 03 30 00 M�x Desis�� SHM Concre[e 45050 4500 Os� Concre�e for S�orm Svuclures 3-S' Slump; 3fi% Au'
9/9/2022 O11000 �lixncs��n TxrrxncConcrc[c �W6020A2 4000VsiConcrctcMixf�rSrormnminSnvctures S-5"Slump;3-fi%Air
Class P (Machinc Placctl Pavin�)
624201A 32 13 I l Mix ncs���� Rj� Town Conccctc 160060-I 3600 osi Concrctc foc Machinc Placcd Pavi�� I-3" Slump, .ifi o �i�
6R4R024 32 13 13 Mix Des�S� BiK ���o�r� Concrete 362060-I 3600 psi Cu�crele fur,Viachince Placed I'avmq 13" Slump; 3fi % Air
9/92022 32 13 13 Mix ncs��� C�cdcc Concrc4 PWCC552091 3600 osi iDr Machinc Placcd Pavinq I-3" Slump, lfi"/o �ic
9/9i2U22 321313 MixDes��n CarderConcrele hWCC602091 40U0psiforMachinePlacedPaving 13"Slump;3fi%Ai�
992022 321313 M: �Jcsj�f CryC rctcCanppny l6I.A2011 3600p-�C ' M� f�M F PI dP q I l Slump,3fi"/o�ir
9/9/2022 33 13 13 Mix DesiGn Co�� Town Ited� N�ix 25�-M 3600 0�� Concrele Min IorMa�hme 1 laced 1 avin� I 3 SlumU; 3fi % Ai�
I I/142022 32 13 13 Mix �Jcsj�f Cow Town RcAi Mix 157-M 3600 psi Concrc�c Mix forMachinc PlaccA Pavinq I-3" Slump, l-6%�ir
9/9i2022 32 13 13 �lix Desg� Cow Town Redi M�x 260-M 4000 Os� Co�crele Min lor Machme I'laced Pavi�,�, 13" SlumU; 3L°o Ai�
9'9/2022 3? 1317 N-.��Jcs C T� RcAiMix 360-M 4000J -C - cMi f-M I- PI ccAPa�-ng I l Sl mp;l-6%Ar
2'62024 32 13 13 �lix Des�� r���ada Ready Miz N3655AeWR 5 50 S� �ksi 3,600 Os C� � e�e lor Machine Placed Pavmg 1 3 Slump; 3fi% Ai�
8'4/?0?3 3?1311 �I:��Jcsj�f Mar[iMarctta Q2141R?'] i-69 k/40004-C - f M hncPlaccdPevinG Il Slmp�,3-6/oAr
I I/2/ 022 32 13 13 M�x Design Marl�n Mar�eua Q2141K30 4,000 ps� Conu'ele lor Maih�ne 1 laced Pavin� 1 3 Sli mp�, 36% Au'
10/42027 321317 Mixncsj�f NARRcxdyMix TXCS�-YV SSOSacks/1,600PsiConcrctcforMachincPlaccdPavinR I-3"Slump;7-fi%Air
10/4R0>_3 32 13 13 M�x Design NdR Ready Mix 'I X C Sh'-NY S SO Sacke / 3,600 0s� Concrele for Machuie Placed Pav�ng 13" Slump; 3fi% Au'
10242p24 32 13 I l Mix ncs��f SRM Concrctc 4006R 4000 psi Concrctc for Mxchinc Plxccd PxvinK 1-'S" Slump; 3-6% Air
10/24/2024 32 13 13 M�x Design SRM Concre[e 40825 4000 O9� Concre�e for Machine Placed Pavmg 13" SWmp; 3fi% Au'
9/Ifi/2024 32 I S 13 Mix ncs��f SRM Concrcr 40025 40�0 psi Concrctc for Mxchinc Plxccd PxvinK 1-3" Slump; }-fi% Air
10/Itl/2024 321313 M�xDes��i SRMConcre[e 35023 3600psiConcre�eforMachinePlacedPavm� 13"Sl�mp;3fi%Ai�
9/92022 32 I 3 13 Mix ncsiKn Txrrxnt Concrctc FW5520AMP Sfi�O psi Concrctc tor Mechinc Pleccd PevinK 1-3" Slump; }-fi% Air
9/9/2022 32 13 13 Mix Desi�� Tn�e Gnl Redi Mix 0255 23U1 36U0 psi Cu�crele Mix for Muchine I'luced Puvi�K I-3" Slump; 3.5-6.5 % Air
9/Y2U22 32 13 13 Mix Desi{�� True Gnl liedi Mix 026U 23U2 4000 psi Cu�crele Min for Machine I'laced Pavi�K 13" Slumo; 3.Sfi.5 % Air
Class H (HanA PIaceA Pavin¢)
9/9/2022 321311 M-xDcs��� Amc'canCo�ccc4Comoa�Y 45C��0�6 45000 �C tcfocHandPlaccdPavinA l5 Slunp 16 o�ic
5'22U23 32 13 13 M x Des��� diK � Conirete CM 14520Ar 4500 p:' C ele fur Ha�d Placed I'avm{; 3 5 Slump-3fi / Air
9/9/2022 32 13 13 Mix ncs��Ji Rj� Town Concrctc 452065-I 4500 osi h�nd �laccd oavinQ 3-5" Slump, 7fi"/o �ic
9/92U22 32 13 13 Mix Des�r;n I3iK'�o��n Conae�e 450U65-I 4500 psi hand placed pavmg 3-S' Slump; 3fi % Ai�
9 92022 32 13 I7 M: �Jcsj�f R� Tcxes 45USOORG 4500 p-� C ' M� f� H d PI cd Pa� nq Sto'n S�nicNres l 5 Slump, 7fi"/o �ir
9/9/2022 321313 MixDesiGn Carde�Concrele hWCC602021 45000���o���e�elorHandlla�edlavin� 35 Slump;3fi%,Ai�
9'92022 321311 �Ix�Jcsj�f C.0 crctcConppn} 45NA20II 4500p--C ' NI f-H dPl dPa�inq 1�Slunpl-6%�ir
9/92022 321313 MixDesgn Co��TownRediMix 265 45000S�Co�creleMi.�IrHandPlacedPavi�g 35SIump'3L%�Ai�
9/9/2022 3? 1311 N.��Jcs C T� RcAiMix 365 4500J -C 'c�cMi f-H dPl dPa�-n l Sl mp;l-6%Ar
1/29i�024 32 13 13 b1ix Des�� r���ada Ready Miz R4560ArWR/ 6 00 S� �ksi 4,500 Os C� e�e lor Hand Plac� PavmG 3 5 Slump; 4fi% Ai�
9/9/?0?2 3? 13 Il Mix �Jcsj�f GCH Concrc[c Scrviccs GCH4i00 4500 Psi Concrctc HanA PlaccA PavinR 3-5" Slump�, 3-6% Air
10/4/_>024 32 13 13 M�x Design Holam-SOR, Inc. 550"] 4500 0s� Concre�e Hand Placed Pavin� 3-S' Slump�, 3fi%Au'
9/9/?0�2 321317 Mix�Jcsj�nf Holcm SOR���c I851 4500�-C -cforS - D'- S icNrsHandPlacdP -�Y 15 Slunp;lfi/oAir
II/?/202? 321317 Mixncsign MartiiManctta R2146N15 6-Ilsacks/4500psiwcccforHaidPlaccPavnglnlc:,Men�olctHcad�valls M1S Slunp;l-fi/oAir
FORT WORTH:, CITY OF FORT IVORTH TRANSPORTATION/PURI.IC R'ORKS DF,PARTMENT
� STANDARD PRODUCTS I.IST AS OF 2/4/2025
Concrctc(Connnuca)
8/4/2023 32 13 Il Mix ncs��� Mactin Macictta R2146R1b 6.17 /4,500 osi Conccc4 tor Hand Placcd PavinG 3-5" Slump, lfi°o �ic
11RR022 32 13 13 Mix Dcs��n Mattm Manelln R2146N36 4,SOU psi Concrete for Hand I'laced Pavi�K 3-5" Slump; 3fi % Air
I I/22022 32 13 Il M: ncs���� M�ct i M�cictta R2146K36 4.500 R� C c4 fo � H d PI ccd Pa� ���° 1 5 Slu np, lfi/o �ic
522/2023 32 13 13 M x Des�Gn Martin Mariella R2146K3� 622 k' 4 500 Osi C� I I�� Hand 11� �ed I'avinG 3 5 Slump; 3fi / Ai�
11f21f2023 32 13 13 Mix �Jcsj�f Mvrtin Mvrictta R2146R44 6-60 Sacks / 4,500 psi Concrctc Mix for Hand Placcd Pavinq 3-5" Slump, 7fi"/o �ir
12/22/2023 32 13 13 Mix Desi�n Manin Manella It>_ 146K44 6 60 Sacks/ 4,500 Osi Concrele Min forHand I'laced 1'avi�� 3-5" Slump; 3fi% Ai�
I I/152022 32 13 13 Mix �Jcsj�f �Ivrtin Mvrictta R2146P16 4.500 psi Concrc4 forHand PlaccA Pavinq 3-5" Slump, l-6% �ir
11/ISi2022 32 13 13 M�x Desg� Manm Manella R2146K36 4,500 ps� Conae�e lor Hand Placed Pavi�,�, 3-S' Slump; 3L°o Ai�
9/9/2022 3? 13 Il Mix �Jcsj�f �Iertin Mvrictta R2147241 4,500 psi Concrc4 f�rlland PlaccA PavinR 3-5" Slump; 4.5-7.5 % Air
9/9i2022 32 13 13 �lix Das�S� �lanm �lanella R3146>_36 4,500 pe� Concre�e for Hand Placed Pavin,q 3-S' Slump; 3fi°o Ai�
9/9/?0?2 3? 13 Il �Iix �Jcsj�f �Iertin �Iarictta R2146016 4,i00 psi Concrctc forllanA PlaccA PavinR, Inlc6 3-5" Slump�, 3-6% Air
9/9/2022 32 13 13 �lix DesSn �lari�n Maneua R2146242 4,500 pe� Concrele forHand Placed Pavin� 3-S' Slump�, 3fi%Au'
9/9/?0?2 321317 M-.��Jcsj�f �I inMxrictte R214fi042 4,SOOp-C c[cto-HeidPleccAPe�-� 1� Slunp;l-6%A�
10/4R0>_3 32 13 13 M x Desis�� 'JdR Ready Mu ClS P2-YY 6 50 Sacke / 4,500 Os� Concrele Cor Hai d�laied 1 av�nS i 5 Sli mp; 3fi% 4u'
10/4/2021 32 I3 13 Mix ncsj�f VRR Rcxdy Mix CLS P2-NV 650 S k. 45�0 Vs C f� 11 nd Placcd PavinK M1 5 Slu np; 3 6% A r
'//10R023 32 13 13 M�x Desi�i Ovburt� 45A60MR 6 SK. 4 500 pa� Conu'e[e for Hand 1 laced Pa�in� i 5 SWmp; 3fi% 4u'
I/24/2027 321313 Mixncs��f RxpidRcdiNix RRM6J20AlIP 4500psiConcrctcforllxndPlxccdPxvinK 3-5"Slump;}-fi%Air
I/13R023 32 13 13 N�x Des�pi SRM Co�crcic 4±023 4500 psi Concre�e for Hand Placed Pavm�* 3-±" Sl�mp; 3fi% Au'
9/92�22 32 I 3 13 Nix ncsiKn SRM Concrctc 450�0 45�0 psi Concrccc tor I lend PleccA PevinK 3-5" Slump; }-fi% Air
10242024 32 13 13 Mix Desig� SRM Concrete 45350 45U0 psi Cu�crele fur Hand Placed Pavm� 3-5" Slump; 3-6 % Air
10242024 32 13 13 Mix Dcs��� SRM Concmtc 45850 4500 psi Concrctc Poc Hand PlaccA PavinG 3-5" Slump, lfi°o �ic
10/IR/2024 32 13 13 Mix Des�y� SItM Conerete 45050 4500 psi Co�crele lor Ha�d Placed Paving 3-5" Sluinp; 3fi % Air
9/9/2022 32 13 I7 Mix �Jcs n� Tvccvnt Concm4 �W6020nHP 4500 psi Concrch Mix for Hand Placcd Pavinq 3-5" Slump. 3fi"/o �ir
9/92U22 32 13 13 Mix Des�gn '�arzanl Conc�e�e h WbOAFiP 45U0 Osi Concrele Min forHand I'laced Pav�n� 3-5" Slump; 3fi % Ai�
9 92022 32 13 13 �vI Dcsj�f T t Concrctc TCPW6020iVIP 4500 �� C ' t NI f' H d PI d Pavinq l� Slu np 7fi"/o �ir
9/Yi2022 32 13 13 �lix Desi�n '�ilan Ready M�n TRC45>_0 4500 0� � Concrele lo� H� �d 1 la�ed 1 avmg 3 5 SlumU' 3fi°o Ai�
9'92022 321311 N-��Jcsj�f T GritRcAiMix 02602101 4500p.-C - M f-H dPl dP -e l� Slunp3-6%�r
9/92022 321313 NixDesig� TneGnlRediM�x 02652301 45000s�Co��releMinlor�alleyGi��e�e,HandllacedPavin,q 35 Slimp'3.SL.5%Ai�
9/9/3032 33 13 Il �Iix Dcsj�nf 'I}uc Grit RcAi Mix 3']0.330 5000 Psi Concrctc for Hvnd Plvccd Pavin¢ 3-5" Slump; l-6% Air
10/9/2024 3? 13 Il �Iix �Jcsi¢n Wildcettcr 45?OAI 4500 Psi Concrctc for Hand Placcd Pavin¢ 3-5" Slump�, 3-6% Air
Class HF.S (Hi7I� F.arlv 3tren¢H� Pavin¢)
9/92U22 32 13 13 Niix Desi�;� diK � Concrcte 145UOAr 45U0 psi Cu�crele fur HiKh rarly Slren�th Puvi�K 3-5" Slump; 3-6 % Air
9/92022 321313 Mxncs��� R� Tcxas SSU120AG 4000o-�C ' M t H�Ah� rlySt�cnGthPa�-�¢ l5 Slunp lfi o�ic
9 9/2022 32 13 13 Mix Des�S� Cuw'fo�r� Redi Mix 3"]0-1 NC 4500 p: i Cu�crele lur HrS Pavi�K 3 5 Slump; 3fi % Air
9/9/2022 32 13 I7 Mix �Jcs n� Cow Town Rcdi Mix 7"/5-NC 5000 psi Concrctc for H�S Pevinq 3-5" Slump. 3fi"/o �ir
9/9/2022 32 13 13 Mix Des�gn CowTo.vn Redi Mix 3"]0-NC 45U0 Osi Concrele fo� HrS Pav�n� 3-5" Slump; 3-6 % A��
I/IR2021 321311 rvI �Jcsjf C T� RcdiMix 380-NC 4500J.�C ' cforH�SP R@ l� Slunp,7fi%�ir
1/_>9/_0_4 321313 MixDes�n t��adaReadyMin 45�SArSC "]SOS�ck�/4,SOOOs(3,OOOOs�ib?3-0ay)Conae�eforHrSPavmg 35 Slump;3L%�Ai�
9/92022 32 13 Il �Iix �Jcsj�f Ilolcim - SOR, Inc. 2125 5000 �i Concrctc for H�S PavinR 3-5" Slump; 3-6% �ir
1/24/2023 32 13 13 �lix DesiS� L�qu�d S�o�e C451 DHR-A 4500Us� Concre�e lor HrS I'avmS 3-5" SlumU; 3L°o Ai�
4�'1/?0'3 3? 13 Il M-.� �J sj�f Mar[ i Mncictta R2161 K']0 6.000 ps (l 000 ps � 4 h-_) f rHIiS Pnvin¢ l Slump; l-6%Air
2/IOi>0>_3 32 13 13 �lix Desg� SItM ConcrGe 50310 5,000 pe� Concrele �or�-IrS 1 avmg 3 5 SI imp; 3fi% Av
9 9/30�2 33 13 17 �I-x Dcs SRM C ctc 40326 4.500 (l 000 a l Ae� ) 4- C - c Po H�S P vinR l� Slu np; l-6/o Air
9 9202> 32 13 13 �I�x Desi�u 'f� rram Conn'ele Y W65>_OAMR 4500 (3000 p i C<i 3alaya) O9� HrS Pavin„ 3 5 Sli mp� 3fi/ Au'
9/92022 32 13 13 �I�x Des�j��i l arrant Concrele YW"]520AMR 4500 (3000 ow (l3daw) Dsi Concre�e HtS Pavm�* 3-S' Slumu:3fi% Av
Class S(BriACc Slabs, ry�o0 Slabs of Direc[ Traffic Colvcr[s, AO�roach Slabs)
9/92022 32 13 13 M-. Dcs��� (' -T. �n Rcdi Mix 260 4000 0� C ' M� t� R� �jgc SI b R. C I� . H d- Ils l 5 Slump 1 6 0 �ic
9'92U22 32 13 13 Mix Dev�� Cuw'fow� Redi Mix 360 4000 psi Co�irele Min for k3nd{,e Slabs, k3ox Culven�, Headwalls 3 5 Slinnp-3fi / Air
9'9/2022 32 13 13 M: ncs C-T � Rcdi Mix 165STX 4000n.� C ' f c R-dq I b. I b. fd ' fi c ciihcls ap1� ch slebs-TXnOT Class S-No �ly Ash l 5 SIu np 3-("/0 �ic
1292024 32 13 13 Mix Des��n r��rada Ready Min It4060Ar Wli 6 00 Ss�ks/ 4,000 Os' C� n�rele lo� lind„e Slab�, 1 op Slabs and AOOrusch Slabs 4 6 Slump; 3fi % Ai�
S/3/2023 32 13 13 Mix Dcsj�f �Iartin Mvrictta M'/R42344 4.000 �i Concrc[c for Rrid¢c Dcck 35" Slump, 4.5-7.5"/0 �ir
4/I/2023 321313 MixDesi�n �IaninManella It>_1461'33 601sa�s/4,OOOOsiconc�e�efork3ndS'eDuk 3-5"Slump;3fi%Ai�
4/15201A 321313 M-x�Jcsj�f N�RRmdyMix TXS-NV 5505 ks�4000J�siC M f�CI SSIbP inq No�lyAsh l� Slunpl-6%�ir
4/IS/2024 321313 MxDesS� Nk3RReadyMiz TXS-YY 450Sck��4001�siC���releMinlorClaceSSlablavin,�, 35 Slump;3fi°oAi�
5/Si2023 32 13 13 M�x De �am SItM Concre�e DIOOOOR553CB 4,000 us� Concre�e lor ddndee Auu��ach Slab, Deck Slab 3-S' Slumu; 36°o Ai�
Concre�e aasc'rrcnm kcoair
9/92@2 �ontroldlmlwShenctl�'Nlaterial I�u'�coTcxas I�RYSO�i� IROOps�C cccATPoM1Ra.ckrTcnchR�a�r� IS'/�SWmp,}Ifi%�ir"' I
9/92U22 U3 34 13 Mix Desi�;� dumm ��cxas 01 Y69UBF I OU psi Concrete Mix fur hlo�rable h'ill h'luwnble; 8.5-1 I 5% Air
9/9/2022 01141l M-xncs��� C d Concrctc �WCCJ59101 50-ISOo��I �ablc�ill-CISM l5 SI .R-12"oAir
992U22 U33413 MixDes�S� CarderCu�crele hWY'h23"]501 50-I50psihlo�rableY'ill-CLSM h'lowable;�.5-115%Air
99/2022 01141l M-x�Jcsn� C yC rctcCam�eny I I-350-�� 50-I50/,n�.�C ' for�loweblc�illL[SM �lowablc 812% Air
9/9/2022 U33413 MxDes�gn CowTo.�nRediMix Mix#9 "]00���'�o��ableYlll-CLSM "]9 Slump'N11%Air
10/4 2021 Ol l4 1l Mix �Jcsj�nf NPR Rmdy Mix �TW �I.OW �II.I. I SO%�� 'c�c for �lowvblc '/ 10 SlumJ� 8 12"/0 �ir
9/92022 01141l �Iix�Jcsi¢n TvrrvntCo�crc4 �W��ISOCISM 50-I.Op--�I wvblcrll-CISM �lowablc $ 12"/oAir
4� I!21123 3C1 3�r�0e RIR1R n Ui�i�n M:irtin Manell.i R214111311 4,11011 psi C'oncrete for Ripr.ip 3-5" Sluinp; 3-G4�� Air
4/IRU23 I31 3"] 00 I M x Dcsivn I Mattin Manelln I R2146033 I4.000 oi� Concrete for Itiorao I3-5" Slinno; 3fi % Air I
4s/�M1a1tPa�in7
9/92U22 3� I2 16 iNix Desi�;� Ausli� Asphall
9/9/2022 32 1216 Mix Dcs��� Austin �sRhalt
9/92U22 32 12 16 Mix Des��� Ausli� Asphall
S/12024 32 12 16 Mix �Jcs n� Rcvnolds �sRhelt
9/9/2022 32 12 16 Mix Des�gn Ileynolds Asphall
9/92022 32 1216 Mix �Jcsj�f Rcynolds ��f�hvlt
12/520>_2 33 12 16 Mix DesiGn Sunmoun� �avmg
9/9/20Z2 3Z1216 MixDcsj�f SunmountPvvin¢
9/Yi2022 32 1? 16 M�x IJesig� TXNIT
9/9/3032 331216 MixDcsj�f TXRIT
9/9/0002 301216 MixDcsign TXRIT
Y"f5f311�Y65 hT5Bl1"/965I'G64-22'fypedhinedase
I'TIRI39965 �IRI19965PC6¢22Ty cR�incRasc
Y"f1k311�.2 YTldll"]2PG6422Typ�Y'i�ek3ase
140-�G-R P 340-�JG-R PG64-22 T}�1�c R Rasc Ca�rsc
1 I 1213 I 112k3 PG6422 Type fi }'ine k3ase
30]6FSv(422 30�(k3V64?2PG62-�2TIYVeNFneNase
141-RRAP6422�RG 341-ARAP6422�RG PG64-22 T)�pc R �inc Rnsc
3"]-211305-20 3�-211305-20 PG64-221'We N 4me Nace
44-21 I105-I'] 44-? I 1305-17 PG64-?2 Typc I3 �inc I3asc
2113Q5�IJ5J) 21L�Q5(IZS'/�P6641ATypcRRincRasc
FORT WORTH:, CITY OF FORT IVORTH TRANSPORTATION/PURI.IC R'ORKS DF,PARTMENT
� STANDARD PRODUCTS I.IST AS OF 2/4/2025
ASOhaI[[Con[inucA)
9/9/2022 32 12 16 Mix DcsiAn
4/I/20Z4 3Z1216 MixDcs��
etectable Rarninq Su�ace
9/92U22 321320 DWS-Pavea
9/920Z2 321320 DWS-Pavco
9/92022 321320 DWH-Composlte
9/920Z2 321320 DW3-Gmoositc
4/]/2023 321320 DWS-Pevccs
� SiliconcJoinlScalan[
�9/9/2022 32 13'/l ]ointScalant
�9/92U22 32 13 "/3 lumt Seala�l
�9/92022 3213'/l ]ointScalant
�9/92022 3213'/l ]ointScal�nt
� UlililV'1'rcnchEmbcdmcn[SanA
�9/92022 330510 �mbcAmcntSand
�9/92U22 33 OS 10 rmbedme�l Sa�d
�9/92022 330510 �mbcdmcntSand
�9/Y2U22 330510 rmbedmcn15and
�9/92U22 330510 rmbedmc�15a�d
TXRIT 64-2 24 1 2 5-ISPG 6¢21AI25-18PG70-22Typc��incSiicfacc
TXRIT 144 M�CSP-� ]0-22XR 344 MACSP-D "/0-22XR SAC A-RTvoe D h'i�e Surluce
I'me Hall dnck (Wmstu� Salem, NC) Tactilc Pavcrs
Wcstcrn Rcick Ca (Houstoi� TX) Dctcetablc WarninR Pavccs
Arinu� Tile
A�JA Solutions [Wilminqtoit MA) HcritnAc Rcick CIP Composih Pavcr
AnA Solutions f Wilminqton, MA) Deleclable Wamm� I'avera
Dow 890SI_ 890SI.-ColdApplicA,3inglcComponcnt3iliconclointScalant
Tccmco 900SL 900SL-Cold Applied, Smyle CompooenL SiLcone lomt Sealaol
Pccoca 300SI. 300SI. -Cold ApplicA, SinAk Componcnt Siliconc loint Scalent
Ccatco Ro�dS�vccSiliconc RoadSa��crSiliw�nc-Cold�pplicd,SinGlcComponcnt.SiliconclointScnlant
Silvcr C'rcck Metcrials
Cmuch Matcnels
r a�a i_ o��� �no�,��s
Y nnd L Din �luven
"fm "1 up �lanin �lanclle
Utiliry� bcAmcn[SanA
Uilllry L'mbcdment 6end
Utiliry r nblmcn[ Sand
Ulility Embedment Sand
Uliliry rmbedmen� Sand
SNrmS M�M1oles.@e /F ame &C './Stand d R and)33-05-13
9R8R018 33 OS 13 \A� huli� F� .� d Ci �e� .�: (O � S el Conp��ny, I TIl7 MHRC 4220605 MHRC 1l220605 (Si�c *"24" �ia)
92R201R 31O511 ManholcCovcr Tccnah�oundcv NI�-12"]4-'f9l N�-12]4-T91(Si�c-32"Dia.)
9RtlR018 33 OS 13 Ma�holc Frames nnd Cuvers Nccnnh Yuundry NF-I ]43-1 M(HingeJ) Nh-1"/43-LM (Hi�� d) (Siee-32" Dia.)
92R2018 330511 Manholc�ramc Nccnah�oundry NI�-19�0-30 N�-1910-30(Si�c-12.25"Dia.)
9R8R018 33 OS 13 Ma�hule Frames nnd Cuvers Necneh hm�ndry R-I'143-HV It-I �43-HV (Siee-32" Dia.)
4/3/2019 310511 Manholc�ramc>andCovcc> SlPlndustrics++ 2'_'19Si 22'/9ST(Si�c-24"Dia.)
4/32019 33 OS 13 Maohole h'rames and Covers SIP Induslnes++ ?2806T 22805'f (Siee-32" Dia.)
IOB2020 330511 Manholc�ramcoanAGvcro �I(Pocmally�as[loManlronWorks) u1103�G'JA OJ10319�/�[Si�c-3Z.Z5"Dia)
3/82024 33 OS 13 Curb Inlel Covers 61P Induslrles++ ?29fiT 2296'f (6iee-a*'24" Die )
6/18/2024 33 OS 13 Curb Inlel Covers 61P Induslrles++ ?2]99TN 22�96'fN [61��e-24" Die )
"*Nu�e. ,fll rrr�v drvrlupmerrt a�rAne�v �ns�allnno�r n�a�rlrnlr lids slrnll nrre�ilrr ��r�n�n�u��r i0-irrrl� operri��g re9ulremerri ss�e�iJird in CYry SP��l��anon 33 OS /i..f ��p s� rnlle�� oPent��y n:.es x�lll ni�l�� be nllnx.eAlnr rx�rHng »ra��l�oles that re9��ire re�(acnr� ��rl arr�e� a�rA�ovars.
Slorm Sc�vcr - Inlc[ & Struclures 33A5-13
10/82020 334920 C�i�blulcis I�onrrrce FR'�IOx3�05-PRL'CAST'*fSi�e-10'X3'1
IU/8R020 334Y20 Curbinlels Yurtcma FR'f-IOx3�06-PRrC'AS�'*[Sice-10'X3�
IOB2020 334920 Curbinlcts Poctccrra �RT-IOx4S40"/-PRfC�ST"*(Si�c-10'X4.5')
10/8/2020 334920 Cu�binlels Yonema Y'It'f-IOn45�20-PItECAST'`*(Sice-10'X4.5�
IOB2020 311920 Munholc Poctccrra �RT4X4409-PR[C�ST-TOP(Si�c-4'X4')
IU/N2020 333Y?0 �lanhole Yunema Y'llf-0X4-0OY-PIlrCAST-I3ASr(Si�ce-4'X4')
IOB2020 311920 �Ivnholc �ortcrrry �RT-SX5410-PR�C�ST-TOP(Si�c-5'XS')
10/N/2020 333920 �IaoNole Fonema FItT5X5-010-1'IiLCA3'C-k3A3kT(3i�ce-5'XS)
10/82020 311920 �Ivnholc �ortcrrre f�RT1�X6411-PR�C�ST-TOP(Si�c-6'X6')
10/N/2020 333Y?0 �laohole Fone«<a YitffiX6-01Q1-PItL�CA3'C-'�k3`A3t(3��ce-6'X6')
3/li'2021 3349>_0 CurbinleL Ih mpsuulUef.roip IIG ISX3-4(�i-PIi�C/AS/f/INL�I"(S��e IS X31
7/192021 374920 Curbinlcts ThompsonPipcGmiip TPG-?OX3-405-PR�CASTINI.IiT**(So.c-20'X']')
3/19/_>0?I 333Y20 �lanhole 'IhompeonPipeGroup �fPG-0X4-009-{'2tCAS�f�fOP(Srze-4'X4�
7/19/2021 373920 �Ixnholc ThompsonPipcGmiip TPG-4X4-009-PR�.CASTRAS�(Sn.c-4'X4')
3/19R021 333920 �lent�ole 'fUompsonPipeOroop TPGLX4-012-P2tCA1ScT�4-Y'fR13L'R(S¢e-4'X4�
3!14/2021 i3 39 20 �I� ihc Ic 1 horr p�i�c i 1' Uc Group �I I( iX531U-I ��C/4S�I' d.4St (S ze `SXX 5')
3/19/2021 333920 Nenholc ThnmFlsonPi�cGmu� TPGSXS-0I2-PR�CASTS-PTRI3�R(Si�.c-5'XS')
3/19R021 333920 Nent�ole 'flioeupsonPipeOronp TPGfiX6-0Ili'RCCASI'"I'OP(Srze-6'X6�
3/19/2021 3}}920 Mxnholc Thom�.�onPipcGroup TPG-fiXfi-0II-PR�.CASTRAS�(Si�.c-6'X5')
3/19R021 333920 Neiihole 'llioeripsoiil'ipeOroup TPGfiX6-012�RECAST6-FTRISER[Slze-6'X6')
3/19/2021 333920 �Ienholc Thom�.�onPipcGroup TPG-]X]-411-PRF.CASTTOP(Si�.c-]'X'/')
3/19/2021 333920 Ma�hule Thompso�PipeGroup 'fP(Y-�X�-0II-PRrCAS'fBASr(Siee-"/'X��
l/192021 311920 Manholc ThompsonPipcGroiip TPG-�X"I-012-PR�CAST4-f�I'RIS�R[Si�c-"/'X7')
3/19R021 333Y20 Manhulc ThoinpwnPipeGroup 'fI'G-+SXS-0II-I'IttCAS'f'fOP(Si�c-R'X8�
l/192021 311920 �Ianholc ThompsonPipcGroiip TPG�kX-0II-PR�CASTRASr[Si�c-8'XR')
3/192021 333Y20 �lanhule '�homp�unPipeGroup TI'GJSXN-0I2-I'IRitCA`5T5-YTRISCrIt(Siee-8'X8�
3i19?0?1 334Y?0 �roplile� Ihoinp�onlUeGrouU IIGSXS�I'12tC�AS��L�TI(S'ice-5'X5'1
R/?N/?0?3 334'9J10 \I.mhulec tildcasllenPiPcGronP 1're� 14fi ��'IeRke1�1n�lerl /ei,.a'X4'��)
8282023 314910 �Ienholc Oldws�lc Prc.cast5'x8'StormJuncti�nl3ox(Si�c-5'X8�
5f_>frf_>0?3 334910 �lavhola OldcasUe Precast4'x4'S�ormlunci�onNoz(Srce-4'X4')
8/28/2021 334910 �Ienholc Oldcestic Prc.cest5'x5'Stormlunctionl3ox(Si�c-5'XS')
£l/_>£l/_>023 33 49 10 �lant�ola Oldcastle Precas� 6' x 6' 3�orm Juvel�ov Nox (3rce-6' X 6'J
R/2R/2027 37 49 10 �Ixnholc Oldcuscic Prc.cest R' x R' Storm lunc[i�n I3ox I3a�c (Si�c- 8'X R')
8i28i2023 33 49 10 �lent�ole Old�vstic Pra.�est S x 8' Blorm Juncl�on Hox Heae (Srae-5' X 8')
8/28/2027 3J4910 �Ixnholc R�ink� �Ixtcriels Rcinf�eecA4R"nixmctcrSprcxdfoo[inKMxnholc(Si�.c-4'X4')
8i28i2023 33 39 20 Curb Inle� 10'x 3' Riser '1 hoeripson Pipe Oronp le�lot 2iscr (Biae-3 Pq
R/2N/2027 333920 Carbinlctl5'x3'Riscr ThnmFlsonPi�cGmu� I�IccRiscr(3ivc-}pT)
8282023 333920 Curbinle�20'x3'R�ser 'flioeupsonPipeOronp Ivlct2iser(Size-3FI')
I/11J2024 3} 49 20 Drop Inlct Amc Tcx Pipc &Produds �mp Inlct (4' X 4')
I/12R024 334920 Dropinlel Anicril'cxPipcYr.Products Dropl�le�[.i'XS')
I/19/2024 33 49 20 �Ienholc �mc�iTcx PiP� �Pradi�ps Rcca,74k4' 3tonn Ji�ndion Rox
I/19R024 33 49 20 �Aenhole Anicri I'cx PiOc Yr.Produc�s Prccuri SxS Slonn limcoon dun
I/19201A 334920 Manholc AmcriTcxPipc&Pcoducts 5'PcccastTansitionMH(4'MHonthcWpofS'1R)
1/19R024 33 4Y 20 Manhole Aincnfcx Pipc &Producls Precesl b'nb' Slonn Junc�ion dun
I 119201A 37 4920 �Ianholc AmcriTcx Pipc &Products 6' PrccvstTvnsition MFI [4' �III on thc Wp of 6' IR)
VI9/2024 33 4920 Ma�Nulc AmcriTcx Plpe&Pmducls Precasl8'z8' Slorm Jimc�ion kioz
I/19201A 334920 �Ivnholc AmcnTcvPipc&Produch 8'PrccvstTvnsition�IFI�4'�IIIonNCWpofB'IR)
1/19/_>024 33 4Y 20 MnnFule . meriTex I'ipe &PmJi�cis Typc C Storm �cain Manholc on Rox [4' MH on thc roo ofRCR)
]116201A 33 4920 C�rb inleis Anicri �ex Vipe �Pcodue�� IOr3 Precasl*' (Siee 10' x 3'1
7/16201A 33 4920 C�rb inleis AnicriTex Vipe �Pcodue�� I Sr3 Precasl*' (Siee 15' x 3'1
"*Nu�e: Pre-crzst irrlets are oppuvrdJo. �Lr smge IpurHun oJ ilrr snuciu��e (Gnsi��) o�Jy. Siagr /1 portlon oJ'ihe snuciure are required io Ae casi i��-P�A�e� No uceptin^s to this requiren�eni.vhnll be nl(nx�eA.
AS'fM �5R93
ASTM DSN93
�STM nSR93
AS'fM �5R9�
AS'fM C�3
ASTM C33
�STM Cl3
ASTM C33
ASTM C33
ASTM A4ft AASHTO �A306
�STM �48 �ASIITO M106
ASTM A4NAASH�I� M3U6
�STM �48 �ASHTO M106
ASTM A4NAASH�I� M3U6
�STM �48 �ASIITO M106
ASTM A48AASH�I� M3U6
�STM �536 AnSIITO M306
ASTM A4NAASH�I� M3U6
ASTM A4NAASH�I� M3U6
AS'fM C91�
ASTM C913
�STM C911
ASTM C913
�STM C911
ASTM C913
�STM C917
ASTM C913
�STM C913
A3TM C913
ASTM 615
ASTM 615
ASTM 615
A3'fM 615
ASTM 615
AS'1 M 615
ASTM 615
ASIAAGI±
ASTM 615
ASIMGI±
ASTM 615
ASTM G I S
ASTM 615
ASTM 6I S
�STM b I S
ASTM 615
�STM 615
ASTM 6I S
�STM 615
ASTM 615
�STM 615
ASTM C4 ]R
r15TM C4']R
ASTM C4 ]fr
ASTM C4]8
AS'fM C4"]8
ASTM CJ ]R
AS'1 M C4"]8
ASTM C433
AS'fM C913-16
ASTM C91}.16
ASIMC913-IG
ASTM C91}
ASTM C913
ASTM C913
ASTM CY I3
�STM C911
ASTM C913
�STM C911
ASTM C913
�STM C917
ASTM C913
AS'fM C91�
AS'fM C91�
FORT WORTH:, CITY OF FORT IVORTH TRANSPORTATION/PURI.IC R'ORKS DF,PARTMENT
� STANDARD PRODUCTS I.IST AS OF 2/4/2025
�IormSc�vcr- io�'-s&Boxcs33A5-13
4/9/2021 33 41 13 S�orni Uruin Pipcs AdvuncrA �reinegc Systcros, Ine (ADS) ADS HP Sturtn Polvpropvlene fI'Pl Pioe ISi�e- 12" -60") AS'fM 12881 d� AASHTO M310
tlR8R023 33 41 10 Slonn Dnin I'ipes Rinkcr Matenals Rei�lorced Concrete I'ipe'fon�;ue a�d Gruuve lumt I'ipe (Siee-21"or larqer) ASTM C�b, C655
82R2023 334110 CulvcrtRox RinkccMa4cials RcintorccAConccc4RoxCulvcrt(S�c-Various) �STMC]89,C850
IU/12/2U23 33 41 10 Slonn Drain I'ipes Aincnfex Pipe &I'roducls liei�loa�ed Concrete I'ipe'fonS��e a�d GruuveJoin� I'ipe* (Sice- IS" or larger) ASTM C�b, C506
10/11f2023 344110 Cul�cctRox � riTcrPinc&Produc6 Rcinto'ccdCancm4R C I� (.�. l"vra�s)) �STMCI433.CI57"/
10/IR/2023354110 SlormD�ainl'i0es "IheTumerCo lieinlorcedConc�e�e10-���S��eandGrooveJom�I'i0e*(S��ceIS"orlarger) ASTMC�b,C506
10/IS/2023 334110 C�Ivcrtliox ��hc'fumerCo Itei�forcedConc�eteBuxCulvertfsice-Vanous) AS'fMC1413,C15]'1
4/12R024 33 41 10 Slonn Dnin I'ipes ��hompsu� Pipe Group Rei�lorced Concrete I'ipe'fon�;ue a�d Grooveloint I'ipe* (Sice Vanous) ASTM C�b, C506
625201A 334110 CulvcrtRox Oldcastic RcintarccdCanccc[cRoxCulvcrt �STMCI433.CI577
625201A 334110 SromiDroinPipcs Oldees�lc RcintorccdConccc[cPipcTongucandGcoovcloin[Pipc*(Si�cVacio�s) �STMC76.C506
Rcvi>ion. Rcmovcd Acgos, Ingca�n. Rcdi-Mix, Chacicys �JW f I-29-2025)
FoRT WoRTx�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
IApprovall Spec No. IClasssification I Manufacturer I Model No.
�
� Water & Sewer - Manholes & Bases/Comoonents 33-39-10 Bev 2/3/161
I 07/23/97 33 OS 13 Urcthanc Hydronhilic Watcrstop A+ahi KoRyo KK Adcka Ultra-Scal P-201
I 04/26/00 33 OS 13 OfT�ct loint for 4' Diam. MH Hanson Concrdc Products DrawinR No. 35-004R-001
I 04/26/00 330513 ProfilcGaskctfr4'Dia�n.MH. Press-ScalGaskctCom� 250-4GGaskct
I 1/26/99 33 OS 13 HDPE Manholc Adiushncnt RinRs Ladtcch, Inc HDPE Adiushncnt RinR
I 5/13/OS 330513 ManholcExtcrnalWan Canusa-CPS Wan��ScalManholcEncapwlationSystan
�
� Water & Sewer - Manholes & Bases/Fiberalass 33-39-13 (1/8/131
I I/26/99 33 39 13 FbcrRla» Manholc Fluid Containmcnt, Inc.
I OS/30/06 33 39 13 FibcrRlavv Manholc LF. ManuFacturinR
�
� Water & Sewer - Manholes & Bases/Frames & Covers/Rectan2ular 33-OS-13 Bev 2/3/161
I* 33 OS 13 IManholc Framcs and Covcn I Wcsicm Iron Work�, Ba» & Hays Foundry �
�
� Water & Sewer - Manholes & Bases/Frames & Covers/Standard fRoundl 33-OS-13 Bev 2/3/161
I* 33 OS 13 Manholc Framcs and Covcn Wcsicm Iron Works, Bass & Hays Foundry
I* 33 OS 13 Manholc Framcs and Covcn McKinlcy Iron Works Inc.
I OR/24/IS 33 OS 13 Manholc Framcs and Covcn Nccnah Foundry
I OR/24/IS 33 OS 13 Manholc Framcs and Covcn Nccnah Foundry
I33 OS 13 Manholc Framcs and Covcn SiRma Comoration
I33 OS 13 Manholc Framcs and Covcn SiRma Comoration
I33 OS 13 Manholc Framcs and Covcn Pont-A-Mouvvon
I33 OS 13 Manhulc Framcs and Covcry Nccnah Casting
Flow[itc
f�➢L
Updated: 11-6-24
National Spec I Size
ASTM D2240/D412/D792
ASTM C-043/C-361 SS MH
TaHic and Non-traHic arra
ASTM 3753 Non-h-aflic arra
Non-h-aflic arra
24"x40" WD
30024
A 24 AM
R-1272 ASTM A4R & AASHTO M306
NF 1274 ASTM A4R & AASHTO M306
MH-144N
MH-143N
GTS-STD
I 70/31/06 33 OS 13 Manholc Framcs and Covcn (HinRM) Powcnral Hinqd Ductilc Iron Manholc
I 7/25/03 33 OS 13 Manholc Framcs and Covcn Saint-Gubain Pipclincv (Pammx/rcxus) RE32-RSFS
I 01/31/06 33 OS 13 30" Dia. MH Ring and Covcr Fast Jurdan Iron Works V I432-2 and V I483 DcviRns
I 71/02/10 330513 30"Dia.MHRingandCovcr SiRmaComoation MHI651FWN&MHI6502
I 07/19/I I 33 OS 13 30" Dia. MH Rin� and Covcr Star Pinc Product� MH32FTWSS-0C
I OS/10/I I 33 OS 13 30" Dia. MH Rin� and Covcr Accuwst 220700 Hcavy Duty with Gaskct Rinq
I30" ERGO XL Avvcmbly
10/14/13 330513 30"Dia.MHRin�andCovcr(Hin�cd&Lockablc) EastlordanlronWorks withCamLocWMPIC/T-Gaskct
I 06/01/17 34 OS 13 30" Dia. MH Rin� and Covcr (Lockablc) CI SIP Indusiric� 22R0 (32")
I 72/OS/23 34 OS 13 30" Dia. MH Rin� and Covcr (Hin�cd & Lockablc) CI SIP Indusiric� 4267WT - Hinqnl (32")
ICAP-ONE-30-FTW, Composite, w/ Lack
09/16/19 33 OS 13 30" Dia. MH Rine and Cover Comoosite Access Piroduc�s, L.P. w/o H�n¢
� 10/07/21 34 OS 13 30" Dia. MH Rine and Cover Trumbull Manufacnnn¢ 32"(30") Fimme and Cover
�
� Water & Sewer - Manholes & Bases/Frames & Covers/Water TiQht & Pressore TiQht 33-OS-13 fRev 2/3/161
� * 33 05 13 Manhole Frames and Covers PonaA-Mo�sson Pamn¢h[
� * 33 05 13 Manhole Fimmes and Covers Neenah Casnn¢
� * 33 05 13 Manhole Fimmes and Covers Weecern Iron Works,Bass & Hays Foundiy 30U-24P
� * 33 OS 13 Manhole Fimmes and Covers McKinley liron Works Inc. W PA24AM
� 03/OS/00 33 05 13 Manhole Fiames and Covers Acc�casr RG210U
� 04/20/01 33 05 13 Manhole Fiames and Covers (SIP)Seramoore Indusnies Prrvare Ltd. 300-2A-23]5 Rine and Cover
�
� Water & Sewer - Manholes & Bases/Precast Concrete fRev 1/8/13)
� * 33 39 10 Manhole, Precast Conaete Hydro Condurc Coiv SPL Irem #49
� * 33 39 10 Manhole, Precaec Concrece Wall Concrece Pine Co. Ine.
� 09/23/96 33 39 10 Manhole, Precaec Concrece Conerere Piroducc Inc. 48" I.D. Manhole w/ 32" Cone
� 12/U5/23 33 39 10 Manhole, Precaec Concrece The Turner Comnany 72" I.D. Manhole w/ 32" Cone
� OS/OS/IS 333910 Manhole,Precae[Concre[e TheTurnerComnany 48",60"I.D.Manholew/32"Cone
IMannole, SL" Vpei�ii�gana Ylattop, (No
09/03/24 33 39 10 Manhole, Pcecaec Conaece Oldcasfle Precast luc. Tcane¢mu Cones)
� 06/09/10 33 39 10 Manhole, Precast (Remfoir.ed Polymei9Conerete US Comnosite Pioe Reinforced Poly�ner Conerere
� 09/U6/19 33 39 20 Manhole, Precast Conaete Fonenm Pioe and Piecast 6U" Nc 72" I.D. Manhole w/32" Cone
� 10/U7/21 32 39 20 Manhole, Precast Conaete Foixerim Pioe and Piecast 48" I.D. Manhole w/32" Cone
� 10/07/21 33 39 20 Manhole, Precast (Remforced Polvmei9 Concrere Armorock 48" & 60" I.D. Manhole w/32" Cone
� 10/07/21 33 39 20 Manhole, Precast (Hvbrid) Polymer & PVC Geneva Pioe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone
03/07/23 33 39 20 Manholq Prccast Concrctc AmcnTcx Pinc and Products, LLC 4R" &. 60" I.D. Manholc w/32" Conc
03/07/23 33 39 20 Manholc, Prccast (Rciniorcnl Polymcr) Concrdc P3 Polyincn, RockHardscp 4R" & 60" I.D. Manholc w/32" Conc
04/2R/07 Manholc, Prccast (Rciniorcal Polymcr) Concrdc Amitah USA Mrycr Polycrdc Pipc
Sewer -(WACI Wastewater Access Chamber 33 39 40
12/29/23 33 39 20 I Was[ewa[er Access Chamber I Q�ickstream Solunons, Ine. Tyoe 8 Main[enace Shafl (P000��)
Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious
* EI-14 ManholeRehabSystems Quadex
04/23/01 EI-14 Manhole Rehab Systems Standard Cemen� Matenals, Inc. Reliner MSP
EI-14 Manhole Rehab Systeme AP/M Pern�aforn�
4/20/01 E I-14 Manhole Rehab System Strone Comoany Snon¢ Seal MS2A Rehab Sysrem
5/12/03 EI-14 Manhole Rehab System (Liner) Tnnlex Linin¢ Sys�em MH reo���'orod�ct[o stoo ���Rl�ranon
08/30/06 Geneiml Conerete Reo���' FlexKrete Technolo¢ies Vinyl Palyes�er Reo���' �rad�ct
ASTM A536
AASHTO M306-04
ASSHTO MI05 & ASTM A536
ASTM A 4R
ASTM A 4R
ASTM A 48
ASTM A 48
ASTM C 478
ASTM G443
ASTM C 478
ASTM C 478
ASTM C 478
ASTM C 478
ASTM C-76
ASTM C-76
ASTM C-77
ASTM C-07R; ASTM C-923;
ASTM C-043
ASTM D5813
24" Die.
24" Die.
24" Die.
30" Dia.
24" dia.
24" dia.
24" Dia.
30" Dia.
30" Dia.
30" Dia
30" Dia
30" Dia
30" Dia �
30" Dia. I
30" Dia. I
30" Dia. I
30" Dia. �
�
�
za o�a. I
24" Dia. �
24" Dia. �
24" Dia. �
24" Dia. �
24" Dia. �
�
�
48" �
48" �
48" w/32"aone �
72" �
a8", 60" �
48" to 84" 1. D. I
48" to 72" �
6U" & 72" �
48" �
48" & 60" �
48" & 60" Non Tratfic Areas �
I
�
�
�
�
Far use when Std. MH cannat be I
mstalled d�e ro deo�h
�
�
�
�
�
�
�
Misc. Use I
�
* From Original5tandard Products List 1
FoRT WoRTx�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
IApproval Spec No. IClasssification I Manufacturer
� Water & Sewer - Manholes & Bases/Rehab SvstemsINonCementitious
I OS/20/96 EI-14 Manhole Rehab Systems Sprayroq,
I 12/14/Ol Coatin�forCo�rosiooprotmtion(Extc�or) HRTECH
I01/31/06 Coatin��frCo�rosionProta:tion Chcsicrton
IR/2R/2006 Coatin�vf rCo�rosion Prota:tion Warrrn Environmcntal
I
I33 OS 16, 33 39 10,
03/19/IR 333920 Coatin�forCo�ros�onprotcction(Extcnor) ShcnvinWilliams
�
� Water & Sewer - Manhole Inserts - Field Ooerations Use Onlv (Rev 2/3/161
I* 33 OS 13 Manholc Inscrt Knutson Entcrpnscs
I* 33 OS 13 Manholc Inscrt South Wcsicm Packa�inR
I * 33 OS 13 Manholc Inscrt Noflow-Inflow
I 09/23/96 33 OS 13 Manholc Inscrt Southwcvtcm Packing & Sralv, Inc.
I 09/23/96 33 OS 13 Manholc Inscrt Southwcvtcm Packing & Scalv, Inc.
�
� Water & Sewer - Pioe Casina Soacers 33-OS-24 (07/Ol/131
� i voaioz s��i ea�a cas��� s�au� na�a��a e��a��e, a�a sy,c�ms, i��.
IO2/02/93 Stainlc» Stccl Casing Spactt Advanccd Productv and Systcros, Inc.
I04/22/R7 Casing Spaccn Cascadc Watcnvork� Manufacturing
I 09/14/10 Stainlc» Stccl Casing Spactt Pipdinc Sral and Inwlaror
� o9nan o c�a�� sc��i ca,�� s�a�� P���r�� s�i a�a m,�iaro�
I OS/10/I I Stainlc» Stccl Ca�ing Spaccr Powcncal
03/19/IS Casing Spacers BWM
03/19/IS Casing Spaceis BWM
I03/29/22 33 OS 13 Casing Spaceis CCI Pipeline Systems
I09/03/24 33 OS 13 Casing Spacers Raci (Completely HDPE)
08/2A/18
OR/24/I R
02/25/02
12/ 14/U I
04/ 14/US
01 /31 /U6
&/2&/2U06
�
I �izii9�
� 03/22/10
� 04/09/21
� 03/07/23
09/03/24
�
Water & Sewer - Pioes/Ductile Iron 33-11-10[1/8/131
ss i i io ���ei� ��o� e�p� ���;� a�� e��a��c,, c�.
33 I I 10 Ducnle liron I'ipe American Ducnle Iron Pipe Co.
33 I I 10 Ductilc Iron Pipc Amcrican Ductilc Iron Pipc Co.
331110 DuctilclronPipc U.S.PipcandFoundryCo.
33 I I 10 Ductilc Iron Pipc McWanc Cast Iron Pipc Co.
Water & Sewer - Utilitv Line Marker (08/24/20181
�
Sewer - Coatim �s/Euoxv 33-39-60 (Ol/08/131
Epoxy Lining Sys�em Sauereisen, Inc
Eooxv Linm¢ System Ertech Technical Coann¢s
Intenor D�ctile Iron Pioe Coann¢ Induron
Coanngs forCoiTosion Pro[ecnon Chesrer[on
Coann¢s for Corrosion Protecnon Warren Enviironmental
Sewer - Coatines/Polvurethane
�
Sewer - Combination Air Valves
33-31-7U Air Release Valve A.R.1. USA, Inc.
Sewer - Piues/Concrete
EI-04 Conc. Pioe, Remfoiced Wall Conaete Pioe Co. Ine.
EI-04 Canc. Pioe, Remfaiced Hydro Condun Caivaimtian
EI-04 Conc. Pioe, Remfoiced Hanson Conaete Prod�cts
EI-04 Canc.Pioe,Remfaiced Canae�ePioeNcPrad�c[sCo.lne.
Sewer - Piue EnlarQment Svstem (Methodl33-31-23 (Ol/18/13)
rim sysren, rim coroorano�
MeConnell Systems McLat Consnucnon
TRS Sysrems Trenchless Reolacement System
Sewer - Piue/FiberQlass Reinforced/ 33-31-13(1/8/131
33 31 13 Cent Casr Fiberelass (FRP) Hobas Pioe USA, Inc.
33 31 13 Fiberelass Pioe (FRP) Ameron
333113 Glass-FiberRemfoir.edPolymerPioe(FR�) Thomo�onPineGroun
33 31 13 Fiberglass Pipe (FRP) F�ture Pipe Ind�sn�es
33 31 13 Fiberglass Pipe (FRI') Supeiii� Boru Sanayi A.S.
Model No.
Spray Wall PolyureH�ane Coanng
Scncs 20230 and 2100 (A�nhatic Emulsion)
Arc791, SIHB, SI, S2
5-301 and M-301
RR$cC Da�npprooting Noo-Fibcrcd Spay
Gradc (Asphatic Hmul�ion)
Madc to Ordcr- Plastic
Madc to Ordcr- Plastic
Madc to Ordcr- Plastic
LifcSavcr- Stainlcvv Stccl
TcthcrLok - Stainl�ss Stml
ca�n�� sr��i s�au�, M�a�i si
Stainlcss Stccl Spaccr, Modd SSI
Casing Spaccrs
Stainlc» Stccl Ca�ing Spaccr
Coatal Stccl Casing Spaccrs
4R10 Powcrchock
SS-12 Casing Spacer(Stainless Sreel)
FB-12 Ca�ing Spaccr (Coatcd Carbon Stccl)
for Nonsrc�wrc Pipc and GroutM Casing
CSC 12, CSS 12
PcrManutacturcrsRcquircmcnts (Scwcr
n�pi��,eo�s o�ir)
Super Bcll-Titc Ductilc Iron Pressurc Pipc,
American Fastite Pipe (Bell Spigo�)
Amcncan Flcx Ring (Rcstraincd Joint)
SewerGard21URS
Ertech 2030 and 2100 Series
Pro[ec[o 401
Arc 791, SI HB, SI, S2
S-3U1 and M-3U1
National Spec
ASTM D639�D790
Acid Rcsistancc Tcst
ASTM D 1248
ASTM D 1248
ASTM D 1248
AWWACISO,CI51
AWWACISO,CI51
AWWA CI50, CI51
AWWA C150, CI51
AWWA CI50, CI51
LA Caunry #210- I 33
ASTM B-I 17
Acid Resistance Test
Updated: 11-6-24
S1ZC I
I
�
Sm�ceures Only �
Sc�y��nnni��ae�o�, �
Sc�yc�nnni��ae�o�ti �
I
For Extcnor Coating ofConcrctc I
Sm�ceurc, Only
�
�
For 24" dia. I
For 24" dia. I
For 24" dia. I
For 24" dia. I
For24"dia l
�
�
�
�
�
Up to 4R" I
up co as�� �
Up to 48" I
8" - 12" (Sewer Only)
3" th�u 24"
4" thiv 30"
4" th�u 30"
Ductile Iran Pioe Only
Sewer Applicatians
Sewer Anolicatians
D025LTP02(Camoasite Bady) I I 2"
ASTM C 76
Class 111 TXcG, SPL I[em #77 ASTM C 76
��-,� ASTM C 76
ASTM C 76
Palyethylene
Palye�hylene
Palye�hylene
I'IM Coro., �iscata Way, NJ. Aooroved Previously
Hous�on, Texas Aooroved Previously
Cal¢arv, Canada Aooroved Previously
Hobae I'ioe (Non-Piess�ie)
Bondsmm�d RPMP Pioe
Thamosan Pioe (Flow[i[e)
Fiberstrong FRP
S�perlit FRP
ASTM D3262/D3754
ASTM D3262/D3754
ASTM D3262/D3754
ASTM D3262, ASTM D36R I,
ASTM D4161, AWWA M45
ASTM D3262, ASTM D3517,
ASTM 3754, AWWA C950
* From Original5tandard Products List 2
FoRT WoRTx�
IApproval Spec No. IClasssification
� Sewer - Piue/Po�vmer Piue
� 4/14/05 I'ol�nerMadifiedCanaetel'ioe
� 06/09/10 EI-9 Remfair.edPalymerCanaetePioe
�
� Sewer - Piues/HDPE 33-31-23(1/8/131
� * Hi¢h-densiryoalyethyleneo�oe
� * Hi¢h-densiryoalye�hyleneo�oe
I * Hi¢h-densirynalye[hylenen�oe
� Hi¢h-densiry nalve�hylene o�oe
�
� Sewer - Piues/PVC (Pressure Sewerl 33-11-12 f4/1/132
I 12/02/I I 33-I I-12 DR-14 PVC Pressure Pipe
I 10/22/14 33-II-12 DR-14I'VCPressurePipe
�
� Sewer - Piues/PVC* 33-31-20 (7/1/131
� * 3331-20 PVCSewerPioe
� 12/23/97* 3331-2U PVCSewerPioe
� ' 3331-20 PVCSewerPioe
� 12/05/23 3331-2U PVCSewerPioe
� 12/U5/23 3331-20 PVCSewerPioe
� * 3331-20 PVCSewerPJi je
� 05/06/05 3331-20 PVC Solid Wall Pipe
� �4�����6 3331-2U PVCSewerFimngs
� � 3331-20 PVCSewerFimngs
� 3/19/2018 333120 PVCSewerPioe
� 3/19/2018 33 31 20 PVC Sewer P�e
� 3/29/2019 33 31 20 Gasketed Fittings (PVC)
� 10/21/2020 333120 PVCSewerPioe
� 10/22/2020 33 31 20 PVC Sewer Pioe
� 10/21/2020 33 31 20 PVC Sewer Pine
�
�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Ami�ech USA
US Camoasite Pioe
Phillios Driscoo�oe, Inc.
Plexco Inc.
Polly Pioe, Inc.
CSR Hydro Canduit/Pineline Systems
Pipelife Jetsneam
Rayal Building Praducts
Model No.
Meyer �olycre�e �ioe
Remfair.ed PalymerCanaete Pioe
On����� Ducnle Polyethylene �ioe
McConnell Pioe Enlareement
I'VC Pressure Pipe
Royal Seal PVC Piess�ie I'ipe
J-M Manufac��nn¢ Co., Inc. (JM Ea¢le)
Diamond Plasncs Coivoimtion
Lamson vvlon rioe
vinvlcech PVC Pioe
Vinyltech PVC Pine
J-M ManuFncturii�,v�Co, Inc. (JM Ea¢le)
Diamond Plasncs Corporation
Harco
PlasncTiends, Ina(WesHake)
eioelife Je[ Sneam
��oelife Jet Sneam
GPK Piroduc�s, Inc.
NAPCO(Westlake)
Sandeison Pioe Coro.
NAPCO(Weatlake)
3DR-26 (P31 I S)
3DR-26 (P31 I S)
SDR-26 (PSI I S)
SDR-26 (PSI I S)
Graviry Sewer PS I I S
PS I I S
PS I15
SDR-26 (PS I IS) GaskeT Fi[nn¢s
Gasketed PVC Sewer Main Fittin¢s
SDR 26 (PS I 15)
SDR 26
SDR 26
SDR 26
SDR 26
SDR 26 PS I I S
Updated: 11-6-24
National Spec Size
ASTM C33, A276, P477 8" to 102", Clasa V
ASTM C-76
ASTM D 1248 8"
ASTM D 1248 8"
ASTM D 1248 8"
ASTM D 1248
AW WA C900
AW WA C900
ASTM D 3034
ASTM D 3034
ASTM D 3034
ASTM D3034
ASTM F 679
ASTM F 679
ASTM F-679
ASTM D-3034, D-1784, eTc
ASTM D 3034
ASTM F679
ASTM D3034
ASTM D3034
ASTM D3034
ASTM D3034
ASTM F-679
4" H�iv 12"
4"thiv 12"
4" - I 5"
4" thru 15"
4" thru 15"
4" thru I S
IS"
I S" - 28"
I 8" To 48"
4" - 15"
18"- 24"
4"- I S„
4"- I 5"
4" - I 5"
4"- I S"
I S"- 36"
* From Original5tandard Products List
FoRT WoRTx�
IApproval Spec No. IClasssification
� Water - Aoourenances 33-12-10 f07/Ol/13)
� 09/03/24 33-12-IU DoubleStraoSaddle
� 01/IS/IS 33-12-IU DoubleStraoSaddle
� 08/28/02 Double Strao Saddle
� 07/23/12 33-12-10 Double Strao Seivice Saddle
03/07/23 33-12-10 Doublc Strap Sc�vicc Saddlc
I 70/27/R7 Curb Stons-Ball Mcicr Valvc�
10/27/87 Curb Stoos-Ball Meter Valves
� 5/25/2018 33-12-IU Curb Stoos-Ball Meter Valves
I5/25/201 R 33-12-10 Curb Stons-Ball Mncr Valvcs
I5/25/201R 33-12-10 Curb Stons-Ball Mcicr Valvc�
� 5/25/2U18 33-12-IU �rb Stoos-Ball Merer Valves
I5/25/201 R 33-12-10 Curb Stons-6all Mcicr Valvc�
I5/25/201 R 33-12-10 Curb Stons-Ball Mcicr Valvc�
�
I 01/26/00 Coatnl Tanq�nR Saddlc with Doublc SS Sirap�
I 0/5/21/12 33-12-25 Tapn�nK Slccvc (Coatcd Siccl)
I 03/29/22 33-12-25 Tapn�n� Slccvc (Coatcd or Stainlcss Stccl)
� asnom Tann���sicc�c(sea��iaSS��p
I 02/29/12 33-12-25 Tapn�nK Slccvc (Coatcd Siccll
I 02/29/12 }3-12-25 Tapn�n�Slccvc(StainlcssSiccl)
I 02/29/12 }3-12-25 Tapn�n�Slccvc(StainlcssSiccl)
I OS/10/I1 JointRcnairCla�np
IPla�tic Mctcr Box w/Compo+itc Lid
IPla�tic Mctcr Box w/Compo+itc Lid
I OS/30/06 Pla�tic Mctcr Box w/Compo+itc Lid
IConcrnc Mncr Box
IConcrnc Mncr Box
IConcrnc Mncr Box
�
� Water - Bolts, Nuts, and Gaskets 33-11-OS (Ol/08/131
� None �
70/01/R7
03/31/RR
09/30/R7
O1/12/93
OS/24/RS
09/24/R7
10/14/87
01/75/RR
70/09/R7
09/16/R7
OR/12/16
02/OS/93
OR/OS/04
Water - Combination Air Release 3331-70 [Ol/08/131
EI-II CombinationAirRcicascValvc
EI-I I Combination Air Rcicasc Valvc
[1-I I Combination Air Rcicasc Valvc
Water - Dry Barrel Fire Hvdrants 33-12-40 [Ol/15/14)
&I-12 Dry Barrd Firc Hydrant
&I-12 Dry Barrd Firc Hydrant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrcl Firc Hydant
&I-12 Dry Banel Fire Hydiant
EI-12 Dry Barrd Firc Hydrant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrd Firc Hydrant
33-12-00 Dry Barrd Firc Hydrant
Water - Meters
EI01-5 DctcctorChcckMdcr
Maenc[ic Dnvc Vcnical Turbinc
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Ford Me[er Bax Ca., Inc.
Romac
Smi[h Blair
M�eller Comoany
Powcncal
McDonald
McDanald
Ford Me[er Bax Ca., Inc.
Ford Mctcr Bux Cu., Inc.
Ford Mctcr Box Co., Inc.
M�eller Ca., Ltd.
Mucllcr Co., Ltd.
Mucllcr Co., Ltd.
Model No.
202B
202NS Nylon Coated
#317 Nylon Coated Double Strao Saddle
DR2S Do�ble (SS) Sirao DI Saddle
3450AS, Incl. Com� Ston, Dbl Sirap, Stainlc�s
6100M,6100MT & 610MT
4603B, 4604B, 6100M, 6100TM and 6101 M
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
L22-77NL
FB600-(.NL, FBI600-C.NL, FV23fi66-W-
NL, L22-66NL
FB600�NL, FBI600�NL, BI I-044-WR-
NL, B22444WR-NL, L2R-04NL
B-25000N, B-24277N-3, B-2020UN-3, H-
ISOOON„ H-1552N, H142276N
�25000N, �20200N-3, B-24277N-3,H-
I SOOON, H-14276N, H-15525N
�25000N, B-20200N-3,H-ISOOON, H-
Ii530N
1CM Indu�hics, Inc.
1CM Indu�hics, Inc.
1CM Indu�hics, Inc.
eo��c�cai
Romac
Ro�na�
Ro�na�
Powcncal
DFW Pla�tic� Inc.
DFW Pla�tic� Inc.
DFW Pla�tic� Inc.
Bess & Hey�
Bass & Hayv
Bass & Hays
YA06 Doublc Band SS Saddlc
412 Tanq�nR Slccvc ESS
415 Tanq�nR Slccvc
3490A8 (PlaoRc) & 3490M1
FTS 420
SST Stainlc» Stccl
SST III Stainlcss Siccl
3232 Bdl Joint Rcnair Cle�np
DFW37C-12-IEPAF FTW
DFW39C-12-IEPAF FTW
DFW65GI4-IEPAF FTW
CMB37-B I2 I I I R LID-9
CMB-I S-Dual 141 G GD-9
CMB65-BGS 1527 GD-9
Updated: 11-6-24
National Spec Size
AW WA C800
AW WA C800
NSF ANSI 372
AW WA C800
AW WA CR00
AW WA CR00
AW WA C800, ANSF 61,
ANSI/NSF 372
AWWA CR00, ANSF 61,
ANSIMSF 372
AWWA CR00, ANSF 61,
ANSIMSF 372
I"-2" SVC, �o �a 16" Pioe
I"-2" SVC, �o ta 2A" Pioe
I"-2" SVC, �o ta 2A" Pioe
�"-2" SVC, �n eo 24" Pfnc
3/4" and I"
I%"and2"
z"
� _ � ,z,�
I"
Z"
� _ � ,z,�
I"
1"-2" Tap� on up to 12"
AWWAG223 Unto30"w/12"Out
AWWAC-223 ConcrdcPipcOnly
4"-8" and 16"
A W WA C-223 U n to 42" w/24" Out
AWWAC-223 Unto24"w/12"Out
AWWAC-223 Unto30"w/12"Out
4" to 30"
Class "A"
GA Indushics, Inc E�npirc Air and Vacumn Valvc, Modcl 935 ASTM A 126 Class B, ASTM A
Multiplcx Manufactunn� Co. Cri�pin Airand Vacuum Valvcs, Modcl No.
ValvcandPnmcrCom. APCO#143C,#145Cand#147C
Amcrican-Darlin� Valvc
Amcncan Darlin� Valvc
Cim� Como�a��o�
Amcrican AVK Comnany
cim� como�aeo�
ITT Krnnaly Valvc
M&H Valvc Co�nnany
M�eller Comoany
Mucllcr Company
U.S. Pinc & Foundry
Amcric.�n Plow C'ontrol (AF"C)
2J (East lordan Iron Work�)
Amcs Company
Hcncy
Drawinq Nov. 90.1860R, 94-I R560
Shon Dawin� No. 94-I R791
Shop DrawinR No. 0.19R95
Modd 2700
DawinK� D20435, D20436, B20506
Shon Dawin�No. D-807R3FW
Shop DrawinR No. 13476
Shap Drawings No.6461
A-423 Cennnon
Shop Drawing FH-12
A-023 Suncr Crntunon 200
Shop DrawinR No. 960250
Watcrous Paccr WB67
WatcrMasicr SCD250
Modcl 1000 DctcctorChcck Valvc
Magnctic Drivc Vtttical
��� &z��
I/2" I"&2"
�",z" & 3"
AWWA C-�02
AWWA C-�02
A W WA C-502
A W WA C-502
A�VWA C-502
AWWA C-502
A�VWA C-502
A W W A G502
AWWA C-�02
AWWA C-�02
A W WA C-502
AW WA C550
AWWA C701, Cla» 1
4" - 10„
3/4" _ 6"
* From Original5tandard Products List 4
CITY OF FORT WORTH
FoRT WoRTx� WATER DEPARTMENT
STANDARD PRODUCT LIST
IApprovall Spec No. IClasssification I Manufacturer I Model No. I National Spec
� Water - Pioes/PVC fPressure Water) 33-31-70 f01/08/13)
IAW WA C900, AW WA C605
12/OS/23 33-I I-12 PVC Pressure Pioe VinylTech PVC Pioe DRI4 ASTM D1784
IAW WA C900, AW WA C605
12/05/23 33-I I-12 PVC Pressure Pioe Vinyl[ech I'VC lioe DRIS ASTM D1784
IAW WA C900, AW WA C605
09/03/24 33-II-12 I'VCPressurePioe Northernl'ioePiroduc�s DRI4 ASTMD1784
IA W W A C900, A W W A C605
09/03/24 33-II-12 PVCPressurePioe Northernl'ioePiroduc�s DRIS ASTMD1784
� 3/19/2018 331112 I'VCI'ressurePioe PinelifeJetSneam DRI4 AWWAC900
� 3/19/2018 331112 I'VCI'ressurePioe PinelifeJetSneam DRIS AWWAC900
� 5/25/2U18 33 I I 12 PVC Pressure Pioe Diamond Plasncs Coirooi��ioi� DR 14 AW WA C900
5/25/201R 33II 12 PVCPressurcPinc DiamondPlasticsComoration DRIS AWWAC900
AW WA C900-16
12/6/201 R 33 I I 12 PVC Pressurc Pipc 7-M Manufactunng Co., Inc d/b/a JM Eaglc DR 14 UL L285
ANSf/NSF 61
FM 1612
AW WA C900-16
12/6/201 R 33 1 I 12 PVC Prc�wrc Pipc 7-M Manufactunng Co., Inc d/b/a 7M Eaglc DR I S UL L285
ANSf/NSF 61
FM 1612
I 9/6/2019 33 I I 12 PVC I'ressure Pipe Undeigiro�nd Sol�tians Inc. DRI4 Fusible PVC AW WA C900
I 9/6/2019 33 11 12 PVC Prc�wrc Pipc NAPCO(Wcstlakc) DRIR AWWA C900
I 9/6/2019 331112 I'VCI'ressurePipe NAPCO(Westlake) DRI4 AWWAC900
I 9/6/2019 33 11 12 PVC Pressure Pipe Saude�sou P�pe Cocp. DR14 AW WA C900
�
� Water - Piues/Valves & Fittinas/Ducfile Iron Fittin2s 33-11-ll [Ol/08/131
I 07/23/92 EI-07 DucticlronFittings StarPipcProducis,Inc. McchaniwlJointFittings AWWACI53&CI10
I * EI-07 Ducilc Iron FittinKs GriRn Pinc Products, Co. Mcchanical loint FittinKs AWWA C I10
I * EI-07 Ducilc Iron FittinKs McWandTylcr Pipc/ Union Utilitics Division Mcchaniwl Joint Fittings, SSB Class 350 p�yWp C 153, C I 10, C I 1 I
I OR/I I/9R EI-07 Ducilc Iron FittinKs Si�ma, Co. Mcchaniwl Joint Fittings, SSB Class 351 p�yWp C 153, C I 10, C I 12
I 02/26/14 EI-07 M1 Fittin�s Accucast Class 350 G153 M1 Fittings p,WWp, C�j3
I OS/14/9R EI-07 DucilclronJointRcsh-aints FordMctcrBoxCo.Nni-Flan�c Uni-FlangcScncs1400 pW�ypClll/CI53
I OS/14/9R EI-24 PVClointRcstraints FordMctcrBoxCo.Nni-Flan�c Uni-FlangcScricvl500Circlo-Lock pW�ypClll/CI53
I 71/09/04 EI-07 DucilclronJointRcsh-aints OncBolt,Inc. OncBoltRcsirainalJoiniFitting p�y�ypClll/C116/CI53
I 02/29/12 33-I I-I I Ducilc Iron Pipc Mcchanical loint Rcsiraint EBAA Iron, Inc Mcgalug Scncs I 100 (f r DI Pipc) p�y�yp CI I I/Cl 16/CI53
I 02/29/12 33-I I-I I PVC Pipc Mcchanical loint Rcsiraint EBAA Iron, Inc Mcgalug Scncs 2000 (f r PVC Pipc) p�y�yp CI I I/Cl 16/CI53
I OR/OS/04 EI-07 McchanicalJointRctaincrGlands(PVC) Si�ma,Co. SigmaOno-LokSLC4-SLCIO p�yWpClll/CI53
I 03/06/19 33-II-II McchanicalJointRctaincrGlands(PVC) Si�ma,Co. Sig�naOno-LokSLCS4-SLCSI2 p�yWpClll/CI53
I OR/OS/04 EI-07 Mcchanical Joint Rctaincr Glands(PVC) Si�ma, Co. Sigma Ono-Lok SLCE p�y�yp CI I I/CI53
I OR/10/9R EI-07 M1Fittin��(DIP) Si�ma,Co. SigmaOno-LokSLDE p,WWp,C�j3
I 70/12/10 EI-24 Intcnor Rcstraincd 7oint Sysicm S& B Tcchncial Products Bulldog Sy+tcm ( Diamond Lok 21 & 7M pSTM F-1624
I OR/16/06 EI-07 McchaniwlJointFittinRs SIPlnduvtncs(Scramporc) McchaniwlJointFittings p,WWp,��j3
I 71/07/16 33-II-II McchanicalJointRctaincrGlands StarPipcProducis,Inc. PVCStargnpScrics4000 pSTMA536AWWACIII
I 71/07/16 33-I I-I I Mcchanical Joint Rctaincr Glands Star Pipc Producis, Inc. DIP Stargrip Scrics 3000 pSTM A536 AW WA CI I I
EZ Grip Joint Rcstraint (EZD) Black For DIP
03/19/IR 33-II-II McchanicalJointRctaincrGlands SIPIndu�hics(Sc�amporc) ASTMA536AWWACIII
I 03/19/IS 33-II-II MechanicalJointRetainerGlands SII'Ind�stries(Serampoie) EZGriploiniRcsiraint(EZD)RnIfrC900 pSTMA536AWWACIII
DRI4 PVC Pipc
I 03/19/IS 33-LI-LI MechanicalJointReta�uecGlands SIP�id�sn�es(Serampo�e) EZGriploiniRcsiraint(EZD)RnIfrC900 pSTMA536AWWACIII
DRIR PVC Pipc
�
Updated: 11-6-24
S1ZC I
4"-16'
16"-I8'
4"-16'
16"-I8'
4"-12'
I 6"-24'
4"-12"
16"-24"
4"-2R"
16"-24"
4. _ $.
I 6" - 24„
4"- I 2"
4"- 12"
4"-12"
4" to 36"
4" to 24"
4" to 12"
4" to 42"
4" to 24"
4" to 10"
4" to 12"
12" to 24"
4" - 24„
4" to 12"
4" to 24"
3"-4R"
4"-12'
I 6"-24'
* From Original5tandard Products List 5
FoRT WoRTx�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
IApproval Spec No. IClasssification I Manufacturer
� Water - Pioes/�alves & FittinQs/Resilient Seated Gate �alve* 33-12-20 (OS/13/151,
� Resilient WedRed Gare valve w/no Geais American Flow Control
� 12/13/02 Resilient WedReGate Valve American FlowConirol
� OS/31/99 ResilieniWedReGateValve AmericanFlowConirol
IOS/IS/99 ResilientWedReGateValve AmericanFlowConirol
I 10/24/00 EI-26 ResilieniWedReGateValve AmericanFlowControl
I �8��5/04 Resilient WedReGate Valve American FlowControl
I OS/23/91 EI-26 Resilien�WedReGa�eValve AmericanAVKComoany
I 01/24/02 EI-26 Resilien�WedReGa�eValve AmericanAVKComoany
I* EI-26 Resilien� Seated Ga�e Valve Kennedy
I * EI-26 Resilien�SeatedGa�eValve MXcH
I* EI-26 ResilieniSeatedGateValve MuellerCo.
I II/OS/99 ResilieniWedReGateValve MuellerCo.
� 01/23/03 ResilieniWedReGateValve MuellerCo.
I OS/13/US Reeilien[WedeeGa�eValve MuellerCo.
� 01/31/U6 Resilien[WedeeGateValve MuellerCo.
� 01/28/88 EI-26 Resilien�WedeeGateValve ClowValveCo.
� 10/04/94 Reeilien[ WedeeGate Valve Clow ValveCo.
� II/OS/99 EI-26 ResilieniWedReGateValve ClowValveCo.
� I I/29/04 Resilient WedReGare Valve Clow ValveCo.
11/30/12 RrsilicniWa�F4atcValvc ClowValvcCo.
I OS/OR/91 EI-26 Rcsilirnt Scatcd Gatc Valvc Stockha�n Valvc� & Fittings
I * EI-26 Rcsilicni Scatcd Gatc Valvc U.S. Pinc and Foundry Co.
� 10/26/16 33-12-20 Resilient Seated Gate Valve FJ (East Jordan Iron Works)
� ����� $ Maroo Gare Valve Maroo-Norca
I
� Water - Pioes/Valves & FittinQs/Rubber Seated Buttert7y Valve 33-12-21 f07/10/141
� * E I 30 R�bber Seated B�tteiflv Valve Henry Pratt Co.
� * E I-30 R�bber Seated B�tteiflv Valve Mueller Co.
� I/II/99 EI-30 R�bberSeatedB�tteiflvValve DemrikValvesCo.
� 06/12/03 EI-30 ValmancAmerican B�tteiflv Valve Valma[ic Valve and Manufacnnn¢ Coro.
� 04/06/07 EI-30 R�bber Seated B�tterflv Valve M&H Valve
� 03/19/IS 33 12 21 R�bber Sea[ed B�tterflv Valve G. A. Industries (Golden Anderson)
� 09/03/24 33 12 21 R�bber Seated B�tteiflv Valve American AVK Comoanv
�
� Water - Polvethvlene Encasement 33-ll-10 f01/08/13)
Model No.
Senee 2500 Drawinc # 94-20247
Series 2530 and Senes 2536
Senes 2520 & 2524 (SD 94-20255)
Series 2516 (SD 94-20247)
Series 2500 (Ductile Iron)
42" and 48" AFC 2500
American AVK Resilient Seaded GV
Berfes A2361 (BD 6647)
Seoee AZ960 f6� I S"-24" (BD 6709)
Mueller 3U" &36", CS15
Mueller 42" & 48", G515
16" RS GV (SD D-20995)
CIowRW Velve(SDR21652)
Clow 30" &36" C-515
Clow Valvc Modcl 267R
MevoEea1250, reqwrememE SPL N74
E] FlowMesmr Getc Velvc & Boxcs
225 MR
Valmane American B�treifly Valve.
MXcH Sryle 4500 & 1450
AW WA C504 B�tterfly Valve
AW WA C504 ButterHy Valve Class 250B
� 05/12/05 EI-13 Polye[hvlene Encasmen[ Flexsol Packa¢ine Fulron En[ero��ses
I OS/12/US EI-13 Polyethylene Encasment Moun[ain StaTes Plastics (MSP) and AEI' Ind. Standard Hardware
� 05/12/U5 EI-13 PolyethvleneEncasment AEPlndustries BullstronebvCowrownBolt&Gasket
� 09/06/19 33-II-II PolyethvleneEncasment NorthrownProduc[slnc. PEEncasementforDlP
�
� Water - Samuline Station
03/07/23 33 72 5p Wntcr Snmpling S�ation Kupferle Foundry Company Eclipse, Numbcr 88, 12-inch Dep�h ofB�iy
NWN�F24 33-FbbB ' ' ...�._�-�-,eoe�•s.��� ,�..o,-.m-�..�z�
IWater - Automatic Flusher
IHG6-A-IN-2-BRN-LPRR(PoiYable)
10/21/20 Au�oma�edFlushin¢Sysrem M�ellerHydroe�ard HG2-A-1N--2-PVGUL8-LPLG(Pecmanent)
I 04/09/21 Auto�natal Flushing Sysicm Kupfcrlc Foundry Co�npany Eclipsc #9ROOwc
I 04/09/21 Auto�natal Flushing Sysicm Kupfcrlc Foundry Company Eclip�c #9700 (Ponablc)
�
Updated: 11-6-24
National Spec Size
AW WA C515
AW WA C515
AW WA C515
AW WA C515
AW WA C515
AW WA C509
AW WA C515
AWWA C515
AWWA C515
AWWA C515
A W WA C509
AW WA C515
AW WA C515
A W W A C515
AW WA C515
A W WA C 509, ANSI 420 - sicm,
AW WA/ANSI CI I S/An21.15
A W W A G504
A W W A G504
A W W A C-504
A W W A G504
A W W A G504
A W W A C-504
A W W A C-504
AWWACIUS
AWWACIUS
AWWACIUS
AWWACIUS
This product removed
16"
30" and 36"
20" and 2A"
16"
4" to 12"
42" and 48"
4" to 12"
20" and smaller
4" - 12"
4" - 12„
4" - 12„
16"
24" and smaller
30" and 36"
42" and 48"
4" - 12„
16'
2A" and smaller
30" and 36" (Note 3)
24" ro 4R" (Notc3)
4" - 12„
3" to 16"
4" to 16'
24'
2A"and smaller
24" and lar¢er
uo �0 84" diameter
2A" �0 48'
30"-54"
24" - 48"
8 mil LLD
8 mil LLD
8 mil LLD
8 mil LLD
As shown in socc. 33 12 50
The Fon WorH� Wa�er DeparnnenYs S�andard Piroduc�s Lis� has been developed ro mmimize [he s�bmircal review ofprod�c[s which mee[ [he For[ Worrh Wa[er DeparrmenPs S[andard Speaficanons dunng unliry consnuc[ion prqec[s. When Technical
Specifications for specific products, aie included as pan ofH�e Consnucnon Conn'act Doc�menr, therequiremenra ofthe Technical Specificanon will overridethe Fort Worth Water Depar[ment's Standard Specificanons and the Fort Worth Water Depar[ment's
Standard Piroduc[s Listand appiroval ofihe specific piroducts will be based on the requirements ofthe Technical Specificanon whether or notthe specificprod�ct meets the Fort Worth Water Department's Standard Specificanons or is on the Fort Worth Water
Ydlow Highlight indicatcs ra;cnt changc�
* From Original5tandard Products List 6