Loading...
HomeMy WebLinkAboutContract 54675-PM1FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Altamesa Boulevard Extension For 46 Ranch Addition IPRC Record No. 20-0023 City Project No.102575 FID No. 30114-0200431-102575-E07685 File No. W-2694 Betsy Price Mayor X File No. X-26394 Chris Harder Director, Water Department David Cooke City Manager ��l· -=-�'.·· � '•.,IJ' 11 ;;'*/ � .... � !!.."'!.: ........................ :i..t':. � William Johnson, P.E. � DANIEL W. WARFIELD� Director, Transportation and Public Works Department � .. '\"'"'"'9"594'j°'""1'"''H Prepared for The City of Fort Worth Transportation and Public Works Department ••• ••• ••• October 2020 HALFF 3803 Parkwood Blvd., STE 800 Frisco, TX 75034-8640 TBPE Firm No. F-312 'l�... /�:: ',,I 0�···.{�CE'N$�5?.,•' �l,i; $ ,, �ss ......... ,\.f"3" .:;-lt1\ ION AL 't. ,..c­\\t\.\'\"\,..'-�� /t)-/5 -ZtYZO CSC No. 54675-PM1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN-102575 Revised March 20, 2020 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 Invitation to Bidders 03/20/2020 00 21 13 Instructions to Bidders 03/20/2020 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 00 43 13 Bid Bond 04/02/2014 00 45 11 Bidders Prequalification’s 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 07/01/2011 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects 01/10/2013 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Progress Schedule 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 04/07/2014 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN-102575 Revised March 20, 2020 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 12/20/2012 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 02/26/2016 Division 31 - Earthwork 31 10 00 Site Clearing 12/20/2012 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN-102575 Revised March 20, 2020 32 17 23 Pavement Markings 11/22/2013 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 12/20/2012 33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN-102575 Revised March 20, 2020 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A – Controller Cabinet 12/18/2015 34 41 10.02 Attachment B – Controller Specification 02/2012 34 41 10.03 Attachment C – Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 11/22/2013 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN-102575 Revised March 20, 2020 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION 6b J? i} DM R[f1P0.t1Pt1tiAL Pape I of 1 SECTION 00 42 43 Devaloper Awarded Projacls • PRpPOSAL FORiiA UNIT PRICE BID - AlTAMESA BOULEVARD EXTENSION IPpC20-0o23 Bidder's Application FOR 46 RANCH ADD�TION Projeclllem InlarmeUon Biddere P�oposal Bi�isl Ilem Na. �axuption Specification Section No. UniloF lubawre Bid WanOry Unft Price 8id Velua E TI I: 1 Oti70.0100 �obilization 017000 LS i 1 5109.Es7.4s 2 3i250101 SWPPP 2lacra 312500 LS i s36•Z46.00 3 3471 0001 TraHie CoMrol 34 71 13 AAO 7 2 . 4 520.000.00 L E TI N I: ENERAL 5155,783.U8 E TI N 11: WATEA IMP Y 1 0241.1 f 18 4'-12' Pressure Plug 02 41 14 EA 9 5940.�0 58,460.00 2 3305A409 French Sa[ety 33 05 10 LF 4474 �QQ $4,47A.00 3 3305.0110 UtAityMarke�s 330528 LS 1 1 7 3�,83�.00 4 33p5.0113 Trench Wa[er Stops 3305 15 LS 1 58.210.00 56,210.00 5 3371.0001 DoeWe Iron Water Filtings vw' Raslraint 33 i 1 i 1 TON 1 14 1. 514,335.D0 6 3311 0041 4' Watar Pipe 33 S 1 10, 33 7 7 12 LF 15 525.00 5420.00 7 33! 1.0141 8' W6�19r PipB 33 f 1 10, 33 11 12 LF 7 �$,,QQ 5203.00 B 3311.0241 8' WsterPipe 33 i1 10, 33 11 12 LF 331 531.00 $10,265.65 9 3311 0441 12' Wa[er Pipe 33 t 1 10, 33 11 12 LF 3909 £¢],,QQ 5160,289.00 t0 3372.0177 Gonnection W EKisting 4'-12' Water Main 33 t2 25 EA 1 1 7 . $1,757,00 11 3312.0113 Connec[bn !o Eidsting 54' Waler Ma4i 33 12 25 EA 1 52�.400.00 a24,400.00 12 33122203 2' Wefer Service 3312 1Q �A 7 �1,§n•00 513,139.00 13 3312.2802 4'WeterMeterandVaull 331211 EA 1 514.$63.00 514,663.00 10 3312.3002 8' Gate Valva 33 12 20 EA 7 �,,Q�.$�QQ Sf,Q59.00 15 3312.3003 8' Gate Vahe 33 12 20 EA 6 31•318•00 59.096.00 16 3312 3065 12' Gate Vahre 33 12 20 EA 12 52.57�.00 530.876.00 77 9999.0007 Con[rouetl Low Strenglh Materia� 99 99 U7 LF 2B8 s'58.00 518.728.00 T I• M Yfl ENT 5317,587.85 T Ih IT Y EWE tMP VEMENT 1 0241.1118 4'-12' Preaaure Plug Q2 41 i4 EA 4 5213•00 SB52.00 2 0330 0001 Concrele Encase 5ewer Pipe D3 30 00 LF 65 SBs•00 54,225.04 3 3301.0002 PosFCGN Inspecdon 33 03 31 LF 4268 �],Q¢ $4,268.pQ 4 3301.9101 Manhole Vatuum Testing 33 67 3p EA 53 s2Z0•00 $2,BS0.00 5 3305.0109 Trench Safely 33 05 10 LF 4268 �,QQ 54,288 00 B 330.5.0114 UGlity MSAceB 33 OS 28 LS 1 E2.383•00 52.383.00 7 3331.4115 8' Sewer Pipe 33 11 70. 3331 12, 33 31 24 LF 115 �,QQ 53.910.00 8 3331.4208 12' Sewer Pipe 33 11 10, 33 3i 12, 33 31 24 LF 4176 �87.00 5279,792 00 9 3331.3401 Ductile Iron Sewer Fittings 33 11 11 TON i t4Sg•00 y45b.pp 10 3339.OpQ1 EppxyManhdaLiner 333960 VF 64 �]3.Q0 520,032.00 11 3339.5001 4' Manhde 33 39 10. 33 39 20 EA 13 54.791.00 $82,283.00 12 9999.0008 CanUdled Low Slrength Mataria! 99 99 07 LF 289 SS8•00 515.064.U0 NIT 111: lWITARY EWER IMP V 5400,375.00 �m c� mar w��en3 ST.WlMA�4Y��R�J['{�{{HSPF:CIFKA77[1NIX%VLIFlA3 bEVF1IWFRAR'TRUpYPR[UEfIS f Yx�im M�y 1:-'.019 p} 1; �t � WJ�1? I/AP B!F) PR1/Pf1tiAL flfe?a[1 SECTION 00 42 43 Osvelapar Axarded Projeds - PAOPOSAL FORM UNIT PRICE BID - A�TAMESA BOULEVARD EXTENSlON IpRC20-0023 Bidder's Application FOR 46 RANCH ADDITION Piojecl Ilam Inlorma6on Bidders Proposal Bidtial hom No. Deetriplion Specifica6on Section Na Unn ol Measure Bid Ouanhry UNI Price Bid Valua ME i 0241.1 t08 21' Pressure Plug Q2 41 14 EA 2 SS00•00 51.600.00 2 0241.1410 30' Pressure Plug 02 41 14 EA 1 � $B39.D0 3 0241.440t Remove HeadwalYSET 02 41 14 EA 1 33.872.00 53,672.00 4 3301.0012 PpShCCN Inspettipn oF Stortn Prdln 33 01 31 LF 3296 S1,Q0 53,298.OD S 3301.0701 ManholeVaeuumTes6ng 334t 30 EA 5 5220•00 57.100.00 6 3305.0109 TrenchSafety 330510 LF 3296 51•00 53,296.00 7 3305.0110 U61iry MarkeB 33 O5 28 LS 1 1 8. 51,578.00 8 3341.0103 18' RCP, Cless III 33 41 l0 LF 54 SS1.00 �2,754.D0 9 3341.0201 27' RCP, Class III 33 41 f0 LF 732 555.00 540,260.00 10 3341.0205 24' RCP, Class III 33 41 10 LF 1410 565•00 565,650.00 11 3341.0302 30' RCP. Class III 33 41 10 lF 544 �$Q,QQ, 543,520.00 12 3341.0309 36' ACP, Cless III 33 41 10 lF 387 1 S 65•00 540,635.00 13 3341.0409 48' RCP, Class III 33 41 10 LF 132 ft 57.00 520,724.00 14 3341.7501 8y48oxCulverl 334110 LF 332 Y/f1.00 5138,452.00 15 3341.1502 8x5 9ox Cukert 33 41 10 LF 105 5408•0� 548,830.00 16 3349.0001 A' Storm Junctlon Box 33 49 10 �A 4 35•014,00 520,056.00 17 3349.a103 18' SET, l pipe 33 49 40 EA 2 ts •e28•00 53,fi46.00 18 3349.4105 24' SET, i plpg 33 49 40 EA 4 ;2'3Bi'00- $9,588.00 19 3349.5001 10' Curb Inlet 3319 2p EA 9 34.801.00 $45,409.00 20 3349.5002 15' Cur6 Inlet 33 49 20 EA 5 ss•�as•oo 528.975.00 29 9999.0616 11.5"x7k7' Sto+m Junc[Ion Box 99 99 10 EA 1 f10,S58.00 510.558.00 22 9999.0011 HeatlwaA, 24' RCP 99 99 11 EA 2 �4,�,�,,¢Q 58,496.06 23 9999.0012 HeadwaA, 8' x 5' Box CulveR 99 99 12 EA 1 f13•25g.00 573,259.00 24 9g99.p0�3 Headwao, (2j B' x a• Box CuNert 99 99 t 3 EA 1 523.989.00 523.9d9.OD 25 9999.0014 Std.'Y inlet 999914 EA 4 55•�55•00 a21,820.OQ 26 9999.0015 Connect to Ex. Slorm Line 99 991 S EA 1 � 55,235.00 MP VEMENT 5599,213.00 NR Y: PAVIN IMPR VEMENT 1 Q241.4500 Aemove Fence 02 45 13 LF 3451 �1 •00 $3,451.Op 2 0241.t000 Aemove Conc Pvmi 02 ati t5 SY 519 S10•18 55,283.42 3 02A1.5300 flemova Conc CurhBGutter 02 4i 15 LF 5125 }�QQ 516,125.00 4 3�i0A�0� SiteGlearinp 311000 LS 1 S7•650•00 5�.650.00 5 3110.4102 6'-12' Tree Rampvel 31 10 00 EA 86 �4Q $t2,900.00 6 3710.0103 12'-1 B' Tree Remaral 31 14 00 EA 40 �Q¢ $S4.00O.DO 7 3710.0104 1B'-24' Tree Removal 31 1000 @A 12 STSO•00 S9,p00,p0 8 3923.0101 Undasslfied Excavalion by Pian {Cui: 37898, Fill; 25001 j 31 23 18 CY 62899 �248 5154,731.54 9 3137.0102 Large Stone Riprap, tlry 37 37 p0 SY BBt 566.00 y43,626.00 10 3211.0501 6' Lime TreaVnenl 21 11 29 SY 720 515.00 510,800.00 l i 3211.p502 B' Lime T�eatmenl 32 11 29 SY 1fiB80 ;S•86 E95.088.00 72 3213.0103 B'Cont?vmt 321313 SY 15223 �},],,§� 5633,581.26 13 3213.0104 9' Conc Pvmt 32 13 13 SV fi2T �55.20 S34,Bt0.40 ta 3213.0301 a• Conc SidewaAc 32 13 20 SF 53840 SS•89 E3�1,993.20 15 3213.0544 Bartier Frea Ramp 32 13 24 EA 19 1 1. 538,388.00 78 3216.0101 6' Cone Curb antl Gutler 32 iB �3 LF 7700 52.10 $16,170.00 17 3217.0001 4' SLD Pvm! Marking HAS (W} 32 17 23 LF 1092 #1.Z2 51,332.24 18 3217.0002 4' SLO Pvmt MarM�ng HAS (Yj 32 17 23 LF 4782 1.22 55,834.04 79 3217.0004 4' BRI( Pvmt MSAcing HAS (1� 32 77 23 LF a782 50•52 a2.48fi.64 24 3217.0201 B' SLO Pvmt Marking HAS (W) 32 17 23 LF 306 �2.�„2 5696.00 2t 32t7.03pt t2' SLD Pvmt Markinp HAE {W) 32 77 23 LF 368 54.64 51,600.32 22 3217.0601 24' SLO Pvml Maiking HAE {W j 32 17 23 LF 30 �$¢ 5208.80 23 3217.1002 Lane Legentl Arrow 32 17 23 EA 10 L150.60 $1,SOB.00 24 3217.7003 Lane Le{�end �BL Arrow 32 17 23 EA B 5/g5•60 51,113.60 25 3217.1004 Lane Lepend On3y 32 17 23 EA 7 5150.80 $1,055.80 26 32172002 F;aisetl MaAcer TY Y 3217 23 EA 150 54.64 5586.00 27 3217.4402 Aemove Lane Legend Arcow 32 17 23 EA 3 �141.40 531320 28 3217.4404 Remove Lane LegenO Only 32 17 23 ER 3 5104.40 $31320 • PAVI tMPA VEMENT 57,4p6,733.48 c'rtY flF AqeT p'�NeS1l STANbAkb([1N57R[L1k1N SPF[1FlCAl70N Ix1R11�1EE(13 []E1'EI.f1PFJ1 AN'MI/F11 PAn11Yl) F Ye��io� M� «.:�i9 f2 ih Ji � J6 .0:006.W.al+a 0o aa +s nnr amrwnnuu Pa�r 1 N i SECTION 40 42 43 Developer Awartletl Projeds - PROPO5AL FORM UNIT PRICE BID - ALTAMESA BOULEVARD EXTENS14N IPRC20-D023 Bidder's Application FOR 46 RANCH AbDIT10N Projx[ Itam Infarma6an 6iddefs Proposal Bidisl llam No. Oeecription 5pecificaGon SacGon No. Ifnil ol Maesure Bid QuanAty Unil Price Bid Vel�e NIT YI: TR 1 2605.0112 Inslall Elee Sery Pedeslal 26 0.5 00 EA 1 57.500.00 S7.SOp.Op 2 2605.3415 2' CON�T PVC SCH B8 (T) 26 05 33 LF 6550 115.00 $88,250.00 3 3447.t502 Ground 8ox Type B, wl Apron 34 41 10 EA 2 5900•00 51.800.00 4 3441.3003 Rtlwy Illum AssmlNy TY 1B,1BA,19. and D�40 34 41 20 EA 19 52.111.00 540.7D9.p0 5 3041.3201 LED Lighting Fixture 34 4� 2p EA 19 5 53•DO $14,307.00 8 34at.3302 Rtlwy Illum Fountla6on TY 3,5,6, and 8 34 41 20 @A t 9 S1.5HD•00 530,020.00 7 3441.1Ip5 No. 2 Insulatad Elec Conduit 34 �i 10 LF 165 E2•55 5420.75 8 3441.1409 No. B Insulatetl Elet Contluit 34 41 1p LF 19485 st.ss �30,20i.75 9 3441.3501 Sfllvaqe Street ligM PWe 34 41 20 EA 1 1 B . $1,950.00 10 344t.3502 Relocala Street Llgh[ Pole 34 �1 20 EA 1 54.180.00 54,iB0.00 fl LIGHTIN IMPH Y M 522B,73B.50 NIT VII: TRAFfl Y M 1 2805.0111 FumislVMstall Elec Sery Padestal 28 05 00 EA 2 58.500.00 513,006.00 2 2605.0131 Salvage Electrical Equipment 2fi 05 1 D EA 1 � $2,SOO.OD 3 28p5.3015 2' CON�T PVC SCH Bp {n 28 OS 33 LF 225 519.OD 53,375.06 4 2805.30t6 2' CONDT PVC SGH BO (Bj 28 05 33 LF 909 528.06 528,3Bt.p0 5 2605.3025 3' CON�TPVC SCH BO (F� 280533 LF 330 31B•00 $5,940.OU 8 2605.3026 3' CONDT pYC SCH BO {Bj 26 OS 33 LF 61 p 537.06 522.570.00 7 3441.1001 3-Sect Signal Head Pssm6ly 34 41 10 EA 12 51,650•00 E72,60p.p0 8 3441.1002 4Sect Slpnal Head Aasm6ly 34 41 10 EA 6 51.250.00 �7,500.00 9 3a41.1003 5-5ect 5lpnal Heatl Assmbly 34 41 10 EA 2 31.850.00 53,300.00 10 3441.1011 Ped Sdgnal Haad Assmply 30 41 10 EA 5 SESO•00 54,25D.00 11 3441.7031 Aotlide Petlestrian Pushiwflon StaUon 34 47 10 EA 5 � 58,425.0p 12 3441.1209 FumisFYlnstall BBV System E%T Mountetl 34 41 10 EA 2 37.7Z0.00 515,440.00 13 3447.1220 Fumishlfnstall Modei 711 Preemp6on detec[or 34 41 10 EA 2 51•824•00 53,848.00 14 344L1224 FumishllnsfatlPreempSonCaWa 34a110 LF 869 52.00 57,73B.U0 15 34A 1.1230 FumisFVlnstall Radar Presence Oeleclion Devite 34 41 1 p EA B 58.100.00 a64,B0U.00 18 3a4t,t 237 FumAnNinslNl Ratlar Advance Deleclion Device 34 41 10 EA 5 �.100.00 540,500.00 17 3441.1234 Fumtahllnstall Radar Cahla 34 41 10 LF 2,816 53.50 59.856.00 18 3441.1311 51C 14 AWG Multi-Contluctor Cah[e 3a 41 10 LF 920 51.75 51,810.00 79 3441.1312 71C 14 AWG Mu1G-ConductorCahle 34 41 10 �F 715 �2•DO $7,430.00 20 3401.1315 2WC 14 AW G Mu1d-Condudor Cablg 34 41 10 LF 1,281 SB•00 57.686.00 21 3441.1322 31C 14 AWG Mufti-Contluctor Ca61e 3a al 10 LF 1,324 s1.ss 52.p5220 22 3441.1409 NO 8 Insulatad Elec Condr 34 41 10 LF 2,288 51.SS a3,546.40 23 3441.1543 Ground BoM Type D, wlRpron 34 a7 70 EA 7 51.100.00 57,700.00 24 3441.1601 FumishJlns� 5' Pedeshien Push 8utton Pole 34 41 1U EA 3 SB00•00 g2,70p,D0 25 3445.1603 FumisMnsla� 10' • 14' Petl Pole Assmby 34 41 1p Ep 1 51.250.00 51,250.00 26 3aa1.t611 FumisMnslaAType4lSipnalPole 344110 EA 2 t8.407.00 512,814.00 27 344i.1615 Pumishllnslall Type 45 Slgnal Pole 34 A1 10 EA 3 59.2'26.00 527,678.00 28 344t.1825 FumisMnslaX Masl Nm 52' - fi0' 34 41 10 EA 1 u.e5Z,4¢, S4,g52.00 29 344f.1701 TY 1 Signal Foundation 34 41 10 EA 4 1 1 . ¢i,400.00 30 344i.1703 lY3SignalFpundation 344110 EA 2 S4.B00.00 E9,000.00 31 3441.1705 TY 5 Signal Foundation 34 41 70 EA 3 se•�oo•o0 519,500.00 32 3441.1715 Signal Cabinei Foundation • 3521 & 68U 34 4t 10 EA 2 ss.200•00 �10,400.00 33 34at.t725 Fumislvinsta�lATC5ignalController 3aa710 EA 2 Ss,485•06 510,930.00 34 3441.174i FumishMste113521ControtlerCa6inelAssambly 3441 i4 EA 2 S18.SOQ.00 537.Op0.p0 35 3441.305t FumisMnstall LED Ligi�6ng Fixture j137 watt ATH2 Co6ra Head) 34 41 10 EA 4 5753•00 $3,012.00 36 34a1.app5 Install Alum Sipn Masl Aim Mount 34 41 30 EA B �7�0.00 SB.000.00 37 9999.p015 SaNaga Sipnal Pde and Maat Arm 99 99 15 EA i 59.OD0.00 $3,Op0,p0 3B 9999.001& F�mishllns[a!I P1Z Camere 99 9916 EA 2 �,,QQ 59.iB0.00 39 9999.0017 FumisMnstall PlZ Camera CaCle 99 99 17 LF 125 SS•00 3625.00 T T ALlMPROVEMEHT $430,168.60 f[TY [M� iY)RT W�Ntlll STANDARb411NSZRIR'[1fINSPE(TFl[,�7111NE%Ill/MFMS. UEYF1.fIPF]t AWM�E7IPRNF['IS F'a�e Vmm f�p} ::. 3�I9 m J] 11 6J 1),aP ib Q,4LL71 P�apou�_ _ A-^uu6ta.�L� �.,.� IIM R[DPRf]PfKil. p� f o(+ SECTION 00 42 43 8evelaper Awarded Projects - PROPOSAL FORM tPRC2D-0023 UNIT PRICE BID - AlTAMESA BOULEVARD EXTENSION Bidder's Application FOR 46 RANCFE ADDITION Projecl Ilem Information Bidd9Ya Proppeal Bidlist Item 1Jp, D�ecription Specificetion SecOan Na. Unit ol Mea�ure 8id OuenGly lJni! Prica Bid Velue 2 13291.Ot00 32 92 13 s�a SEC710N II: WA7ER IMPROVEMEMTS 5377.587 UNR III: SANRARY SEWER IMPROVEMENTS $400,375 UNiTIV: DRAINAGE IMPROVEMENTS 5594,2�3 UNff V: PAVING IMPROVEWFENTS $1,406,733 Ui+fR VI: STREET LIGHTING IMPROVEMENTS $228,738 UNIT Yll: TqAFFIC SlGNAL IMPROYEMENT5 S43D,168 UNR VIII: LAND5CAPE IMPAOVMENTS S92.B35 This Bid is submilted br lhe mlilr named belnw: RIUIfER: Ridprm�mt I.nmmenk:�l [ ��n.�ructFr li=p 14 11'ulnul 11111 I �n� 1 n YnR. I\ 750.ix t oMyctor aRree. iu rnrnpkee SYcHtK fM FINAI. Al'I,NP'i'A�1'll? xilhln i wc wml�knr duy: aller i6e d.ir w6rn ehr C'[I!iTpA[.T rnmmenav to run .s pro,ided in �he I:eaenl (.ondfiL�n•. 6'NU oF' cE[Y�IuY rnv nc r�mr ax�ent ST.WUAkn[011ti1A[R'l1fIN5PE[1F1LA1N1NIMM'11MFSfTS UlYF�.[]Pp1AWAR]]FDPp11fE1'IS Fvs Y.+uoq M�i ...'.�19 6h 1� 11 9� 00 45 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT – DEVELOPER AWARDED PROJECTS 00 45 12_Prequal Statement 2015_DAP Revised 10212020.docx Form Version September 1, 2015 SECTION 00 45 12 DAP – PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the “Major Work Type” box provide the complete major work type and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Mains (all sizes) for New Development using Open Cut construction methods Wright Construction Company, Inc. 4/30/2021 Wastewater Mains (all sizes) for New Development using Open Cut construction methods Wright Construction Company, Inc. 4/30/2021 Concrete Paving Construction/Reconstruction (Unlimited SY) McMahon Contracting, L.P. 7/1/2022 Roadway and pedestrian lighting Hurst Electric 3/9/2022 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Ridgemont Commercial Construction BY: 1520 W. Walnut Hill Lane Irving, TX, 75038 _________________________________________ (Signature) TITLE: DATE: END OF SECTION Sr. Project Manager 8/28/2020 bd 45 26 -1 CONTRAC70R COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 2 1 2 3 �j ��l � L�I i I�I+Z 4-f�� CONTRACTOR CQMPLIANCE WITH WORKER'S COMPENSATION LAW 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certi�es that �t 5 provides worker's compensation insurance correrage for all of its employees employed on City 6 Project No. Ip2575. Contractor further certifies that, pursuant to Texas Labar Code, Section 7 �406.096(bj, as amended, it will pro�ide to City its subcontractor's certificates af campliance with 8 worker's compensation co�erage. 9 14 CONTRACTOR: 11 12 Rid�emont Commerical Construction 13 14 15 16 17 18 19 20 21 22 z3 24 25 25 27 28 29 30 31 32 33 34 35 By: � � Company rintj 1520 W. Walnut Hill Lane Signature: Address Irving, TX 75038 Title: ..►C. f�ior._ � City/State/Zip (P ase Print) THE STATE OF TEXAS COUN7Y OF TARRANT § § �EFO�M�, t�ie undersigned authority, on this day personally appeared , �1� ��, known to me to be the person whose name is subscri�ed to the foregoing instrument, and acknowledged ta me that he/she executed the same as the act and deed of for the purposes and consideration therein expressed and in the capacity therein stated. GI EN ND R MY HAND AND SfAL OF OFFICE this Z �� day of 20� CI7Y �F FORT WORTH Altamesa 9oulevard fxtension for 46 Rnnch Addition STANDARD CONSTRUCTION SPECIFICATION QOCUMENTS CPN-101575 Revised April 2, 2D14 004526-2 CQNTRACTORCOMPUANCf WITH WORKER'SCOMPENSATION LAW , c�.r.�� MAUREEN MCDO�INE�L 1 *' ; HQTARY PUBLIC - 5TA'iE OF TFXAS XA +,�: NO7ARYlD#12973278-9 2 �'a.��'' My Comm. Exp. March 3, 2D22 Page 2 of 2 Notary Publ in and for the Sta e of Texas 4 END O� S�CTIdN CITY OF FOAT WORTH Altamesa 8oulevard fxtension for 4S Ranch AddiiJan STANDARD CQNSTRUCTION SPECIFICA710N DOCUMENTS CPN-101575 Revised April 2, 2014 9/23/2020working180SB 10/21/2020 005243-2 Developer Awarded Project Agreement Page 2 of 6 30 31 32 33 34 35 36 3T 38 39 Paragraph 3.2 above, plus any eactension 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 invoived in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not campleted an time. Accordingly, instead of requiring any such proof , Cantractor agrees that as fiquidated damages for delay (but not as a penalty), Contractor shatl pay Developer Three million six hundred and fortv-one rhousand. four hundred and thirtv- five Dallars and thirteen Cents tS3,641,435.13) 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. QO Article 4. CONTRACT PRICE 41 Developer agrees to pay Contractor for performance af the Work in accordance with the 42 Contract Documents an amount in current funds of Three miilion, six hundred and fortv-one 43 thousand four hundred and thirtv-five Dollars and thirteen Cents t�3,641.435.131. 44 45 46 47 48 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between peveiaper and Contractor concerning the Work consist of the following: 1. This Agreement. q9 2. Attachments to this Agreement: 50 a. 8id Form (As provided by Developer) 51 1j Proposal Form (DAP Version) 52 2j Prequalification Statement 53 3) State and Federaf documents (projecCspecificJ 54 55 56 57 58 59 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 CITY OF FORT WORTH Altamesa Boulevard Extension For 46 Nanch Additfon STANDARD CONSiRUCT10N SPECIFICA71pN OOCUMENTS— DEVEIOPER AWARbED PROJECTS CPN-102575 Revised June 16, 2016 00 52 43 3 Developer Awarded Project Agreement Page 3 of 6 60 h. MBE and/or SBE Commitment Form (If required) b1 3. Standard City Generat Conditians of the Construction Contract for Developer 62 Awarded Projects. 63 4. Supplementary Conditions. 64 5. Specifications specifically made a part of the Contract Dacuments by attachment 65 or, if not attached, as incorporated by reference and described in the Table of 66 Contents of the Praject's Contract Documents. 67 6. Drawings. 68 7. Addenda, 69 8. Documentation submitted by Contractor prior to Notice of Award. 70 9. The foilowing which may be delivered or issued after the Effective Date of the 71 Agreement and, if issued, became an incorporated part of the Contract 72 Documents: 73 a. Notice to Proceed. 74 b. Field Orders. 75 c. Change Orders. 76 d. Letter of Finat Acceptance. 77 78 CITY OF FORT WORTH Aitamesa Boulevard Extension For 46 Ra�ch Addition STANOARO CONSTRUCTION SPECIFICA710N OOCUMENTS —OEVELOPER AWARDED PROJECTS CPN-102575 Revised June 16, 2016 00 52 43 4 Oeveloper Awarded Pro)ect Agreement Page 4 of 6 79 Article 6. INDEMNIFICATION SO 6.1 Contractor covenants and agrees to indernnify, hald harmisss and defend, at its own 81 expense, the city, its officers, servants and ernpfoyees, from and against any and all 82 claims arising out of, ar aileged to arise out of, the work and se�vi�es to be performed by 83 the contractor, its officers, agents, employees, subcontrattors, licenses or invitees under 84 this contract, This indernnification provision is specifically intended to os�erate and be 85 effective even if it is alisged or qroven that all or same of the dama�es bein� sou�ht 86 were caused, in whole or in part, bv anv act. omission or ne�ligence of the citv. This 87 indemnity provtsion is intended to include, without limitation, indemnity for costs, 88 expenses and legal fees incurred by the city in defending against such ciaims and causes 89 of actions. 90 91 92 93 94 95 96 97 98 99 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its afficers, senrants and employees, from and against any and all Ioss, damage ar destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees ar invitees under this contract. This indemnification provision is specificaliv intended to operate and be effective even if it is alie�ed ar proven that a11 ar some of the damages bein� sou�ht were caused, in whole or in part, bv anv act, omissian or ne�li�ence of the citv. 100 Article 7. MISCELlANEOUS 101 7.1 ierms. 102 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 103 the Construction Contract for Developer Awarded Projects. 1Q4 7.2 Assignment of Contract. 105 This Agreement, including all of the Contract Documents may not be assigned by the 106 Contractor without the ad�anced express written consent of the Developer. 10? 7.3 Successors and Assigns. 108 Developer and Contractor each binds itself, its partners, successors, assigns and legal 109 representatives to the other party hereto, in respect to all covenants, agreements and 110 obligations contained in ihe Contract Documents, CITY OF FORT WORTN Altamesa Boutevard Extension For 46 Ranch Addition STANOARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARUED PROJECTS CPN-102575 Revlsed lune 16, 2016 005]93-5 Developer Rward¢d Proftci ngreement Vage 5 of 6 111 7.4 Severabllity. 112 Any provfsion or part of the Contrect Documents held to be unconstltutlonal, vofd or 113 unenforceable by a court of competent jurisdictlon shall be deemed stricken, and all 114 remalning provisions shall continue to be valid and binding upon DEVELOPER and 115 CONTRACTOR. 116 7.5 GoverningLawandVenue. 117 This Agreement, Including all of the Contract Documents is performable in the State of 118 Texas. Venue shall be 7arrant Counry, Texas, or the United States Distdct Court for the 119 Northern Dlstrict of Texas, Fort Worth Divlsion. 120 121 7.6 Authority to Sign. 122 Contractor shall attach evidence of authority to sign Agreement, if other than duly 123 authorized slgnatory of the Contractor. 124 125 126 127 128 129 IN WITNE55 WHEREOF, Developer and Contractor have executed [his Agreement In multiple counterparts. 7his Agreement is effective as of the last date signed by the Parties ("Effective Date"�. Developer: BY: _ �._— � (Signature) Contractor: By�� (Signature) CIiY OF iORT WORTH / Itamesa Boulevard Exhnslon For 46 Pan�h Atldlllan STANDAPO [ONSTPUCTION SPECIFIC4TION ODNMENIS—OEVELOPE0. AWAPDEO PPOlfRS CPN 3035J5 PlNsed lune 16,3016 _��.��Lt� G�i^� �Printed Name) IlI7I�l 005143-6 peveloper Rwarded P�Ofett Agreemen� �. I Page 6 of 6 au �ana� (Prin ed Name) Title: Company Name: Jackson-Shaw/46 � Company name: Ridgemont Commercial Ranch, LLC. ConstrucUon Address:4890 Alpha Road, Suite 100 Ciry/Sta[e/Zip: Dallas, TX 75244 �'ZO-2� Date 130 Address: 152D W. Walnut Hill Lane City/State/2ip: Irving, TX 75038 __`��� Date CITY OF FOHT WOPTH Altamesa Boulewrtl Eaten�lon Far46 Am<h Additbn STANDAftD CONSTRUCTION SPECIFI[ATION DOCI1MENi5—DEVELOVER AWPRDFD PM1OlERS CPN-1015]5 Rnlsetl lune 16, 3016 06 G2 l9 -1 MAIN'I'ENAPlCE HOND Page 1 of 3 2 3 4 5 6 7 THE STATE OF TEXAS � M_ � ,__� : ; �11 SECTION Ot16219 MAINT�NANCE BOND 8 9 10 1i 12 13 14 15 I6 l7 18 19 24 21 22 23 24 25 zs 2'l 28 29 3Q 31 32 33 34 B�ND # PRF9355422 § § Krrow aY.L sY �sE rxEsErrrs: § , ' ,_,Co�structian , lrnoW� as "Principa!" a# �uve Ricigemont Commerc�l „__, _ herein and Colonisl Atne�r,an Casual a�d Snre Com an a c€�rparate surety (sareties, if more than nne) duly a�thoriz.ed #o do basiness in the State oi Texas, krEc�wn as "Surety" herein (whether one or more), are held and firmly bounci unta the Developer, Jscksan-Shaw1�46 Rsu�c� LLC) , authorized tc� do i�usiness in Texas ("Der�elaper"} and #�e CitX of Fort Warth, a Texas tnunici�al corparation ("City"}, in fhe sutn oi Three millio�t, srx hrrndred and,forlv-�one thousand fbur hundred and thirtv�-iiv„e,Dollmrs und„thirtee►t Cen�s (�3,641.435.1�3), lawful �oney of the United States, to be paid in For� Worth, Tarrant County, Texas, for payment of which sum weli ar�d truly be made jointiy unta the De�eloper and the City as dual ob�igees and their successors, we bind ours�l�es, our hairs, executors, administrators, successo�rs and assigns, jnintty and severally, firt�[y by these preser�ts. WHEREAS, De�eloper and City �a�e e�tered into art Agreement for the construction of comme�nity facilities in the City af Fort Worth by and thrrough a Community Facilities Agreement, C�'A Nu�ber IO2S7S: anc� WHEREAS, the Principa� has entered into a certain written contract with the D�veloper awarded the 14th day of A� us 242� which Contract is hersby referred t� and a made part her�f�or all puiposes as if ful[y set forkh herein, to furnish a11 mate�iais, equipment ia6or and other aeeessories as defined by law, in the pmseeution of the Wnrk, ineluciing any Wa�Ic resulting from a duly autlaorized Change Order (collectively he�rein, the "Work"} as pro�ic�ed far in said Contrxet and designated as Altamesa BauCevard Exte�rsion For 46 Ranclt Addrtion.; and WHEREAS, Prineipal binds itself to use such materials and to so construet the Worlc in accordance with the p1a�s, specificat�ans and Contract Daouments that the Work is and will rennain free from defects in materials or r�vorlsmanship for and during t�e periad of two (�3 vears after the date of Fina� Acceptance of the Worlc by the City ("Main�enance Period"}; and CITY OF FORT W�RTH Ailamesa Boulevard ExEension FaT 46 Rar�ch Additivn STANDARD Cl1'Y COhIDITIOt�iS—DEVELOPEii AWA[iDED pROJEC7'S CPN-1(i2575 Revised January 31, 2812 oa�a ��-z Iv[AINTENANCE BOI+ID Page 2 of 3 1 WHEREA�, Principal binds itselito repair or reconsiruct the Work in whole or in par� 2 upon receiving notice fi-om the Developer and/or City of the need thereof at any time wit�ip the 3 Maintenance Period. 4 5 N�W TI3EREFORE, the condition o�this obligation is such tha� if PrincipaI shail b remedy any defective Work, �or which timely notice was provzded by Develaper or City, to a 7 completion satisfactory to the City, tla�n this obligation shalt becoane nuli and void; otherwise ta 8 remain in fulI force and effect. � 10 PROVIDED, HOWEVER, if PrincipaI shall fail so to repair or recons�i-uct any tirneIy 1 I noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with aIl associated cosis thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and �4 15 i6 17 18 19 20 2I 22 23 PROVIDED FURTHER, that i�any legal action be fled on this Bond, venue shalI Iie in Tarrant County, Texas or the United States Distriot Court for the Northern Distz�ict of Texas, Port Worth Division; and PROVLDED FURTHER, that this obligation shall be continuous in nature and successi�e recoveries may be had hereon for successi�e breaches. C]TY OF FORT WORTI-I A[tamesa Boulevard Extension Por 46 Ranch Addjtion STANDARD C1TY CONDITIOI�fS — D�VELQPER A�VARDED PR07�CTS CPN-10�y575 Revised 3anuary 31, 20i2 00 62 L9 - 3 MAIN'fENANCE BOND Page 3 of 3 ] 2 3 4 5 6 7 8 9 10 11 12 13 14 15 I6 17 18 ]9 20 21 22 2; 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 IN WITNESS WH�REOF, the Principal and the Surety have each SIGNED and SEALED tltis instrument by duly authorized agenYs and officers on this the 18th day of Seatember, 2020 ATTEST: / r' / ' �i'�/L✓wL` (Princi al) Secretary Address: 1520 W. Walnut Hill Lane Irvin2, TX 75038 Wifiess as Yo Principal SURETY: Colonial American CasualYv and Suretv Companv _. ._.__. BY: � .1�sL_� � • � - � Signature Debra Lee Moon, Attornev-in-Fact ATTEST: Name and TiTle ��� Address: 1299 Zurich Wav, 5"' Floor Schaumbure, IL 60196 (Sur ecretary — ��, � ,�-��r- Wifiess as to e'ty Telephone Number: B47) 605-6000 *Note: Tf signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person lias authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of tl�e bond shall not be prior to the date Yhe Contract is awarded. CITY OC FORT WORTH STANllARD C]'f`Y CONUITIONS — DEVP,LOPER AWAADBD PROJECTS Revised Je�ivary 3l, 2012 Altamesa Boulevard Ex[ension F'or 4G R:mch Addjtion CPN-10.�575 PRINCIPAL: ZURICH A14iERTCAIV INSURAI�CE C'QMPANY COLONIAL AMERICAN CASUAL'�'Y AND SURETYCOMI'ANY TIll�L[TY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMEItiCAN II�SURANC� COMPANY, a corporation of the Stat� o£ New Yor[c, the COLONiAL AMERICAN CASUALTY ANT� SURETl' COMPANY, a corporation of the Sfate of Illinois, ant[ the FID�LITX AND DEPOSIT COMPANY OF MARYLAND a corporation oftl�e State of Illinois (herein collecti�ely called the "Companies"), by Ro6ert D. Murray, Vice President, in pursuance of authority granted by Article V, Section $, of the By-Laws of said Companies, whiali are set fprth on the reverse side hereof and are hereby certified to be in fu]I %rc� and effect on the date hereof do here6y nominate, constitute, and appoint John William NEWBY, Troy Russell KEY, Debra Lec MOON, Andrea Rose CItAWFORD, Sflndra Lee RONEY, Linda Mici�clle STALDER, Suzanne Elizabeth NEEnZWI�DZ, Sheric Mie�Zcile GR�ENOUGH, Cheri Lynn IRBY and Joshua D. TRITT, aII of Addzson, Texas, its frue and iawful agent and Attorney-in-�'act, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all honds and undertakings, and the execufion of such bonds or underYaE�ings in pursuance ofthese presents, shall be as binding upon said Companias, as f�lly and ainply, #o al[ inTents and purposes, as iithey had been duly executed and acEcnowledged by the eegularly e[ected officers af the ZURICT3 AMEiZICAN TNSURANCE COMPAt�f1' at its office in New York, New York., the regularly elected officers of the COLOMAi. AMERICAN CASUALTY AN17 S[JRETY COMPANY at its office in Owings Mills, Maryland, and the regularEy elected oi�3cers of the FIDELITY AN� DEPOSIT COMPANY O�' MARYLAND at its office in Owings MilIs, Maryland, in their own proper persons. The said Vice PresidenE cloes hereby cerCify #l�at the e3ctract set forth on the re�erse side hereof is a true copy af Article V, Section 8, of the By-Laws of said Companies and is naw in force. IN WITNESS WHEREOF, #he said Vice-President has hereunto subscri�ed his/her narnes and affixed Yhe Corparate Seais of the said ZiTRICH AM�RICAN INSiIRANCE COMPANX, COLONIAL AM�RICAN CASUA�TY AND SURETY COMPANY, and FIDELITY AND DCPOSIT COMPANY OT+ MARYLA,NA, this Sth day of March, A.D. 2024. •`'�pS�,;H54R tiy .� 'v'�i3t'4"'a'4e'PR�s �"��a,•�,�y� �4� � �; _ • � °�° ...._ t�` __�° 1or —' ; $�AL :,��,,,ies�s ��� in. � � •�r °�,'� '4 ��' w,..�„,N,,,, a�r�r�sr: ZUIiICH AMCRICAN INSURAIVCE COMPANI' C4LONIAL AMERICAIV CASTiALTY A,ND STJR�TY COINPANY r1D�LIT1( A1VD D�POSIT COMPANY OF MA�'YLA]YD �� By: Robert D. Murray Yice President � ����tr,t. � ��2��>t.�� By: Daivn C Brown Secretary Statc ofMarylhr�d County ofBaltimore On this 5�' day of March, A.D. 2020, before the subscriber, a Notary Public ofihe State of IvIaryland, duly commissioned and s�aalified, RobertD. Murray, Vicc i'resident and nawn E. �3rown, Secretary of the Companies, to me personally known Eo be the individuals and officers described in and who executed the preceding insfrument, and acknowledged the execution ofsame, and being by me duly swom, deposeth and saith, that he/she is tlte said of'�cer ofthe Compar�y aforesaid, and that Ehe seals afiixed to the precedin� instrument are the Corporace Seals of said Companies, and Ehat the said Corporate Seals arad the signacc�re as sucli of�cer were duly affixed and subscribed to the said instrument by t��e authority and direction nf tlie said Gorporations. 1N TESTiMONY WH6REOF, I have hereunto set my hand and affixed my OF€icial Seal thc day and year f�st above written. ������ .Ru�r'����� ;. �,�`�f � \i1Y �'•. � K�' _ Q. , �%'�f�� � ,eii� � ' "• :,`i ] �in : . : .7: � 7 Z ., :�o: / ��i�" ;•,�•.,,.,ie3`'.;�`� ConstanceA.Dunn,NotaryPublic %'�%ir....."�>�'� M CommissionEx ires:7ul 9,2023 �''�+„� �su�`' Y P Y EXTF'tACT FROM BY-LAWS OF TWE COMPANlES "Articie V, Section $, At#ornevs-in-F�ct, 'Ttae Chief �xecutive Officer, the President, or any Executive Vice President or Vice President may, by written instrumenE under the attested mrporate seal, appoint atEorneys-in-fact with authority ta execuYe bonds, policies, recognizances, stipulations, undertalcings, or other li�e instruments on behalf of the Company, and may authorize any officer or any sych attorney-in-Fact to af#ix the corporate seal thereto; and may with or without capse modify of revoke any such appoinhnen# or authority at �ny time." C�RTI�ICATE I, the undersigned, Vice President of the ZURICH AMERICf1N INSi1RANCE COMI'ANY, the COLOMFIL, AMERICAN CASUALTY AND SiT12ETY COMPANY, and the FIT�ELiTY ANi� DEPOSTT COMPANY OF MARY�.AND, do E�ereby certify tj�at ti�e foregoing Power oP Attorney is stitl in ft�11 force and effect on the date of this cer�ificaYe; and I do further certify that Article V, Section 8, of the By- Laws oFthe Companies is still in force. This Pow�r af At#orney and Certificate may k�e signed i�y facsimile under and by authority of the following resolution oi the Board of Directors of the ZUItICH AMERICAN 1NSIJ1tANCE COMPANY at a meeting duly cailed and held on the I5Eh day of D�cember 1998. RESOLVED: "Thaf the signature of the President pr a Vice PresidenT and the attesting signature of a SecreEary or an Assistant Secret�ry and the Seal of the Company may be af�ixed by facsimiEe on any Power of Attorney...Any such Power or any cerEificate thereof hearing sych facsiEr,ile signature and seai shat] be valid and binding on theCompany." TE�is Power of Attorney and Certificare may be signed by facsimi]e under and by authority of the following reso[ution of the Board aF Directars of the CQLONIAL AMERICAN CASUALTY AND SUI2ETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolutian of the Boazd of Directors af the FIDELITY AND DEPOSIT CQMP,A,NY OF M�IRYLAND at a meeting duly calEed and held on the l Oth clay of May,1990. 12ESOLVED: "That the facsizr►ile or mechanically reproduced seal ofthe company and facsimi[e or mec�anica]Ey reproduced signa#ure of any Vice-Presidenf, Secretary, or Assistant Secrefary of the Company, wh�ther made heretofore or hereafter, wherever appearing upon a certi�ed evpy oi ar�y pawer of attorney issued by the Company, shall be valid and binding upon #he Company with The sarne force antE eifect as though manually affixed. IN TES`T'I]VIpNY UVHEREOF, I ha�e hereanto subscribed my name and affixed the corporate seals of the saicE Companies, this �S�h day of Sepiember zozo �,•�3 SNSVMq''%1�Lyq � F[���yS � � �/4�%+i��O �%�m: ��riw L� : �..n.. i yV�s i�� �ra�l�a � i '� • p� q��M1 ���� � �MM �� S,� 4wn� �ti��..*iw"�A /J� �~ yC�C L ����--.�� / ] �.11 By: Brian M, IIodges Viee President TO REPORT A C�,AIM WITH REGARD TO A SURETY BQND, PL�ASE SUBMIT A COMPLET� DESCRIPTYON OF THE CLAIM INCLUDiNG THE PRINCIPAL ON THE BOND, THE BOND NUMSER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.re ortsfolai3ns urichna.com 800-626-4577 0 l 8 Texas Impor�ant No�ice IMPOR7ANT NOTICE Ta ob#ain informatian or make a complaint: You may ca[I Zurich North America's toli-free telephone number for informatian or to make a eomplaint at: 7 -800-382-2'f 50 You may con#act #he Texas Depar#meni of Insurance io obtain informatior� an corrtpanies, co�erag�s, rights, or complaints at: 1-$fl0-252-3439 You may write the T�xas Departrr�er�t of fnsurance: P.O. 8ox 149'i 04 Austin, 7X 78714-9104 Fax: (592) 490-1007 Web: www.tdi.texas.go� E-maif: ConsumerPrat�ction@tdi.texas.go� PR�MIUM QR CLAiM DISpUTES: Shauld you ha�e a disput� concerning your prerrtium or abaut a claim, you shauld cvntaci the company first. If the disput� is nat resolved, you may cor�taet fh� Texas �epariment of lnsurance. A7TACH THtS NOTICE TO YOUR pO�.ICY: This notice is for information only and does nat becnme a part or conditian of the attach�tf document. AVISO IMPORTANI"E N ZURICN Para obt�ner intorrrtacion a para pres�n#ar una queja; Usted puede Ilamar al numera de telefono gratuito de Zurich Nor#h America's para obtener informacion o para presentar una queja al: 1-SDO-382-2150 Us#ed puede cornunicarse con el Deparkamento de Se- guros de Texas para obtener informacion sobr� cor�- panias, coberturas, derecf�os, o quejas al: 1-$p0-252-3439 Usted puecle escribir aE Departamento de Seguros de Texas a: P.O. Box 149'104 Aus#in, TX 78794-9104 �ax: (5'!2) 490-1007 Sitio web: www.�cfi.texas.go� �-maii: ConsumerProtection@tcfi.texas.gov DISPUTAS POR PRIMAS DE SEGUROS O RECLAMAC�QNES: Si tiene una disputa relacionada con su prima de seguro o con una reclamacion, usted dehe c4mur�icarse cor� la cornpania primero. 5i la disputa no es resuelta, ust�d puede comunicarse con el f]epartamenfo de Seguros de Texas. ADJUN7� ESTE AVISO A SU P4L.IZA: Este aviso es salamente para propositos informativos y no se con�- �ierte en parte o en condicion dal doc�amenio adjun�o. U-GU-296-E �Ofi/15) Pag� 1 0€1 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1  1.01 Defined Terms ............................................................................................................................... 1  1.02 Terminology .................................................................................................................................. 5  Article 2 – Preliminary Matters ......................................................................................................................... 6  2.01 Before Starting Construction ........................................................................................................ 6  2.02 Preconstruction Conference .......................................................................................................... 6  2.03 Public Meeting .............................................................................................................................. 6  Article 3 – Contract Documents and Amending ............................................................................................... 6  3.01 Reference Standards ..................................................................................................................... 6  3.02 Amending and Supplementing Contract Documents .................................................................. 6  Article 4 – Bonds and Insurance ....................................................................................................................... 7  4.01 Licensed Sureties and Insurers ..................................................................................................... 7  4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7  4.03 Certificates of Insurance ............................................................................................................... 7  4.04 Contractor’s Insurance .................................................................................................................. 9  4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12  Article 5 – Contractor’s Responsibilities ........................................................................................................ 12  5.01 Supervision and Superintendent ................................................................................................. 12  5.02 Labor; Working Hours ................................................................................................................ 13  5.03 Services, Materials, and Equipment ........................................................................................... 13  5.04 Project Schedule .......................................................................................................................... 14  5.05 Substitutes and “Or-Equals” ....................................................................................................... 14  5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16  5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16  5.08 Wage Rates.................................................................................................................................. 18  5.09 Patent Fees and Royalties ........................................................................................................... 19  5.10 Laws and Regulations ................................................................................................................. 19  5.11 Use of Site and Other Areas ....................................................................................................... 19  5.12 Record Documents ...................................................................................................................... 20  5.13 Safety and Protection .................................................................................................................. 21  5.14 Safety Representative ................................................................................................................. 21  5.15 Hazard Communication Programs ............................................................................................. 22  5.16 Submittals .................................................................................................................................... 22  5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24  5.19 Delegation of Professional Design Services .............................................................................. 24  5.20 Right to Audit: ............................................................................................................................ 25  5.21 Nondiscrimination....................................................................................................................... 25  Article 6 – Other Work at the Site ................................................................................................................... 26  6.01 Related Work at Site ................................................................................................................... 26  Article 7 – City’s Responsibilities................................................................................................................... 26  7.01 Inspections, Tests, and Approvals .............................................................................................. 26  7.02 Limitations on City’s Responsibilities ....................................................................................... 26  7.03 Compliance with Safety Program ............................................................................................... 27  Article 8 – City’s Observation Status During Construction ........................................................................... 27  8.01 City’s Project Representative ..................................................................................................... 27  8.02 Authorized Variations in Work .................................................................................................. 27  8.03 Rejecting Defective Work .......................................................................................................... 27  8.04 Determinations for Work Performed .......................................................................................... 28  Article 9 – Changes in the Work ..................................................................................................................... 28  9.01 Authorized Changes in the Work ............................................................................................... 28  9.02 Notification to Surety .................................................................................................................. 28  Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28  10.01 Change of Contract Price ............................................................................................................ 28  10.02 Change of Contract Time............................................................................................................ 28  10.03 Delays .......................................................................................................................................... 28  Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29  11.01 Notice of Defects ........................................................................................................................ 29  11.02 Access to Work ........................................................................................................................... 29  11.03 Tests and Inspections .................................................................................................................. 29  11.04 Uncovering Work ....................................................................................................................... 30  11.05 City May Stop the Work ............................................................................................................. 30  11.06 Correction or Removal of Defective Work ................................................................................ 30  11.07 Correction Period ........................................................................................................................ 30  11.08 City May Correct Defective Work ............................................................................................. 31  Article 12 – Completion .................................................................................................................................. 32  12.01 Contractor’s Warranty of Title ................................................................................................... 32  12.02 Partial Utilization ........................................................................................................................ 32  12.03 Final Inspection ........................................................................................................................... 32  12.04 Final Acceptance ......................................................................................................................... 33  Article 13 – Suspension of Work .................................................................................................................... 33  13.01 City May Suspend Work ............................................................................................................ 33  Article 14 – Miscellaneous .............................................................................................................................. 34  14.01 Giving Notice .............................................................................................................................. 34  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34  14.03 Cumulative Remedies ................................................................................................................. 34  14.04 Survival of Obligations ............................................................................................................... 35  14.05 Headings ...................................................................................................................................... 35  00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw – City’s on-line, electronic document management and collaboration system. 5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract—The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents—Those items that make up the contract and which must include the Agreement, and it’s attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions l. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor—The individual or entity with whom Developer has entered into the Agreement. 11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer – An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 16. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements—A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non-Participating Change Order—A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order—A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans – See definition of Drawings. 24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 25. Project—The Work to be performed under the Contract Documents. 26. Project Representative—The authorized representative of the City who will be assigned to the Site. 27. Public Meeting – An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 41. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non-Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. C. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 2 – PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: ____________________________________________________________ Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a. General Aggregate: _____________________________________ Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence: : _____________________________________ Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- Union Pacific Railroad Company N/A, if required $4,000,000 NA/, if required $2,000,000 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Required for this Contract. (Check this box if there is any City Participation) Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects [Insert Project Number] Revised December 20, 2012 SECTION 01 11 00 SUMMARY OF WORK PART 1 - 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 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. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects [Insert Project Number] Revised December 20, 2012 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects [Insert Project Number] Revised December 20, 2012 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 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. 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, Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer’s opinion, acceptance will require substantial revision of the original design d. In the City’s or Developer’s opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION 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 SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 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 specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor’s work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City’s representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 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 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 31 20 - 1 DAP PROJECT MEETINGS Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 SECTION 01 31 20 PROJECT MEETINGS [Specifier: This Specification is intended for use on projects designated as Tier 3 or Tier 4.] PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 31 20 - 2 DAP PROJECT MEETINGS Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City’s representatives f. Others, as requested by the Project Representative 5. 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 l. 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 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 31 20 - 3 DAP PROJECT MEETINGS Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 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 SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 32 16 - 1 DAP CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 SECTION 01 32 16 CONSTRUCTION PROGRESS SCHEDULE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1 - No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 32 16 - 2 DAP CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost-loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 32 16 - 3 DAP CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 32 16 - 4 DAP CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 32 16 - 5 DAP CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 01 33 00 DAP SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 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 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City’s Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City’s Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. 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 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor’s risk if not marked b. Submittals for each item will be reviewed no more than twice at the City’s expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative’s then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City’s discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH Altamesa Boulevard Extension For 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN-102575 Revised August, 30, 2013 SECTION 01 35 13 1 SPECIAL PROJECT PROCEDURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedures for special project circumstances that includes, but is not limited to: 6 a. Coordination with the Texas Department of Transportation 7 b. Work near High Voltage Lines 8 c. Confined Space Entry Program 9 d. Air Pollution Watch Days 10 e. Use of Explosives, Drop Weight, Etc. 11 f. Water Department Notification 12 g. Public Notification Prior to Beginning Construction 13 h. Coordination with United States Army Corps of Engineers 14 i. Coordination within Railroad permits areas 15 j. Dust Control 16 k. Employee Parking 17 l. {Coordination with North Central Texas Council of Governments Clean 18 Construction Specification [remove if not required]} 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 – General Requirements 24 3. Section 33 12 25 – Connection to Existing Water Mains 25 26 1.2 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 32 High Voltage Overhead Lines. 33 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 34 Specification 35 1.3 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination with the Texas Department of Transportation 37 1. When work in the right-of-way which is under the jurisdiction of the Texas 38 Department of Transportation (TxDOT): 39 01 35 13 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 CITY OF FORT WORTH Altamesa Boulevard Extension For 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN-102575 Revised August, 30, 2013 a. Notify the Texas Department of Transportation prior to commencing any work 1 therein in accordance with the provisions of the permit 2 b. All work performed in the TxDOT right-of-way shall be performed in 3 compliance with and subject to approval from the Texas Department of 4 Transportation 5 B. Work near High Voltage Lines 6 1. Regulatory Requirements 7 a. All Work near High Voltage Lines (more than 600 volts measured between 8 conductors or between a conductor and the ground) shall be in accordance with 9 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 10 2. Warning sign 11 a. Provide sign of sufficient size meeting all OSHA requirements. 12 3. Equipment operating within 10 feet of high voltage lines will require the following 13 safety features 14 a. Insulating cage-type of guard about the boom or arm 15 b. Insulator links on the lift hook connections for back hoes or dippers 16 c. Equipment must meet the safety requirements as set forth by OSHA and the 17 safety requirements of the owner of the high voltage lines 18 4. Work within 6 feet of high voltage electric lines 19 a. Notification shall be given to: 20 1) The power company (example: ONCOR) 21 a) Maintain an accurate log of all such calls to power company and record 22 action taken in each case. 23 b. Coordination with power company 24 1) After notification coordinate with the power company to: 25 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 26 lower the lines 27 c. No personnel may work within 6 feet of a high voltage line before the above 28 requirements have been met. 29 C. Confined Space Entry Program 30 1. Provide and follow approved Confined Space Entry Program in accordance with 31 OSHA requirements. 32 2. Confined Spaces include: 33 a. Manholes 34 b. All other confined spaces in accordance with OSHA’s Permit Required for 35 Confined Spaces 36 D. Use of Explosives, Drop Weight, Etc. 37 1. When Contract Documents permit on the project the following will apply: 38 a. Public Notification 39 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 40 prior to commencing. 41 2) Minimum 24 hour public notification in accordance with Section 01 31 13 42 E. Water Department Coordination 43 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 CITY OF FORT WORTH Altamesa Boulevard Extension For 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN-102575 Revised August, 30, 2013 1. During the construction of this project, it will be necessary to deactivate, for a 1 period of time, existing lines. The Contractor shall be required to coordinate with 2 the Water Department to determine the best times for deactivating and activating 3 those lines. 4 2. Coordinate any event that will require connecting to or the operation of an existing 5 City water line system with the City’s representative. 6 a. Coordination shall be in accordance with Section 33 12 25. 7 b. If needed, obtain a hydrant water meter from the Water Department for use 8 during the life of named project. 9 c. In the event that a water valve on an existing live system be turned off and on 10 to accommodate the construction of the project is required, coordinate this 11 activity through the appropriate City representative. 12 1) Do not operate water line valves of existing water system. 13 a) Failure to comply will render the Contractor in violation of Texas Penal 14 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 15 will be prosecuted to the full extent of the law. 16 b) In addition, the Contractor will assume all liabilities and 17 responsibilities as a result of these actions. 18 F. Public Notification Prior to Beginning Construction 19 1. Prior to beginning construction on any block in the project, on a block by block 20 basis, prepare and deliver a notice or flyer of the pending construction to the front 21 door of each residence or business that will be impacted by construction. The notice 22 shall be prepared as follows: 23 a. Post notice or flyer 7 days prior to beginning any construction activity on each 24 block in the project area. 25 1) Prepare flyer on the Contractor’s letterhead and include the following 26 information: 27 a) Name of Project 28 b) City Project No (CPN) 29 c) Scope of Project (i.e. type of construction activity) 30 d) Actual construction duration within the block 31 e) Name of the contractor’s foreman and phone number 32 f) Name of the City’s inspector and phone number 33 g) City’s after-hours phone number 34 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 35 A. 36 3) Submit schedule showing the construction start and finish time for each 37 block of the project to the inspector. 38 4) Deliver flyer to the City Inspector for review prior to distribution. 39 b. No construction will be allowed to begin on any block until the flyer is 40 delivered to all residents of the block. 41 G. Public Notification of Temporary Water Service Interruption during Construction 42 1. In the event it becomes necessary to temporarily shut down water service to 43 residents or businesses during construction, prepare and deliver a notice or flyer of 44 the pending interruption to the front door of each affected resident. 45 2. Prepared notice as follows: 46 a. The notification or flyer shall be posted 24 hours prior to the temporary 47 interruption. 48 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 CITY OF FORT WORTH Altamesa Boulevard Extension For 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN-102575 Revised August, 30, 2013 b. Prepare flyer on the contractor’s letterhead and include the following 1 information: 2 1) Name of the project 3 2) City Project Number 4 3) Date of the interruption of service 5 4) Period the interruption will take place 6 5) Name of the contractor’s foreman and phone number 7 6) Name of the City’s inspector and phone number 8 c. A sample of the temporary water service interruption notification is attached as 9 Exhibit B. 10 d. Deliver a copy of the temporary interruption notification to the City inspector 11 for review prior to being distributed. 12 e. No interruption of water service can occur until the flyer has been delivered to 13 all affected residents and businesses. 14 f. Electronic versions of the sample flyers can be obtained from the Project 15 Construction Inspector. 16 H. Coordination with United States Army Corps of Engineers (USACE) 17 1. At locations in the Project where construction activities occur in areas where 18 USACE permits are required, meet all requirements set forth in each designated 19 permit. 20 I. Coordination within Railroad Permit Areas 21 1. At locations in the project where construction activities occur in areas where 22 railroad permits are required, meet all requirements set forth in each designated 23 railroad permit. This includes, but is not limited to, provisions for: 24 a. Flagmen 25 b. Inspectors 26 c. Safety training 27 d. Additional insurance 28 e. Insurance certificates 29 f. Other employees required to protect the right-of-way and property of the 30 Railroad Company from damage arising out of and/or from the construction of 31 the project. Proper utility clearance procedures shall be used in accordance 32 with the permit guidelines. 33 2. Obtain any supplemental information needed to comply with the railroad’s 34 requirements. 35 J. Dust Control 36 1. Use acceptable measures to control dust at the Site. 37 a. If water is used to control dust, capture and properly dispose of waste water. 38 b. If wet saw cutting is performed, capture and properly dispose of slurry. 39 K. Employee Parking 40 1. Provide parking for employees at locations approved by the City. 41 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 42 Construction Specification [if required for the project] 43 1. Comply with equipment, operational, reporting and enforcement requirements set 44 forth in NCTCOG’s Clean Construction Specification.} 45 01 35 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 CITY OF FORT WORTH Altamesa Boulevard Extension For 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN-102575 Revised August, 30, 2013 1.4 SUBMITTALS [NOT USED] 1 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.6 CLOSEOUT SUBMITTALS [NOT USED] 3 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.8 QUALITY ASSURANCE [NOT USED] 5 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.10 FIELD [SITE] CONDITIONS [NOT USED] 7 1.11 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.3.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 13 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 CITY OF FORT WORTH Altamesa Boulevard Extension For 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN-102575 Revised August, 30, 2013 EXHIBIT A 1 (To be printed on Contractor’s Letterhead) 2 3 4 5 Date: 6 7 CPN No.: 8 Project Name: 9 Mapsco Location: 10 Limits of Construction: 11 12 13 14 15 16 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18 PROPERTY. 19 20 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21 OF THIS NOTICE. 22 23 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24 ISSUE, PLEASE CALL: 25 26 27 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28 29 OR 30 31 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32 33 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34 35 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36 37 01 35 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 CITY OF FORT WORTH Altamesa Boulevard Extension For 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN-102575 Revised August, 30, 2013 EXHIBIT B 1 2 3 4 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City’s document management system, or another form of distribution approved by the City. Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City’s Project Representative 4. Provide City’s Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City’s Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City’s established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 34 71 13 – Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 1) Allow a minimum of 5 working days for permit review. 2) Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City’s Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 57 13 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 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. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 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. Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General 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 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 57 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 58 13 - 1 DAP TEMPORARY PROJECT SIGNAGE Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City’s Standard Details for project signs. Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 58 13 - 2 DAP TEMPORARY PROJECT SIGNAGE Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 B. Materials 1. Sign a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 58 13 - 3 DAP TEMPORARY PROJECT SIGNAGE Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M. Domenech Revised for DAP application Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - 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 Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City’s Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City’s Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City’s Standard Product List. C. Although a specific product is included on City’s Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer’s standard product. D. See Section 01 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] Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City’s website. Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - 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. Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor’s operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor’s personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor’s operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor’s operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor’s operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Specified Remobilization” in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 a lump sum and subsidiary to the various Items bid. 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Emergency Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 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 4/7/2014 M.Domenech Revised for DAP application Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 71 23 - 1 DAP CONSTRUCTION STAKING AND SURVEY Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 71 23 - 2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the City. 2. Coordination a. Contact City’s Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor’s responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor’s neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor’s responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 71 23 - 3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor’s use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 74 23 CLEANING PART 1 - 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 Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City’s Project Representative. Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor’s Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 ½ 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 Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. 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. Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 4/7/2014 M.Domenech Revised for DAP Application Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - 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 Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application Altamesa Boulevard Extension For 46 Ranch Addition CPN-102575 02 41 13 - 1 SELECTIVE SITE DEMOLITION Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 02 41 13 SELECTIVE SITE DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing sidewalks and steps 2. Removing ADA ramps and landings 3. Removing driveways 4. Removing fences 5. Removing guardrail 6. Removing retaining walls (less than 4 feet tall) 7. Removing mailboxes 8. Removing rip rap 9. Removing miscellaneous concrete structures including porches and foundations 10. Disposal of removed materials B. Deviations this from City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 31 23 23 – Borrow 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Remove Sidewalk: Measure by square foot. b. Remove Steps: measure by the square foot as seen in the plan view only. c. Remove ADA Ramp: measure by each. d. Remove Driveway: measure by the square foot by type. e. Remove Fence: measure by the linear foot. f. Remove Guardrail: measure by the linear foot along the face of the rail in place including metal beam guard fence transitions and single guard rail terminal sections from the center of end posts. g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot h. Remove Mailbox: measure by each. i. Remove Rip Rap: measure by the square foot. j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 2. Payment Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 13 - 2 SELECTIVE SITE DEMOLITION Page 2 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. b. Remove Steps: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Work includes ramp landing removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. d. Remove Driveway: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove improved driveway by type. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. e. Remove Fence: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove fence. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. f. Remove Guardrail: full compensation for removing materials, loading, hauling, unloading, and storing or disposal; furnishing backfill material; backfilling the postholes; and equipment, labor, tools, and incidentals. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. h. Remove Mailbox: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. i. Remove Rip Rap: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. 1.3 REFERENCES A. Definitions Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 13 - 3 SELECTIVE SITE DEMOLITION Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit pavers. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Fill Material: See Section 31 23 23. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL A. Remove Sidewalk 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. B. Remove Steps 1. Remove step to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. C. Remove ADA Ramp 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. See 3.4.K. 2. Remove ramp to nearest existing dummy, expansion or construction joint on existing sidewalk. D. Remove Driveway Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 13 - 4 SELECTIVE SITE DEMOLITION Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 3.4.K. 2. Remove drive to nearest existing dummy, expansion or construction joint. 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction joint on existing sidewalk. E. Remove Fence 1. Remove all fence components above and below ground and backfill with acceptable fill material. 2. Use caution in removing and salvaging fence materials. 3. Salvaged materials may be used to reconstruct fence as approved by City or as shown on Drawings. 4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced areas during construction operation and while removing fences. F. Remove Guardrail 1. Remove rail elements in original lengths. 2. Remove fittings from the posts and the metal rail and then pull the posts. 3. Do not mar or damage salvageable materials during removal. 4. Completely remove posts and any concrete surrounding the posts. 5. Furnish backfill material and backfill the hole with material equal in composition and density to the surrounding soil unless otherwise directed. 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- foot below the new subgrade elevation and leave in place along with the dead man. G. Remove Retaining Wall (less than 4 feet tall) 1. Remove wall to nearest existing joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 3. Removal includes all components of the retaining wall including footings. 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A H. Remove Mailbox 1. Salvage existing materials for reuse. Mailbox materials may need to be used for reconstruction. I. Remove Rip Rap 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. J. Remove Miscellaneous Concrete Structure 1. Remove portions of miscellaneous concrete structures including foundations and slabs that do not interfere with proposed construction to 2 feet below the finished ground line. 2. Cut reinforcement close to the portion of the concrete to remain in place. 3. Break or perforate the bottom of structures to remain to prevent the entrapment of water. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 13 - 5 SELECTIVE SITE DEMOLITION Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 K. Sawcut 1. Sawing Equipment a. Power-driven b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spall or fracture the pavement to the removal area 2. Sawcut perpendicular to the surface completely through existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.2. Modified Payment - Items will be subsidiary to trench on utility projects Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 14 - 1 UTILITY REMOVAL/ABANDONMENT Page 1 of 16 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0SECTION 02 41 14 UTILITY REMOVAL/ABANDONMENT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Direction for the removal, abandonment or salvaging of the following utilities: a. Cathodic Protection Test Stations b. Water Lines c. Gate Valves d. Water Valves e. Fire Hydrants f. Water Meters and Meter Box g. Water Sampling Station h. Concrete Water Vaults i. Sanitary Sewer Lines j. Sanitary Sewer Manholes k. Sanitary Sewer Junction Boxes l. Storm Sewer Lines m. Storm Sewer Manhole Risers n. Storm Sewer Junction Boxes o. Storm Sewer Inlets p. Box Culverts q. Headwalls and Safety End Treatments r. Trench Drains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 03 34 13 – Controlled Low Strength Material (CLSM) 4. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate 6. Section 33 11 11 – Ductile Iron Fittings 7. Section 33 11 13 – Concrete Pressure Pipe, Bar-wrapped, Steel Cylinder Type 8. Section 33 11 14 – Buried Steel Pipe and Fittings 9. Section 33 12 25 – Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Utility Lines 1. Abandonment of Utility Line by Grouting a. Measurement Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 14 - 2 UTILITY REMOVAL/ABANDONMENT Page 2 of 16 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) Measurement for this Item shall be per cubic yard of existing utility line to be grouted. Measure by tickets showing cubic yards of grout applied. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price per cubic yard of “Line Grouting” for: a) Various types of utility line c. The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Utility Line Removal, Separate Trench a. Measurement 1) Measurement for this Item shall be per linear foot of existing utility line to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per linear foot of “Remove Line” for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Removal and disposal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 3. Utility Line Removal, Same Trench a. Measurement 1) This Item is considered subsidiary the proposed utility line being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the installation of proposed utility pipe and shall be subsidiary to the unit price bid per linear foot of pipe complete in place, and no other compensation will be allowed. 4. Manhole Abandonment a. Measurement 1) Measurement for this Item will be per each manhole to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per each “Abandon Manhole” for: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 14 - 3 UTILITY REMOVAL/ABANDONMENT Page 3 of 16 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a) Various diameters b) Various types c. The price bid shall include: 1) Removal and disposal of manhole cone 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Concrete 5) Acceptable material for backfilling manhole void 6) Pavement removal 7) Excavation 8) Hauling 9) Disposal of excess materials 10) Furnishing, placement and compaction of backfill 11) Surface restoration 12) Clean-up 5. Cathodic Test Station Abandonment a. Measurement 1) Measurement for this Item will be per each cathodic test station to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per each “Abandon Cathodic Test Station”. c. The price bid shall include: 1) Abandon cathodic test station 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up B. Water Lines and Appurtenances 1. Installation of a Water Line Pressure Plug a. Measurement 1) Measurement for this Item shall be per each pressure plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid for each “Pressure Plug” installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 14 - 4 UTILITY REMOVAL/ABANDONMENT Page 4 of 16 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 8) Furnishing, placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid for each “Water Abandonment Plug” installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per each “Remove Water Valve” for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Water Valve Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per each “Salvage Water Valve” for: a) Various sizes Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 14 - 5 UTILITY REMOVAL/ABANDONMENT Page 5 of 16 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 c. The price bid shall include: 1) Removal and Salvage of valve 2) CLSM 3) Delivery to City 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 5. Water Valve Abandonment a. Measurement 1) Measurement for this Item will be per each water valve to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per each “Abandon Water Valve” for: a) Various Sizes c. The price bid shall include: 1) Abandonment of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 6. Fire Hydrant Removal and Salvage a. Measurement 1) Measurement for this Item will be per each fire hydrant to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per each “Salvage Fire Hydrant”. c. The price bid shall include: 1) Removal and salvage of fire hydrant 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 7. Water Meter Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water meter to be removed and salvaged. b. Payment Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 14 - 6 UTILITY REMOVAL/ABANDONMENT Page 6 of 16 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per each “Salvage Water Meter” for: a) Various sizes 2) If a “Water Meter Service Relocate” is performed in accordance with Section 33 12 10, removal and salvage or disposal of the existing (2-inch or smaller) water meter shall be subsidiary to the cost of the “Water Meter Service Relocate”, no other compensation will be allowed. c. The price bid shall include: 1) Removal and salvage of water meter 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 8. Water Sampling Station Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water sampling station to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per each “Salvage Water Sampling Station”. c. The price bid shall include: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 9. Concrete Water Vault Removal a. Measurement 1) Measurement for this Item will be per each concrete water vault to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per each “Remove Concrete Water Vault”. c. The price bid shall include: 1) Removal and disposal of concrete water vault 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Removal, salvage and delivery of any valves to City, if applicable 4) Removal, salvage and delivery of any water meters to City, if applicable 5) Pavement removal 6) Excavation Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 14 - 7 UTILITY REMOVAL/ABANDONMENT Page 7 of 16 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 7) Hauling 8) Disposal of excess materials 9) Furnishing, placement and compaction of backfill 10) Clean-up C. Sanitary Sewer Lines and Appurtenances 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid for each “Sewer Abandonment Plug” for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Sanitary Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per each “Remove Sewer Manhole” for: a) Various diameters c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 3. Sanitary Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. b. Payment Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 14 - 8 UTILITY REMOVAL/ABANDONMENT Page 8 of 16 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the lump sum bid per each “Remove Sewer Junction Box” location. c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City. 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up D. Storm Sewer Lines and Appurtenances 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid for each “Storm Abandonment Plug” installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Storm Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each storm sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per each “Remove Manhole Riser” for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 14 - 9 UTILITY REMOVAL/ABANDONMENT Page 9 of 16 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per each “Remove Storm Junction Box” for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Storm Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the lump sum bid per each “Remove Storm Junction Structure” location. c. The price bid shall include: 1) Removal and disposal of junction structure 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 5. Storm Sewer Inlet Removal a. Measurement 1) Measurement for this Item will be per each storm sewer inlet to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per each “Remove Storm Inlet” for: a) Various types b) Various sizes c. The price bid shall include: 1) Removal and disposal of inlet 2) Pavement removal 3) Excavation Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 14 - 10 UTILITY REMOVAL/ABANDONMENT Page 10 of 16 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 6. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item shall be per linear foot of existing storm sewer box to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per linear foot of “Remove Storm Junction Box” for all sizes. c. The price bid shall include: 1) Removal and disposal of Storm Sewer Box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 7. Headwall/SET Removal a. Measurement 1) Measurement for this Item will be per each headwall or safety end treatment (SET) to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per each “Remove Headwall/SET”. c. The price bid shall include: 1) Removal and disposal of Headwall/SET 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 8. Trench Drain Removal a. Measurement 1) Measurement for this Item shall be per linear foot of storm sewer trench drain to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per linear foot of “Remove Trench Drain” for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of storm sewer line 2) Pavement removal 3) Excavation Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 14 - 11 UTILITY REMOVAL/ABANDONMENT Page 11 of 16 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Contact Inspector and the Water Department Field Operation Storage Yard for coordination of salvage material return. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect and salvage all materials such that no damage occurs during delivery to the City. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL, SALVAGE, AND ABANDONMENT A. General Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 14 - 12 UTILITY REMOVAL/ABANDONMENT Page 12 of 16 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Manhole Abandonment a. All manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover as coordinated with City. d. Deliver salvaged material to the City. e. Cut and plug sewer lines to be abandoned. f. Backfill manhole void in accordance with City Standard Details. B. Water Lines and Appurtenances 1. Water Line Pressure Plugs a. Ductile Iron Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C900 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 11 13; or b) A blind flange in accordance with Section 33 11 13 3) Perform Cut and Plug in accordance with Section 33 12 25. d. Buried Steel Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 33 11 14; or b) A blind flange in accordance with Section 33 11 14 3) Perform Cut and Plug in accordance with Section 33 12 25. 2. Water Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Plug with CLSM in accordance with Section 03 34 13. 3. Water Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater from existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 4. Water Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 14 - 13 UTILITY REMOVAL/ABANDONMENT Page 13 of 16 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 5. Water Valve Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of valve bonnet, wedge and stem. c. Fill valve body with CLSM in accordance with Section 03 34 13. 6. Water Valve Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove valve bonnet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Protect salvaged materials from damage. e. Fill valve body with CLSM in accordance with Section 03 34 13. 7. Water Valve Abandonment a. Excavate and backfill in accordance with Section 33 05 10. b. Remove the top 2 feet of the valve stack and any valve extensions. c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 8. Fire Hydrant Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove Fire Hydrant. c. Place abandonment plug on fire hydrant lead line. d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage Yard. e. Protect salvaged materials from damage. 9. Water Meter Removal and Salvage a. Remove and salvage water meter. b. Return salvaged meter to Project Representative. c. City will provide replacement meter for installation. d. Meter Box and Lid 1) Remove and salvage cast iron meter box lid. 2) Remove and dispose of any non-cast iron meter box lid. 3) Return salvaged material to the Water Department Field Operation Storage Yard. 4) Remove and dispose of meter box. 10. Water Sample Station Removal and Salvage a. Remove and salvage existing water sample station. b. Deliver salvaged material to the Water Department Field Operation Storage Yard. 11. Concrete Water Vault Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage vault lid. c. Remove and salvage valves. d. Remove and salvage meters. e. Deliver salvaged material to the Water Department Field Operation Storage Yard. f. Remove and dispose of any piping or other appurtenances. g. Demolish and remove entire concrete vault. h. Dispose of all excess materials. 12. Cathodic Test Station Abandonment a. Excavate and backfill in accordance with Section 33 05 10 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 14 - 14 UTILITY REMOVAL/ABANDONMENT Page 14 of 16 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b. Remove the top 2 feet of the cathodic test station stack and contents. c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. C. Sanitary Sewer Lines and Appurtenances 1. Sanitary Sewer Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of any sewage. c. Plug with CLSM in accordance with Section 03 34 13. 2. Sanitary Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater and dispose of any sewage from the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Sanitary Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 4. Sanitary Sewer Manholes Removal a. All sanitary sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover. d. Deliver salvaged material to the Water Department Field Operation Storage. e. Demolish and remove entire concrete manhole. f. Cut and plug sewer lines to be abandoned. 5. Sanitary Sewer Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage manhole frame and cover. c. Deliver salvaged material to the Water Department Field Operation Storage. d. Demolish and remove entire concrete manhole. e. Cut and plug sewer lines to be abandoned. D. Storm Sewer Lines and Appurtenances 1. Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13. 2. Storm Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Storm Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and properly dispose as approved by City. 4. Storm Sewer Manhole Removal Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 14 - 15 UTILITY REMOVAL/ABANDONMENT Page 15 of 16 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. All storm sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Demolish and remove entire concrete manhole. d. Cut and plug storm sewer lines to be abandoned. 5. Storm Sewer Junction Box and/or Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete structure. c. Cut and plug storm sewer lines to be abandoned. 6. Storm Sewer Inlet Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 7. Storm Sewer Box Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 8. Headwall/SET Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 9. Storm Sewer Trench Drain Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and dispose as approved by City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 14 - 16 UTILITY REMOVAL/ABANDONMENT Page 16 of 16 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/12 D. Johnson 1.2.C.3.c. – Include Frame and Cover in Payment description Throughout – added abandonment of storm and sewer manholes when requested and/or approved by City Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 15 - 1 PAVING REMOVAL Page 1 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 2, 2016 SECTION 02 41 15 PAVING REMOVAL PART 1 - 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 1. Measurement a. Remove Concrete Paving: measure by the square yard from back-to-back of curbs. b. Remove Asphalt Paving: measure by the square yard between the lips of gutters. c. Remove Brick Paving: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Valley Gutter: measure by the square yard f. Wedge Milling: measure by the square yard for varying thickness. g. Surface Milling: measure by the square yard for varying thickness. h. Butt Milling: measured by the linear foot. i. Pavement Pulverization: measure by the square yard. j. Remove Speed Cushion: measure by each. 2. Payment a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 15 - 2 PAVING REMOVAL Page 2 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 2, 2016 c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. e. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. f. Wedge Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. g. Surface Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. h. Butt Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. i. Pavement Pulverization: full compensation for all labor, material, equipment, tools and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. j. Remove speed cushion: full compensation for removal, hauling, disposal, tools, equipment, labor, and incidentals needed to execute the work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. k. No payment for saw cutting of pavement or curbs and gutters will be made under this section. Include cost of such work in unit prices for items listed in bid form requiring saw cutting. l. No payment will be made for work outside maximum payment limits indicated on plans, or for pavements or structures removed for CONTRACTOR's convenience. 1.3 REFERENCES A. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 15 - 3 PAVING REMOVAL Page 3 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 2, 2016 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: 1. Mark paving removal limits for City approval prior to beginning removal. 2. Identify known utilities below grade - Stake and flag locations. 3.4 PAVEMENT REMOVAL A. General. 1. Exercise caution to minimize damage to underground utilities. 2. Minimize amount of earth removed. 3. Remove paving to neatly sawed joints. 4. Use care to prevent fracturing adjacent, existing pavement. B. Sawing 1. Sawing Equipment. a. Power-driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spall or fracture the pavement structure adjacent to the removal area. 2. Sawcut perpendicular to the surface to full pavement depth, parallel and perpendicular to existing joint. 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that joint, edge or lip. 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, neat, straight line for the purpose of removing the damaged area. C. Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3.4.B. 2. Remove concrete to the nearest expansion joint or vertical saw cut. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 15 - 4 PAVING REMOVAL Page 4 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 2, 2016 D. Remove Concrete Curb and Gutter 1. Sawcut: See 3.4.B. 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3.4.B. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stockpile materials designated as salvageable at designated sites. 4. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 1. General a. Mill surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or existing surface improvements. c. If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over the milled edges. e. Remove excess material and clean milled surfaces. f. Stockpiling of planed material will not be permitted within the right of way unless approved by the City. g. If the existing base is brick and cannot be milled, remove a 5 foot width of the existing brick base. See 3.3.G. for brick paving removal. 2. Milling Equipment a. Power operated milling machine capable of removing, in one pass or two passes, the necessary pavement thickness in a five-foot minimum width. b. Self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. c. Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. d. Equipped with means to control dust created by the cutting action. e. Equipped with a manual system providing for uniformly varying the depth of cut while the machine is in motion making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. f. Variable Speed in order to leave the specified grid pattern. g. Equipped to minimize air pollution. 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5 feet. b. Surface Mill existing asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniform surface free from gouges, ridges, oil film, and other imperfections of workmanship with a uniform textured appearance. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 15 - 5 PAVING REMOVAL Page 5 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 2, 2016 d. In all situations where the existing H.M.A.C. surface contacts the curb face, the wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. e. Perform wedge or surface milling operation in a continuous manner along both sides of the street or as directed. 4. Butt Joint Milling a. Mill butt joints into the existing surface, in association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed. Prior to the milling of the butt joints, consult with the City for proper location and limits of these joints. d. Butt Milled joints are required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch. f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items. g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. G. Remove Brick Paving 1. Remove masonry paving units to the limits specified in the plans or as directed by the City. 2. Salvage existing bricks for re-use, clean, palletize, and deliver to the City Stock pile yard at 3300 Yuma Street or as directed. H. Pavement Pulverization 1. Pulverization a. Pulverize the existing pavement to depth of 8 inches. See Section 32 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 11 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. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 02 41 15 - 6 PAVING REMOVAL Page 6 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 2, 2016 I. Remove speed cushion 1. Scrape or sawcut speed cushion from existing pavement without damaging existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A – modified payment requirements on utility projects 2/2/2016 F. Griffin 1.2.A.2.b. – Removed duplicate last sentence. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 1 CAST-IN-PLACE CONCRETE Page 1 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 03 30 00 CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Cast-in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures and finishes, for the following: a. Piers b. Footings c. Slabs-on-grade d. Foundation walls e. Retaining walls (non TxDOT) f. Suspended slabs g. Blocking h. Cast-in-place manholes i. Concrete vaults for meters and valves j. Concrete encasement of utility lines B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Cast-in-Place Concrete 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Definitions 1. Cementitious Materials a. Portland cement alone or in combination with 1 or more of the following: 1) Blended hydraulic cement 2) Fly ash 3) Other pozzolans 4) Ground granulated blast-furnace slag Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 2 CAST-IN-PLACE CONCRETE Page 2 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 5) Silica fume b. Subject to compliance with the requirements of this specification B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO): a. M182, Burlap Cloth Made from Jute or Kenaf. 3. American Concrete Institute (ACI): a. ACI 117 Specification for Tolerances for Concrete Construction and Materials b. ACI 301 Specifications for Structural Concrete c. ACI 305.1 Specification for Hot Weather Concreting d. ACI 306.1 Standard Specification for Cold Weather Concreting e. ACI 308.1 Standard Specification for Curing Concrete f. ACI 318 Building Code Requirements for Structural Concrete g. ACI 347 Guide to Formwork for Concrete 4. American Institute of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. 5. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. c. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting Materials for High-Temperature Service and Other Special Purpose Applications. d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard Specification for Ready-Mixed Concrete. k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or {50-milimeter] Cube Specimens) l. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. m. C171, Standard Specification for Sheet Materials for Curing Concrete. n. C150, Standard Specification for Portland Cement. o. C172, Standard Practice for Sampling Freshly Mixed Concrete. p. C219, Standard Terminology Relating to Hydraulic Cement. q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 3 CAST-IN-PLACE CONCRETE Page 3 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. s. C309, Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. t. C494, Standard Specification for Chemical Admixtures for Concrete. u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. w. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for Use in Concrete and Mortars. x. C1017, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete. aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. cc. F436, Standard Specification for Hardened Steel Washers. 6. American Welding Society (AWS). a. D1.1, Structural Welding Code - Steel. b. D1.4, Structural Welding Code - Reinforcing Steel. 7. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice 8. Texas Department of Transportation a. Standard Specification for Construction and Maintenance of Highways, Streets and Bridges 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Included 1. Design, fabrication, erection and stripping of formwork for cast-in-place concrete including shoring, reshoring, falsework, bracing, proprietary forming systems, prefabricated forms, void forms, permanent metal forms, bulkheads, keys, blockouts, sleeves, pockets and accessories. a. Erection shall include installation in formwork of items furnished by other trades. 2. Furnish all labor and materials required to fabricate, deliver and install reinforcement and embedded metal assemblies for cast-in-place concrete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. Furnish all labor and materials required to perform the following: a. Cast-in-place concrete b. Concrete mix designs c. Grouting Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 4 CAST-IN-PLACE CONCRETE Page 4 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Required for each type of product indicated B. Design Mixtures 1. For each concrete mixture submit proposed mix designs in accordance with ACI 318, chapter 5. 2. Submit each proposed mix design with a record of past performance. 3. Submit alternate design mixtures when characteristics of materials, Project condi- tions, weather, test results or other circumstances warrant adjustments. 4. Indicate amounts of mixing water to be withheld for later addition at Project site. a. Include this quantity on delivery ticket. C. Steel Reinforcement Submittals for Information 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- ical analysis. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Manufacturer Qualifications 1. A firm experienced in manufacturing ready-mixed concrete products and that com- plies with ASTM C94 requirements for production facilities and equipment 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities” B. Source Limitations 1. Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 1 source from a single manufacturer. C. ACI Publications 1. Comply with the following unless modified by requirements in the Contract Docu- ments: a. ACI 301 Sections 1 through 5 b. ACI 117 D. Concrete Testing Service 1. Engage a qualified independent testing agency to perform material evaluation tests. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 5 CAST-IN-PLACE CONCRETE Page 5 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.10 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 2. Avoid damaging coatings on steel reinforcement. B. Waterstops 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other contaminants. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form-Facing Materials 1. Rough-Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. ¾-inch x ¾-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form-Release Agent a. Commercially formulated form-release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form-facing materials, formulate with rust inhibitor. 5. Form Ties Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 6 CAST-IN-PLACE CONCRETE Page 6 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. Factory-fabricated, removable or snap-off metal or glass-fiber-reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. c. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. d. Furnish ties with integral water-barrier plates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed D. Reinforcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2. Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b. Manufacture bar supports from steel wire, plastic or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI Class 2 stainless-steel bar supports. 2) For slabs-on-grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies 1. Steel Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full-fusion process, as furnished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout-filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer’s instructions. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 7 CAST-IN-PLACE CONCRETE Page 7 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. 2. Available Products a. Hilti HIT HY 150 Max b. Simpson Acrylic-Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot-dip zinc coating, ASTM A153, Class C H. Inserts 1. Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide ¾-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron furnished with full depth bolts. 1) Provide ¾-inch bolt size, unless otherwise indicated. I. Concrete Materials 1. Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement a) ASTM C150, Type I/II, gray b) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast-Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C1240, amorphous silica 3) Normal-Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse-Aggregate Size a) ¾-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J. Admixtures Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 8 CAST-IN-PLACE CONCRETE Page 8 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Air-Entraining Admixture a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water-Reducing Admixture 1) ASTM C494, Type A d. Retarding Admixture 1) ASTM C494, Type B e. Water-Reducing and Retarding Admixture 1) ASTM C494, Type D f. High-Range, Water-Reducing Admixture 1) ASTM C494, Type F g. High-Range, Water-Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C1017, Type II K. Waterstops 1. Self-Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, ¾- inch x 1-inch. b. Available Products 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Hydro-Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials 1. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture-Retaining Cover a. ASTM C171, polyethylene film or white burlap-polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane-Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti-Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe-Cure Clear Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 9 CAST-IN-PLACE CONCRETE Page 9 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufman Products, Inc.; Thinfilm 420 8) Lambert Corporation; Aqua Kure-Clear 9) L&M Construction Chemicals, Inc.; L&M Cure R 10) Meadows, W. R., Inc.; 1100 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 13) Tamms Industries, Inc.; Horncure WB 30 14) Unitex; Hydro Cure 309 15) US Mix Products Company; US Spec Maxcure Resin Clear 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 M. Related Materials 1. Bonding Agent a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene 2. Epoxy Bonding Adhesive a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: 1) Types I and II, non-load bearing 2) IV and V, load bearing, for bonding 3) Hardened or freshly mixed concrete to hardened concrete 3. Reglets a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. 4. Sleeves and Blockouts a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber tubes or wood 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages a. Sized as required b. Shall be of strength and character to maintain formwork in place while placing concrete N. Repair Materials 1. Repair Underlayment a. Cement-based, polymer-modified, self-leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 10 CAST-IN-PLACE CONCRETE Page 10 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C109/C109M 2. Repair Overlayment a. Cement-based, polymer-modified, self-leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application d. Aggregate 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- ed by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 O. Concrete Mixtures, General 1. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. a. Required average strength above specified strength 1) Based on a record of past performance a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength f'c by the amount defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders may be made for testing for information at earlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than portland ce- ment in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 11 CAST-IN-PLACE CONCRETE Page 11 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast-Furnace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace Slag: 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- cent 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride-ion content in hardened concrete to: a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides (typical) b. 0.15 percent by weight if concrete will be exposed to chlorides c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be continually dry and protected. 4. Admixtures a. Use admixtures according to manufacturer's written instructions. b. Do not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water-reducing high-range water-reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water-reducing and retarding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water-reducing admixture in pumped concrete, concrete for heavy-use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. P. Concrete Mixtures 1. Refer to TxDOT “Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges” for: a. Culverts b. Headwalls c. Wingwalls 2. Proportion normal-weight concrete mixture as follows: a. Minimum Compressive Strength: 3,000 psi at 28 days b. Maximum Water-Cementitious Materials Ratio: 0.50 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 inches before adding high-range water-reducing admixture or plasticizing admixture, plus or minus 1 inch d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- inch nominal maximum aggregate size Q. Fabricating Reinforcement Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 12 CAST-IN-PLACE CONCRETE Page 12 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." R. Fabrication of Embedded Metal Assemblies 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or punching. Holes shall not be made by or enlarged by burning. Welding shall be in accordance with AWS D1.1. 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. All other metal assemblies shall be either hot dip galvanized or painted with an epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound installed in accordance with the manufacturer's instructions. Repair painted assemblies after welding with same type of paint. S. Concrete Mixing 1. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C94, and furnish batch ticket information. a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 2. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type batch machine mixer. a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 seconds for each additional 1 cubic yard. c. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mixture type, mixture time, quantity, and amount of water added. Record approximate location of final deposit in structure. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Formwork 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 13 CAST-IN-PLACE CONCRETE Page 13 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 2) Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch. 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the height but not more than 6 inches. 4) Outside corner of exposed corner columns and control joints in concrete exposed to view greater than 100 feet in height - 1/2000 times the height but not more than 3 inches. b. Lateral alignment 1) Members - 1 inch. 2) Centerline of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. c. Level alignment 1) Elevation of slabs-on-grade - 3/4 inch. 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3) Elevation of formed surfaces before removal of shores - 3/4 inch. d. Cross-sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. e. Relative alignment 1) Stairs a) Difference in height between adjacent risers - 1/8 inch. b) Difference in width between adjacent treads - 1/4 inch. c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves a) Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch for smooth-formed finished surfaces. b. Class C, 1/2 inch for rough-formed finished surfaces. 4. Construct forms tight enough to prevent loss of concrete mortar. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 14 CAST-IN-PLACE CONCRETE Page 14 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 5. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. a. Install keyways, reglets, recesses, and the like, for easy removal. b. Do not use rust-stained steel form-facing material. 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike-off templates or compacting-type screeds. 7. Construct formwork to cambers shown or specified on the Drawings to allow for structural deflection of the hardened concrete. Provide additional elevation or camber in formwork as required for anticipated formwork deflections due to weight and pressures of concrete and construction loads. 8. Foundation Elements: Form the sides of all below grade portions of beams, pier caps, walls, and columns straight and to the lines and grades specified. Do no earth form foundation elements unless specifically indicated on the Drawings. 9. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. 10. Chamfer exterior corners and edges of permanently exposed concrete. 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 14. Coat contact surfaces of forms with form-release agent, according to manufacturer's written instructions, before placing reinforcement, anchoring devices, and embedded items. a. Do not apply form release agent where concrete surfaces are scheduled to receive subsequent finishes which may be affected by agent. Soak contact surfaces of untreated forms with clean water. Keep surfaces wet prior to placing concrete. B. Embedded Items 1. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. a. Install anchor rods, accurately located, to elevations required and complying with tolerances in AISC 303, Section 7.5. 1) Spacing within a bolt group: 1/8 inch 2) Location of bolt group (center): ½ inch 3) Rotation of bolt group: 5 degrees Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 15 CAST-IN-PLACE CONCRETE Page 15 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 4) Angle off vertical: 5 degrees 5) Bolt projection: ± 3/8 inch b. Install reglets to receive waterproofing and to receive through-wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. C. Removing and Reusing Forms 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design compressive strength. 2. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if concrete is hard enough to not be damaged by form-removal operations and curing and protection operations are maintained. a. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. b. Do not remove formwork supporting conventionally reinforced concrete until concrete has attained 70 percent of its specified 28 day compressive strength as established by tests of field cured cylinders. In the absence of cylinder tests, supporting formwork shall remain in place until the concrete has cured at a temperature of at least 50 degrees Fahrenheit for the minimum cumulative time periods given in ACI 347, Section 3.7.2.3. Add the period of time when the surrounding air temperature is below 50 degrees Fahrenheit, to the minimum listed time period. Formwork for 2-way conventionally reinforced slabs shall remain in place for at least the minimum cumulative time periods specified for 1-way slabs of the same maximum span. c. Immediately reshore 2-way conventionally reinforced slabs after formwork removal. Reshores shall remain until the concrete has attained the specified 28 day compressive strength. d. Minimum cumulative curing times may be reduced by the use of high-early strength cement or forming systems which allow form removal without disturbing shores, but only after the Contractor has demonstrated to the satisfaction of the Engineer that the early removal of forms will not cause excessive sag, distortion or damage to the concrete elements. e. Completely remove wood forms. Provide temporary openings if required. f. Provide adequate methods of curing and thermal protection of exposed concrete if forms are removed prior to completion of specified curing time. g. Reshore areas required to support construction loads in excess of 20 pounds per square foot to properly distribute construction loading. Construction loads up to the rated live load capacity may be placed on unshored construction provided the concrete has attained the specified 28 day compressive strength. h. Obtaining concrete compressive strength tests for the purposes of form removal is the responsibility of the Contractor. i. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 16 CAST-IN-PLACE CONCRETE Page 16 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed surfaces. Apply new form-release agent. 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Engineer. D. Shores and Reshores 1. The Contractor is solely responsible for proper shoring and reshoring. 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. a. Do not remove shoring or reshoring until measurement of slab tolerances is complete. 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. E. Steel Reinforcement 1. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: ±3/8 inch 2) Members more than 8 inches deep: ±1/2 inch b. Concrete Cover to Formed or Finished Surfaces: ±3/8 inches for members 8 inches deep or less; ±1/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no. 14 and 18 bars. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 17 CAST-IN-PLACE CONCRETE Page 17 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 7. Field Welding of Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field welds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints 1. General: Construct joints true to line with faces perpendicular to surface plane of concrete. 2. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width fr om a beam-girder intersection. d. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. e. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. f. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 3. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete bonding to 1 side of joint. G. Waterstops 1. Flexible Waterstops: Install in construction joints and at other joints indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of the Work. Field fabricate joints in waterstops according to manufacturer's written instructions. 2. Self-Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place. Install in longest lengths practicable. H. Adhesive Anchors 1. Comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive material. I. Concrete Placement 1. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 18 CAST-IN-PLACE CONCRETE Page 18 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Engineer. 3. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. a. Do not add water to concrete after adding high-range water-reducing admixtures to mixture. b. Do not exceed the maximum specified water/cement ratio for the mix. 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. a. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures, 15 feet maximum and in a manner to avoid inclined construction joints. b. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. c. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. d. Do not permit concrete to drop freely any distance greater than 10 feet for concrete containing a high range water reducing admixture (superplasticizer) or 5 feet for other concrete. Provide chute or tremie to place concrete where longer drops are necessary. Do not place concrete into excavations with standing water. If place of deposit cannot be pumped dry, pour concrete through a tremie with its outlet near the bottom of the place of deposit. e. Discard pump priming grout and do not use in the structure. 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. a. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. b. Maintain reinforcement in position on chairs during concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct elevations. d. Slope surfaces uniformly to drains where required. e. Begin initial floating using bull floats or darbies to form a uniform and open- textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. a. When average high and low temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 19 CAST-IN-PLACE CONCRETE Page 19 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. c. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: a. Maintain concrete temperature below 95 degrees Fahrenheit at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. b. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. J. Finishing Formed Surfaces 1. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed-surface irregularities. a. Apply to concrete surfaces not exposed to public view. 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. K. Miscellaneous Concrete Items 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in-place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel-troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. 3. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, smooth finish. Set anchor bolts for securing mechanical or electrical equipment during pouring of concrete fill. 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. L. Concrete Protecting and Curing 1. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 305.1 for hot-weather protection during curing. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 20 CAST-IN-PLACE CONCRETE Page 20 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following methods: a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days with the following materials: 1) Water 2) Continuous water-fog spray 3) Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than 7 days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive floor coverings. 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. 3) Cure concrete surfaces to receive floor coverings with either a moisture- retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project. c. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.5 REPAIR A. Concrete Surface Repairs 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. Remove and replace concrete that cannot be repaired and patched to Engineer’s approval. 2. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part portland cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. 3. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 21 CAST-IN-PLACE CONCRETE Page 21 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush-coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form-tie voids with patching mortar or cone plugs secured in place with bonding agent. b. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. c. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Engineer. 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 5. Perform structural repairs of concrete, subject to Engineer’s approval, using epoxy adhesive and patching mortar. 6. Repair materials and installation not specified above may be used, subject to Engineer’s approval. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 22 CAST-IN-PLACE CONCRETE Page 22 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Testing and Inspecting: City will engage a special inspector and qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Inspections 1. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture 4. Concrete placement, including conveying and depositing 5. Curing procedures and maintenance of curing temperature 6. Verification of concrete strength before removal of shores and forms from beams and slabs C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C172 according to the following requirements: 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for each additional 50 cubic yard or fraction thereof. 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal-weight concrete; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. 6. Compressive-Strength Tests: ASTM C39; a. Test 1 cylinder at 7 days. b. Test 2 cylinders at 28 days. c. Hold 1 cylinder for testing at 56 days as needed. 7. When strength of field-cured cylinders is less than 85 percent of companion laboratory-cured cylinders, evaluate operations and provide corrective procedures for protecting and curing in-place concrete. 8. Strength of each concrete mixture will be satisfactory if every average of any 3 consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 23 CAST-IN-PLACE CONCRETE Page 23 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 10. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by Engineer. a. When the strength level of the concrete for any portion of the structure, as indicated by cylinder tests, falls below the specified requirements, provide improved curing conditions and/or adjustments to the mix design as required to obtain the required strength. If the average strength of the laboratory control cylinders falls so low as to be deemed unacceptable, follow the core test procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be approved by the Engineer. Core sampling and testing shall be at Contractors expense. b. If the results of the core tests indicate that the strength of the structure is inadequate, any replacement, load testing, or strengthening as may be ordered by the Engineer shall be provided by the Contractor without cost to the City. 11. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 12. Correct deficiencies in the Work that test reports and inspections indicate does not comply with the Contract Documents. D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 hours of finishing. E. Concrete Finish Measurement and Tolerances 1. All floors are subject to measurement for flatness and levelness and comply with the following: a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in both directions, lapping straightedge 3 feet on areas previously checked. Low spots shall not exceed the above dimension anywhere along the straightedge. Flatness shall be checked the next work day after finishing. b. Slabs shall be level within a tolerance of ± 1/4 inch in 10 feet, not to exceed 3/4 inches total variation, anywhere on the floor, from elevations indicated on the Drawings. Levelness shall be checked on a 10 foot grid using a level after removal of forms. c. Measurement Standard: All floors are subject to measurement for flatness and levelness, according to ASTM E1155. 2. 2 Tiered Measurement Standard a. Each floor test section and the overall floor area shall conform to the 2-tiered measurement standard as specified herein. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 24 CAST-IN-PLACE CONCRETE Page 24 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) Minimum Local Value: The minimum local FF/FL values represent the ab- solute minimum surface profile that will be acceptable for any 1 test sample (line of measurements) anywhere within the test area. 2) Specified Overall Value: The specified overall FF/FL values represent the minimum values acceptable for individual floor sections as well as the floor as a whole. 3. Floor Test Sections a. A floor test section is defined as the smaller of the following areas: 1) The area bounded by column and/or wall lines 2) The area bounded by construction and/or control joint lines 3) Any combination of column lines and/or control joint lines b. Test sample measurement lines within each test section shall be multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a spacing to be determined by the City's testing agency. c. The precise layout of each test section shall be determined by the City's testing agency. 4. Concrete Floor Finish Tolerance a. The following values apply before removal of shores. Levelness values (FL) do not apply to intentionally sloped or cambered areas, nor to slabs poured on metal deck or precast concrete. 1) Slabs Overall Value FF45/FL30 Minimum Local Value FF30/FL20 5. Floor Elevation Tolerance Envelope a. The acceptable tolerance envelope for absolute elevation of any point on the slab surface, with respect to the elevation shown on the Drawings, is as follows: 1) Slab-on-Grade Construction: ± ¾ inch 2) Top surfaces of formed slabs measured prior to removal of supporting shores: ± ¾ inch 3) Top surfaces of all other slabs: ± ¾ inch 4) Slabs specified to slope shall have a tolerance from the specified slope of 3/8 inch in 10 feet at any point, up to ¾ inch from theoretical elevation at any point. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Defective Work 1. Imperfect or damaged work or any material damaged or determined to be defective before final completion and acceptance of the entire job shall be satisfactorily re- placed at the Contractor's expense, and in conformity with all of the requirements of the Drawings and Specifications. 2. Perform removal and replacement of concrete work in such manner as not to impair the appearance or strength of the structure in any way. B. Cleaning Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 30 00 - 25 CAST-IN-PLACE CONCRETE Page 25 of 25 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Upon completion of the work remove from the site all forms, equipment, protective coverings and any rubbish resulting therefrom. 2. After sweeping floors, wash floors with clean water. 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.O.3 – Removed Blue Text/Added Descriptions for water-soluble, chloride-ion content 3.4.C.1 – Changed 75% to 70% Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 34 13 - 1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 03 34 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) PART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Controlled low strength material (CLSM) for use in the following: a. Flowable backfill B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 03 30 00 - Cast-in-Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33 - Standard Specification for Concrete Aggregates. 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 6. C260 - Standard Specification for Air-Entraining Admixtures for Concrete. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 34 13 - 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product data B. Sieve analysis 1. Submit sieve analyses of fine and coarse aggregates being used. a. Resubmit at any time there is a significant change in grading of materials. 2. Mix a. Submit full details, including mix design calculations for mix proposed for use. C. Trial batch test data 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash: Class F fly ash in accordance with ASTM C618. 3. Water: As specified in Section 03 30 00. 4. Admixture: Air entraining admixture in accordance with ASTM C260. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 34 13 - 3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 5. Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. B. Mixes 1. Performance requirements a. Total calculated air content 1) Not less than 8.0 percent or greater than 12.0 percent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days. c. Maximum unconfined compressive strength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength (90 days) to 200 psi such that material could be re-excavated with conventional excavation equipment in the future if necessary. d. Wet density 1) No greater than 132 pounds per cubic foot. e. Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval. 2. Suggested design mix Material Weight Specific Gravity Absolute Volume Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Trial batch 1. After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer. 2. Prepare trial batches using specified cementitious materials and aggregates proposed to be used for the Work. 3. Prepare trial batch with sufficient quantity to determine slump, workability, consistency, and to provide sufficient test cylinders. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 34 13 - 4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 B. Test cylinders: 1. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. b. Do not rod the concrete mix. c. Strike off the excess material. 2. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. 3. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: a. Perform the capping carefully to prevent premature fractures. b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. c. Do not perform initial compression test until the cylinders reach a minimum age of 3 days. C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in accordance with ASTM C39 except as modified herein: 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. D. If the trial batch tests do not meet the Specifications for strength or density, revise and resubmit the mix design, and prepare additional trial batch and tests. Repeat until an acceptable trial batch is produced that meets the Specifications. 1. All the trial batches and acceptability of materials shall be paid by the CONTRACTOR. 2. After acceptance, do not change the mix design without submitting a new mix design, trial batches, and test information. E. Determine slump in accordance with ASTM C143 with the following exceptions: 1. Do not rod the concrete material. 2. Place material in slump cone in 1 semi-continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 34 13 - 5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place CLSM by any method which preserves the quality of the material in terms of compressive strength and density: 1. Limit lift heights of CLSM placed against structures and other facilities that could be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift height indicated on the Drawings. Do not place another lift of CLSM until the last lift of CLSM has set and gained sufficient strength to prevent lateral load due to the weight of the next lift of CLSM. 2. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 3. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the material to flow freely during placement: a. After trial batch testing and acceptance, maintain slump developed during testing during construction at all times within ± 1 inch. 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self-compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 6. When using as embedment for pipe take appropriate measures to ensure line and grade of pipe. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Tests by the City 1. During the progress of construction, the City will have tests made to determine whether the CLSM, as being produced, complies with the requirements specified hereinbefore. Test cylinders will be made and delivered to the laboratory by the Engineer and the testing expense will be borne by the City. 2. Test cylinders a. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 34 13 - 6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. 2) Do not rod the concrete mix. 3) Strike off the excess material. b. Place the cylinders in a safe location away from the construction activities. Keep the cylinders moist by covering with wet burlap, or equivalent. Do not sprinkle water directly on the cylinders. c. After 2 days, place the cylinders in a protective container for transport to the laboratory for testing. The concrete test cylinders are fragile and shall be handled carefully. The container may be a box with a Styrofoam or similar lining that will limit the jarring and bumping of the cylinders. d. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. e. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. f. The test cylinders may be capped with standard sulfur compound or neoprene pads: 1) Perform the capping carefully to prevent premature fractures. 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. 3) Do not perform initial compression test until the cylinders reach a minimum age of 3 days. 3. The number of cylinder specimens taken each day shall be determined by the Inspector. a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 except as modified herein. b. The compression strength of the cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. 4. The City will test the air content of the CLSM. Test will be made immediately after discharge from the mixer in accordance with ASTM C231. 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with the following exceptions: a. Do not rod the concrete material. b. Place material in slump cone in 1 semi-continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. 6. If compressive strength of test cylinders does not meet requirements, make corrections to the mix design to meet the requirements of this specification. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 34 13 - 7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 34 16 - 1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 03 34 16 CONCRETE BASE MATERIAL FOR TRENCH REPAIR PART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Concrete base material for trench repair B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 03 30 00 – Cast-in-Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33, Standard Specification for Concrete Aggregates. 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 5. C172, Standard Practice for Sampling Freshly Mixed Concrete. 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 7. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 9. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 34 16 - 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Submit proposed mix design for Engineer’s review a minimum of 2 weeks prior to start of low density concrete backfill work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Mix Design 1. Performance requirements a. Concrete Base Material for Trench Repair 1) 28-day compressive strength of not less than 750 psi and not more than 1,200 psi. B. Materials 1. Portland cement a. Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash a. Class F fly ash in accordance with ASTM C618. 3. Water a. As specified in Section 03 30 00. 4. Admixture a. Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate a. Concrete sand (does not need to be in accordance with ASTM C33). b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate a. Pea gravel no larger than 3/8 inch. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 34 16 - 3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place concrete base material by any method which preserves the quality of the material in terms of compressive strength and density. 1. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 2. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self-compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C172 according to the following requirements: 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards or fraction thereof. 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal-weight concrete; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 34 16 - 4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 6. Compressive-Strength Tests: ASTM C39 a. Test 1 cylinder at 7 days. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 80 00 - 1 MODIFICATIONS TO EXISTING CONCRETE Page 1 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 03 80 00 MODIFICATIONS TO EXISTING CONCRETE STRUCTURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Modifications to existing concrete structures, including: a. Manholes b. Junction boxes c. Vaults d. Retaining walls e. Wing and head walls f. Culverts 2. This section does not include modifications to Reinforced Concrete Pipe. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A615, Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. b. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. c. C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Sheer. d. D570, Standard Test Method for Water Absorption of Plastics. e. D638, Standard Test Method for Tensile Properties of Plastics. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 80 00 - 2 MODIFICATIONS TO EXISTING CONCRETE Page 2 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 f. D695, Standard Test Method for Compressive Properties of Rigid Plastics. g. D732, Standard Test Method for Shear Strength of Plastics by Punch Tool. h. D790, Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. B. Where reference is made to 1 of the above standards, the revision in effect at the time of bid opening applies. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Submit manufacturer's Product Data on all product brands proposed for use to the Engineer for review. 2. Include the manufacturer's installation and/or application instructions. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. When removing materials or portions of existing structures and when making openings in existing structures, take precautions and all erect all necessary barriers, shoring and bracing, and other protective devices to prevent damage to the structures beyond the limits necessary for the new work, protect personnel, control dust, and to prevent damage to the structures or contents by falling or flying debris. B. Core sanitary sewer manhole penetrations. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver the specified products in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. B. Store and condition the specified product as recommended by the manufacturer. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 80 00 - 3 MODIFICATIONS TO EXISTING CONCRETE Page 3 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products 1) Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers 1) Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Materials 1. General a. Comply with this Section and any state or local regulations. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed. D. Epoxy Bonding Agent 1. A 2-component, solvent-free, asbestos-free, moisture-insensitive epoxy resin material used to bond plastic concrete to hardened concrete complying with the requirements of ASTM C881, Type V, and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Strength (ASTM D695) 1) 8,500 psi minimum at 28 days b. Tensile Strength (ASTM D638) 1) 4,000 psi minimum at 14 days c. Flexural Strength (ASTM D790 - Modulus of Rupture) 1) 6,300 psi minimum at 14 days d. Shear Strength (ASTM D732) 1) 5,000 psi minimum at 14 days e. Water Absorption (ASTM D570 - 2 hour boil) 1) 1 percent maximum at 14 days f. Bond Strength (ASTM C882) Hardened to Plastic 1) 1,500 psi minimum at 14 days moist cure g. Color 1) Gray h. Available Manufacturers: 1) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi-Mod 2) BASF, Cleveland, Ohio - Concresive 1438 E. Epoxy Paste 1. A 2-component, solvent-free, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts, dowels, anchor bolts, and all-threads into hardened concrete and complying with the requirements of ASTM C881, Type I, Grade 3, and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 80 00 - 4 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b. Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at Break - 0.3 percent minimum c. Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 14 days d. Shear Strength (ASTM D732): 2,800 psi minimum at 14 days e. Water Absorption (ASTM D570): 1.0 percent maximum at 7 days f. Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure g. Color: Concrete grey h. Available Manufacturers 1) Overhead Applications a) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi-Mod LV b) BASF - Concresive 1438 2) All Other Applications a) Sika Corporation, Lyndhurst, New Jersey - Sikadur Hi-mod LV 31 b) BASF - Concresive 1401 F. Repair Mortars 1. Provide an asbestos free, moisture insensitive, polymer-modified, Portland cement- based cementitious trowel grade mortar for repairs on horizontal or vertical surfaces. a. Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey - SikaTop 122 2) BASF – Emaco Nanocrete R3 G. Pipe Penetration Sealants 1. 1 component polyurethane, extrudable swelling bentonite-free waterstop that is chemically resistant, not soluble in water and capable of withstanding wet/dry cycling. a. Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey – SikaSwell S-2 2) Approved equal 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Cut, repair, reuse, demolish, excavate or otherwise modify parts of the existing structures or appurtenances, as indicated on the Drawings, specified herein, or necessary to permit completion of the Work. Finishes, joints, reinforcements, sealants, etc., are specified in respective Sections. Comply with other requirements of this of Section and as shown on the Drawings. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 80 00 - 5 MODIFICATIONS TO EXISTING CONCRETE Page 5 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. Store, mix, and apply all commercial products specified in this Section in strict compliance with the manufacturer's recommendations. 3. Make repairs in all cases where concrete is repaired in the vicinity of an expansion joint or control joint to preserve the isolation between components on either side of the joint. 4. When drilling holes for dowels/bolts at new or existing concrete, stop drilling if rebar is encountered and relocate the hole to avoid rebar as approved by the Engineer. Do not cut rebar without prior approval by the Engineer. B. Concrete Removal 1. Remove concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer, by chipping, jack-hammering, or saw-cutting as appropriate in areas where concrete is to be taken out. Do not jackhammer sanitary sewer manhole penetrations. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged. 2. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, apply a coating or surface treatment of epoxy paste to the entire cut surface to a thickness of 1/4 inch. 3. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, provide a 1-inch deep saw cut on each exposed surface of the existing concrete at the edge of concrete removal. 4. Repair concrete specified to be left in place that is damaged using approved means to the satisfaction of the Engineer. 5. The Engineer may from time to time direct additional repairs to existing concrete. Make these repairs as specified or by such other methods as may be appropriate. C. Connection Surface Preparation 1. Prepare connection surfaces as specified below for concrete areas requiring patching, repairs or modifications as shown on the Drawings, specified herein, or as directed by the Engineer. 2. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandblasting, grinding, etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in depth. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete, subject to the Engineer's final inspection. 3. If reinforcing steel is exposed, it must be cleaned by wire brush or other similar means to remove all contaminants, rust, etc., as approved by the Engineer. If 1/2 of the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during the demolition operation. 4. Clean reinforcing from existing demolished concrete that is shown to be incorporated in new concrete by wire brush or other similar means to remove all loose material and products of corrosion before proceeding with the repair. Cut, bend, or lap to new reinforcing as shown on the Drawings and provided with 1-inch minimum cover all around. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 80 00 - 6 MODIFICATIONS TO EXISTING CONCRETE Page 6 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 5. The following are specific concrete surface preparation "methods" to be used where called for on the Drawings, specified herein, or as directed by the Engineer. a. Method A 1) After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. 2) Brush on a 1/16-inch layer of cement and water mixed to the consistency of a heavy paste. 3) Immediately after application of cement paste, place new concrete or grout mixture as detailed on the Drawings. b. Method B 1) After the existing concrete surface has been roughened and cleaned, apply epoxy bonding agent at connection surface. 2) Comply strictly with the manufacturer's recommendations for the field preparation and application of the epoxy bonding agent. 3) Place new concrete or grout mixture to limits shown on the Drawings within time constraints recommended by the manufacturer to ensure bond. c. Method C 1) Drill a hole 1/4 inch larger than the diameter of the dowel. 2) Blow the hole clear of loose particles and dust just prior to installing epoxy. First fill the drilled hole with epoxy paste, then butter the dowels/bolts with paste then insert by tapping. 3) Unless otherwise shown on the Drawings, drill and set deformed bars to a depth of 10 bar diameters and smooth bars to a depth of 15 bar diameters. 4) If not noted on the Drawings, the Engineer will provide details regarding the size and spacing of dowels. d. Method D 1) Combination of Method B and C. 3.4 INSTALLATION [NOT USED] 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 03 80 00 - 7 MODIFICATIONS TO EXISTING CONCRETE Page 7 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 00 - 1 COMMON WORK RESULTS FOR ELECTRICAL Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 SECTION 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. All labor, materials and equipment required to install, test and provide an operational, electrical system as specified and as shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Electrical Facilities a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the lump sum price bid for “Electrical Facilities”. c. The price bid shall include: 1) Furnishing and installing a complete electrical system 2) Wire 3) Cable 4) Conduit and related hardware 5) Supports 6) Excavation 7) Furnishing, placement and compaction of backfill 8) Hauling 9) Clean-up 2. Furnish and Install Electrical Service a. Measurement 1) Measurement for electrical service shall be per each type and size furnished and 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 for “Furnish/Install Electrical Service” shall be made at the price bid per each type and size installed. c. The price bid shall include all aspects of completing the installation of electrical service including, but not limited to: 1) Conduit Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 00 - 2 COMMON WORK RESULTS FOR ELECTRICAL Page 2 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 2) Pole risers 3) Meter base 4) Breaker box 5) Breakers 6) Coordination with Electrical Service Provider 3. Install Electrical Service a. Measurement 1) Measurement for electrical service shall be per each type and size 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 for “Install Electrical Service” shall be made at the price bid per each type and size installed. c. The price bid shall include all aspects of completing the installation of electrical service including, but not limited to: 1) Conduit 2) Pole risers 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. Underwriters Laboratories, Inc. (UL) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Where references are made to the Related Work paragraph in each Specification Section, referring to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or Work as may be required in those references, and include such information or Work as may be specified. 2. Division 26 requirements apply to electrical work provided under any division of the Specifications B. Service and Metering 1. Obtain service from the electric service provider at 120/240 Volts, Single Phase, Three Wire, 60 Hz from transformer equipment furnished and installed by the power company. 2. Power company responsibilities a. Furnishing and installing the primary overhead conductors and pole line b. Furnishing and installing the transformer or riser pole, primary cutouts, lightning arresters and grounding c. Furnishing and installing primary conduits and cables d. Furnishing and installing the transformer pad and grounding (if pad-mounted transformer) e. Furnishing and installing transformer f. Terminating underground primary cables g. Furnishing metering current transformers (CT's), meter and meter wiring h. Terminating secondary cables to the service transformer Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 00 - 3 COMMON WORK RESULTS FOR ELECTRICAL Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 i. Furnishing meter base and enclosure 3. Contractor responsibilities a. Furnishing and installing secondary conduits and cables b. Furnishing and installing power company approved metering current transformer enclosure (if required by power company) c. Installing meter base d. Furnishing and installing an empty conduit with pull line from the metering current transformer enclosure to the meter enclosure. Conduit size and type approved by the power company e. Coordinating electrical service installation with power company 4. City responsibilities a. Negotiating with power company for the costs of new or revised services b. Making payment directly to power company for such costs C. Codes, Inspections and Fees 1. Obtain all necessary permits and pay all fees required for permits and inspections. 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 A. Materials and Equipment 1. New, except where specifically identified on the Drawings to be reused. 2. UL listed, where such listing exists. 3. Electrical service a. Service type shall be as shown on the Drawings. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer’s warranties are specified in each of the Specification Sections. PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Interpretation of Drawings Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 00 - 4 COMMON WORK RESULTS FOR ELECTRICAL Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 1. Coordinate the conduit installation with other trades and the actual supplied equipment. 2. Where circuits are shown as home runs: Provide fittings and boxes for complete raceway installation. 3. Verify exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installation. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Phase Balancing 1. Connect circuits on motor control centers and panelboards to result in evenly balanced loads across all phases. 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 A. Tests and Settings 1. Test systems and equipment furnished under Division 26. 2. Repair or replace all defective work. 3. Make adjustments to the systems as specified and/or required. 4. Prior to energizing electrical equipment, make all tests required by the individual Specification sections. a. Submit a sample test form or procedure. b. Submit the required test reports and data within 30 days after the test. c. Include names of all test personnel. d. Initial each test. 5. Check wire and cable terminations for tightness. 6. Verify all terminations at transformers, equipment, capacitor connections, panels, and enclosures by producing a 1 2 3 rotation on a phase sequence motor when connected to A, B, and C phases. 7. Inspect, set, and test mechanical operation for circuit breakers, disconnect switches, motor starters, and control equipment. 8. Check interlocking, control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 10. Provide qualified test personnel, instruments and test equipment. 11. Refer to the individual equipment Sections for additional specific testing requirements. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 00 - 5 COMMON WORK RESULTS FOR ELECTRICAL Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added installation only pay item for electrical services Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 10 - 1 DEMOLITION FOR ELECTRICAL SYSTEMS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 26 05 10 DEMOLITION FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish, install and test all equipment, wiring and appurtenances as may be required to perform the electrical demolition shown on the Drawings and as specified herein. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by lump sum. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for “Salvage Electrical Equipment”. 3. The price bid shall include: a. Removing and salvaging electrical equipment including, but not limited to: 1) Wire and cable 2) Encasement 3) Conduit 4) Supports b. Excavation c. Furnishing, placement and compaction of backfill d. Hauling e. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. National Fire Protection Association (NFPA) a. 70, National Electrical Code (NEC) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 10 - 2 DEMOLITION FOR ELECTRICAL SYSTEMS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Coordinate with the City or their designee 48 hours in advance of removals. 2. Coordinate with other Trades for removal of electrical services in conjunction with the removal of the associated equipment. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. All salvage materials will be delivered by the Contractor to the City at a location designated by the Inspector. The Inspector, assisted by authorized representatives, will serve as the receiving agent for salvage material. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verify field measurements and circuiting arrangements. B. Verify that abandoned wiring and equipment serve only abandoned facilities. C. Report Drawing discrepancies to City before disturbing the existing installation. 3.3 PREPARATION A. Disconnect electrical systems in walls, floors and ceilings scheduled for removal . B. Coordinate utility service outages with Utility Company to minimize length and number of outages. C. Provide temporary wiring and connections to maintain existing systems in service during construction. D. When work must be performed on energized equipment or circuits, use personnel experienced in such operations. E. Existing Electrical Service: Maintain existing system in service until new system is complete and ready for service. F. Disable system only to make switchovers and connections. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 10 - 3 DEMOLITION FOR ELECTRICAL SYSTEMS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 G. Obtain permission from City at least 1 week in advance, before partially or completely disabling system. 3.4 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. Remove, relocate and extend existing installations to accommodate new construction. B. Remove abandoned wiring to source of supply. C. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. 1. Cut conduit flush with walls and floors and patch surfaces. D. Disconnect abandoned outlets and remove devices. 1. Remove abandoned outlets if conduit serving them is abandoned and removed. 2. Provide blank cover for abandoned outlets which are not removed. E. Disconnect and remove abandoned panelboards and distribution equipment. F. Disconnect and remove electrical devices and equipment that has been removed. G. Repair adjacent construction and finishes damaged during demolition and extension work. H. Maintain access to existing installations which remain active. Modify installation or provide access to panels as appropriate. I. Where the demolition or revision of any portion of a raceway or box in the raceway system, in an area, causes the raceway system of the area to no longer comply with the classification or Specification requirements of the area, provide and install such boxes, fittings, etc. as may be necessary to return the raceway system to compliance with Specifications. J. Extend existing installations using materials and methods as specified for new Work. K. Minimize noise, dust, and vibration and conduct the work so as to avoid any damage to the surroundings. L. Salvaged Equipment and Materials 1. The City shall have the right to retain any or all electrical and instrumentation equipment shown or specified to be removed from the site. 2. Deliver the City’s equipment to a site designated by the City. 3. If the City refuses the salvage, the Contractor must claim ownership of the materials and dispose of them properly. 4. Prior to starting demolition, the Contractor and City shall jointly visit the areas of demolition and the City will designate those items that are to remain the property of the City. 5. Take necessary precautions in removing City designated property to prevent damage during the demolition process. a. Remove steel structural members by unbolting, cutting welds, or cutting rivet heads and punching shanks through holes. b. Do not use a cutting torch to separate the City’s equipment or material. 6. Remove items in 1 piece or in a manner that does not impact their reuse. a. Loose components may be removed separately. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 10 - 4 DEMOLITION FOR ELECTRICAL SYSTEMS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b. Controls and electrical equipment may be removed from the equipment and handled separately. c. Large units may be handled separately. d. Salvaged piping shall be taken apart at flanges or fittings and removed in sections. M. Material removed from the construction site during demolition, and any equipment not otherwise designated to remain the property of the City in accordance with the pre- demolition identification process shall become the property of the Contractor, and shall be promptly removed from the construction site. N. Refurbish and replace any existing facility, to be left in place, which is damaged by the demolition operations. 1. The repair of such damage shall leave the parts in a condition at least equal to that found at the start of the work. 3.5 RESTORATION A. Clean and repair existing materials and equipment which remain or are to be reused. B. Panelboards 1. Clean exposed surfaces. 2. Check tightness of electrical connections. 3. Replace damaged circuit breakers. 4. Provide closure plates for vacant positions. 5. Provide typed circuit directory showing revised circuiting arrangement. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 33 - 1 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 1 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and install complete raceway systems as shown on the Drawings and as specified herein. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 26 05 43 – Underground Ducts and Raceways for Electrical Systems 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 2. Conduits and Related Hardware, when no bid item for Electrical Facilities exists a. Measurement 1) Measurement for conduit shall be per linear foot of the size, installation method, and type of conduit installed. 2) Limits of measurement for conduit are from center to center between ground boxes or poles, a combination of the two or to the termination point. b. Payment 1) Payment for conduit shall be made at the price bid per linear foot of the size, installation method, and type of conduit installed. c. The price bid shall include: 1) Installation of Conduit and Related Hardware including, but not limited to: a) Elbows b) Couplings c) Weatherheads 3. Conduit Boxes, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Payment Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 33 - 2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 2 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 4. Conduit Boxes, when no bid item for Electrical Facilities exists a. Measurement 1) Measurement for this Item shall be per each Conduit Box installed per location of installation. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid for “Conduit Box” installed. c. The price bid shall include: 1) Furnishing and installing the Conduit Box 2) Excavation 3) Furnishing, placement and compaction of backfill 4) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American National Standards Institute, Inc. (ANSI). a. ANSI C80.5, American National Standard for Electrical Rigid Aluminum Conduit (ERAC). 3. National Electrical Manufacturers Association (NEMA). a. 250, Enclosures for Electrical Equipment (1000 Volt Maximum). b. C80.1, Electrical Rigid Steel Conduit. c. TC-2, Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. d. TC-3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and Tubing. e. TC-7, Smooth-Walled Coilable Electrical Polyethylene Conduit. 4. National Fire Protection Association (NFPA) a. 70 – National Electrical Code (NEC). 1) Article 350, Liquidtight Flexible Metal Conduit: Type LFMC. 2) Chapter 9, Tables. 5. Underwriters Laboratories (UL) a. 6, Electrical Rigid Metal Conduit – Steel. b. 514B, Conduit, Tubing and Cable Fittings. c. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit. B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of UL. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 33 - 3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 3 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 A. Product Data 1. Submit to the City, in accordance with Division 1, the manufacturers' names and product designation or catalog numbers of all materials specified. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Refer to Specification Section 01 60 00 for listing of approved manufacturers for all materials. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Handling: In accordance with manufacturer's instructions. 2. Storage a. In accordance with manufacturer's instructions b. Not exposed to sunlight c. Completely covered 3. Materials showing signs of previous or jobsite exposure will be rejected. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. No separate warranty on conduit. PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 CONDUIT A. Liquidtight Steel Flexible Metal Conduit 1. Interlocked steel core 2. PVC jacket rated for 80 degrees Celsius 3. Complies with NEC Article 350 4. Fittings 5. Extruded from 6063 T-1 alloy 6. Maximum 0.1 percent copper content 7. Conform to: a. ANSI C80.5 b. UL-6 B. Rigid Steel Conduit 1. Hot dip galvanized 2. Threads: Hot galvanized after cutting Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 33 - 4 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 4 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3. Conforms to: a. NEMA C80.1 C. Rigid PVC Schedule 80 Conduit 1. Designed for use above ground and underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled 4. Conforms to: a. NEMA TC-2 b. UL 651 5. Fittings conform to: a. NEMA TC-3 b. UL 514B D. Rigid PVC Schedule 40 Conduit 1. Designed for use underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled. 4. Conforms to: a. NEMA TC-2 b. UL 651 5. Fittings conform to: a. NEMA TC-3 b. UL 514B E. High Density Polyethylene (HDPE) Conduit 1. Designed for use underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled 4. Conforms to: a. UL 651A b. UL 651B c. NEMA TC-7 F. Raceway Boxes 1. Use: Exposed raceway systems only 2. Boxes for underground systems: Refer to Section 26 05 43. 3. Box size a. Distance between each raceway entry inside the box and the opposite wall: Not be less than 6 times the trade size of the largest raceway in a row. b. Distance shall be increased for additional entries by the amount of the sum of the diameters of all other raceway entries in the same row on the same wall of the box. c. Each row calculated individually, and the single row that provides the maximum distance used to size box. 2.3 ACCESSORIES A. Conduit Outlet Bodies Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 33 - 5 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Up to and including 2-1/2 inches a. Conduit outlet bodies and covers: Galvanized steel b. Captive screw-clamp cover c. Neoprene gasket d. Stainless steel screws and clamps 2. Larger than 2-1/2 inches a. Use junction boxes. B. Conduit Hubs 1. Watertight 2. Threaded galvanized steel 3. Insulated throat 4. Stainless steel grounding screw C. Grounding Bushings 1. Insulated lay-in lug grounding bushings 2. Tin-plated copper grounding path 3. Integrally molded noncombustible phenolic insulated surfaces rated 150 degrees Celsius 4. Plastic insert cap each bushing 5. Lug size: Sufficient to accommodate maximum ground wire size required by the NEC for the application D. Raceway Sealant 1. Use for sealing of raceway hubs, entering or terminating in boxes or enclosures where shown or specified E. Conduit Penetration Seals 1. Use for conduit wall and floor seals F. Conduit and related hardware 1. All polyvinyl chloride conduits, including elbows and couplings shall be schedule 40 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters' Laboratories, Inc. Standard UL-651. All conduit sizes shall be as indicated on the Drawings. 2. Rigid metal conduit shall be steel, hot-dipped galvanized inside and outside. 3. Weather heads shall be made of aluminum and may be the threaded or the clamp on type. G. Expansion/Deflection Fittings 1. Use a. Embedded in concrete b. Exposed 2. Description a. Internal grounding b. 4 inch movement c. Stainless steel/cast iron H. Expansion Fittings Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 33 - 6 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 6 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Galvanized steel 2. 8 inch movement 3. Internal grounding 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 A. Interface with Other Work 1. Coordinate the placement of conduit and related components with other trades and existing installations. B. Unless shown on the Drawings or specified otherwise, the conduit type installed with respect to the location shall be as follows: 1. Underground, 18 inches or more cover: Rigid PVC Schedule 40 or HDPE 2. Underground, less than 18 inches cover: Rigid PVC Schedule 80 or HDPE 3. Exposed: Rigid galvanized steel 4. Final connection to equipment subject to vibration: Liquidtight Steel Flexible Metal Conduit C. Box Applications 1. Furnish raceway junction, pull and terminal boxes with NEMA ratings for the location in which they are installed. 2. Exposed switch, receptacle and lighting outlet boxes and conduit fittings: Galvanized steel 3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or enclosure is prohibited D. Conduit Outlet Bodies Applications 1. Conduits up to and including 2-1/2 inches: Conduit outlet bodies may be used, except where junction boxes are shown or otherwise specified 2. Conduits larger than 2-1/2 inches: Use junction boxes E. Conduit Hub Applications 1. Unless specifically stated herein or described on the Drawings, all raceways shall terminate at an outlet with a conduit hub. Locknut or double locknut terminations will not be permitted. F. Insulated Grounding Bushing Applications 1. Use: Terminate raceways at bottom entry to pad-mounted electrical equipment or switchgear, if there is no wall or floor pan on which to anchor or terminate the raceway. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 33 - 7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 7 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. Other raceways: Terminate on enclosures with a conduit hub. 3. Grounding bushing caps: Remain on the bushing until the wire is ready to be pulled. G. Conduit Fittings Applications 1. Combination expansion deflection fittings: Install where conduits cross structure expansion joints, on conduit transitions from underground to above ground, and where installed in exposed conduit runs such that the distance between expansion- deflection fittings does not exceed 150 feet of conduit run. 2. Expansion fittings: Install in lieu of a combination expansion-deflection fitting, on the exposed side of conduit transitions from underground to above ground, where the earth has been disturbed to a depth of more than 10 feet. H. Conduit Penetration Seals Applications 1. Conduit wall seals: Use where underground conduits penetrate walls or at other locations shown on the Drawings 2. Conduit sealing bushings: Use to seal conduit ends exposed to the weather and at other locations shown on the Drawings I. Conduit Tag Applications 1. Tag all conduits within 1 foot of the entry of equipment, and wall and floor penetrations. 2. Tag all underground conduits and ducts at all locations, exiting and entering from underground, including manholes and handholes. J. Raceway Installation 1. No conduit smaller than 1¼ inch electrical trade size. 2. No more than the equivalent of 3 - 90 degree bends in any 1 run. 3. Do not pull wire until the conduit system is complete in all details. 4. Install all underground raceways in accordance with Section 26 05 43. 5. Where raceways enter or leave the raceway system, where the raceway origin or termination, could be subjected to the entry of moisture, rain or liquid of any type, particularly where the termination of such raceways terminate in any equipment, new or existing at a lower elevation, such raceways shall be tightly sealed, using watertight sealant (Duxseal or equal), at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Raceway System at any time. Any damage to new or existing equipment, due to the entrance of moisture from unsealed raceways, shall be corrected by complete replacement of such equipment, at no cost to the City. Cleaning or drying of such damaged equipment will not be acceptable. 6. Conduit supports, for other than for underground raceways: Space at intervals of 8 feet or less as required to obtain rigid construction. 7. Single conduits: Support with 1 hole pipe clamps in combination with 1 screw back plates, to raise conduits from the surface. 8. Multiple runs of conduits: Supported on trapeze type hangers with horizontal members and threaded hanger rods not less than 3/8 inch in diameter. 9. Surface mounted panel boxes, junction boxes, and conduit: Supported by strut to provide a minimum of 1/2 inch clearance between wall and equipment. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 33 - 8 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 8 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 10. Conduit hangers: Attach to structural steel by means of beam or channel clamps. Use concrete inserts of the spot type where attached to concrete surfaces. 11. Conduits on exposed work a. Install at right angles to and parallel with the surrounding wall. b. Conform to the form of the ceiling. c. No diagonal runs. d. Provide concentric bends in parallel conduit runs. e. Install conduit perfectly straight and true. 12. Conduits terminated into enclosures: Install perpendicular to the walls where flexible liquidtight or rigid conduits are required. a. Do not use short sealtight elbow fittings for such terminations, except for connections to instrumentation transmitters where multiple penetrations are required. 13. Use insulated throat grounding bushings for conduits containing equipment grounding conductors and terminating in boxes. Connect grounding conductors to the box. 14. Install conduits using threaded fittings. Do not use running threads. 15. PVC conduit: Use glued type conduit fittings. 16. HDPE conduit: Use fittings by same manufacturer as conduit. 17. Liquidtight flexible steel conduit a. Primary and secondary of transformers b. Generator terminations c. Other equipment where vibration is present d. Connections to instrumentation transmitters, where multiple penetrations are required e. Do not use in other locations. f. Maximum length: Not greater than that of a factory manufactured long radius elbow of the conduit size being used g. Maximum bending radius: Not less than that shown in the NEC Chapter 9, Table 2, “Other Bends”. h. Do not use BX or AC type prefabricated cables. 18. Conduits passing through openings in walls or floor slabs: Seal remaining openings against the passage of flame and smoke. 19. Conduit ends exposed to the weather or corrosive gases: Seal with conduit sealing bushings. 20. Raceways terminating in Control Panels or boxes containing electrical equipment a. Do not install to enter from the top of the panel or box. b. Seal with a watertight sealant: Duxseal or equal 21. Conduit a. The Contractor will be required to coordinate with all local utility companies, long distance communication companies, City utilities, railroad companies, and Dig Tess if applicable, to ascertain exact locations of conflicting underground services. b. The location of conduits and ground boxes are diagrammatic only and may be shifted by the Inspector to accommodate field conditions. c. The maximum allowable overcut shall be 1 inch (25 mm) in diameter for bores. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 33 - 9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 9 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 d. The vertical and horizontal tolerances shall not exceed 18 inches (457 mm) as measured from the intended target point for bores. e. The use of a pneumatically driven device for punching holes beneath the pavement (commonly known as a "missile") will not be permitted. f. Conduit installed for future use shall have a non-metallic, nylon type pull string and shall be capped using standard weather tight conduit caps, as approved by the Inspector. g. The Contractor shall place duct seal or foam at the ends of all conduit where conductors and/or cables are present. h. New Conduit 1) All underground conduit shall be schedule 40 PVC conduit. 2) All conduit or raceways above ground shall be rigid metal. 3) All conduit and fittings shall be of the sizes and types shown on the Drawings. 4) Each section of conduit shall bear evidence of approval by Underwriter's Laboratories. 5) Conduit terminating in posts or pedestal bases shall not extend vertically more than 3 inches above the concrete foundation. 6) Field bends in conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. 7) Exposed vertical conduit shall be galvanized rigid metal, and reamed and couplings made tight. PVC conduit shall be joined by the solvent--weld method in accordance with the conduit manufacturer's recommendations. 8) No reducer couplings shall be used unless specifically indicated on the Drawings. 9) Conduit and fittings shall have burrs and rough places smoothed and shall be clean and free of obstructions before the cable is installed. 10) Field cuts shall be made with a hacksaw only, and shall be square and true so that the ends will butt or come together for the full diameter thereof. a) In no case shall a cutting torch be used to cut or join conduit. 11) Slip joints or running threads will not be permitted for coupling conduit unless approved by the Inspector. 12) When a standard coupling cannot be used, an approved union coupling shall be used and shall provide a water-tight coupling between the conduit. 13) Couplings shall be properly installed to bring their ends of connected conduit together to produce a good rigid connection throughout the entire length of the conduit run. 14) Where the coating on a rigid metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. 15) Ends of conduits shall be capped or plugged until installation of the wire is complete. 16) Upon request by the Inspector, the Contractor shall draw a full-size metal wire brush, attached by swivel joint to a pull tape, through the metal conduit to insure that the conduit is clean and free from obstructions. 17) Conduits shall be placed in an open trench at a minimum 24 inches (612 mm) depth below the curb grade in the sidewalk areas, or 18 inches (450 mm) below the finished street grade in the street area. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 33 - 10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 10 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 18) Conduit placed for concrete encasement shall be secured and supported in such a manner that the alignment will not be disturbed during placement of the concrete. a) No concrete shall be placed until all of the conduit ends have been capped and all box openings closed. 19) PVC conduit, which is to be placed under existing pavement, sidewalks, and driveways, shall be placed by first providing a void through which the PVC conduit shall be inserted. a) The void may be made by boring. b) Use of water or other fluids in connection with the boring operation will be permitted only to lubricate cuttings. c) Water jetting will not be permitted. 20) If it is determined by the Inspector that it is impractical to place the conduit by boring as outlined above due to unforeseen obstructions, written permission may be granted by the Traffic Services Manager or designee for the Contractor to cut the existing pavement. 21) Pits for boring shall not be closer than 2 feet (612 mm) to the back of the curb or the outside edge of the shoulder. a) The boring method used shall not interfere with the operation of streets, highways, or other facilities, and shall not weaken or damage any embankment structure, or pavement. 22) Backfill - Compaction & Density Test for All Ditchlines a) All ditchlines within paving areas of existing and proposed streets and within 2 feet (600 mm) back of curb are to be mechanically tamped. b) All tamping is to be density controlled to 90 percent standard proctor density at optimum moisture content and no greater than 5 percent optimum or less than 2 percent below optimum. c) All backfill material is to be select native material, 6 inches (150 mm) diameter clods and smaller. d) It is permissible to put backfill in 6 inches to 8 inches (150 mm to 400 mm) lifts with densities being taken for each 1feet (300 mm) of compacted material on offsetting stations of 50 feet (15.9 M). 23) Provide adequately bent conduit and properly excavate so as to prevent damage to the conduit or conductor by a bend radius which is too short. 24) All conduit runs shall be continuous and of the same material (metal only or PVC only). 25) Where tying into existing conduit, the Contractor must continue with the same material (metal to metal or PVC to PVC). 26) Each length of galvanized rigid metal conduit, where used, shall be reamed and threaded on each end and couplings shall be made up tight. 27) White-lead paint or equal shall be used on threads of all joints. 28) Metal conduit and fittings shall have the burrs and rough places smoothed. 29) Where the coating on a metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. i. Existing Conduit 1) Prior to pulling cable in existing underground conduit, the conduit shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 33 - 11 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 11 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2) If conduit appears to be blocked, the Contractor shall make an attempt to clear the conduit by rodding (The Contractor will not receive extra compensation for rodding). 3) If the existing conduit cannot be used, the Contractor may be required to repair and/or replace this conduit as directed by the Engineer. a) Repair of this conduit will be paid for as "extra work" on a Change Order. 4) The Inspector shall be notified prior to disconnection or removal of any existing cable. 22. Conduits from external sources entering or leaving a multiple compartment enclosure: Stub up into the bottom horizontal wireway or other manufacturer designated area, directly below the vertical section in which the conductors are to be terminated. 23. Conduits entering from cable tray: Stub into the upper section. 24. Install conduit sealing and drain fittings in areas designated as NEMA 4X or NEMA 7. 25. Conduit identification platens a. Install on all power, instrumentation, alarm and control conduits at each end of the run and at intermediate junction boxes and manholes. b. Install conduit plates before conductors are pulled into conduits. c. Coordinate exact identification plate location with the City at the time of installation to provide uniformity of placement and ease of reading. 26. Pull mandrels through all existing conduits that will be reused and through all new conduits 2 inches in diameter and larger prior to installing conductors. 27. Install 3/16 inch polypropylene pull lines in all new conduits noted as spares or designated for future equipment. 28. Install conduit to drain away from the equipment served. If conduit drainage is not possible, use conduit seals to plug the conduits at the point of attachment to the equipment 29. Route conduits to avoid crossing pipe shafts, access hatches or vent duct openings, present or future, in floor or ceiling construction. 30. Do not use running threads. 31. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, or cold air plenums: Sealed with watertight sealant: Duxseal or equal 32. Locate conduits a minimum of 3 inches from steam or hot water piping. a. Where crossings are unavoidable, locate conduit at least 1 inch from the covering of the pipe crossed. 33. Conduits terminating at a cable tray a. Support independently from the cable tray. b. Provide conduit support within 1-feet of the cable tray. c. Weight of the conduit not supported by cable tray 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 33 - 12 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 12 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 43 - 1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 1 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and install a complete underground system of raceways, manholes and handholes 2. Raceways for use in structural concrete are specified in Section 26 05 33, Raceways and Boxes for Electrical Systems B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 03 30 00 – Cast-in-Place Concrete 4. Section 26 05 33 – Raceways and Boxes for Electrical Systems 5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the Electrical Facilities being installed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the electrical facilities specified on the Drawings and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO) a. M306 – Standard Specification for Drainage Structure Castings. 3. Underwriters Laboratories, Inc. (UL). Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 43 - 2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 2 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Plastic duct spacers B. Shop Drawings 1. Manholes, handholes and associated hardware 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Precast manholes: Manufactured in a NPCA (National Precast Concrete Association) Certified Plant 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Handle and store material in accordance with manufacturer's instructions. 2. Store materials completely covered; do not expose materials to sunlight. 3. Materials showing signs of previous or jobsite exposure will be rejected. 1.11 FIELD [SITE] CONDITIONS 1.12 WARRANTY A. No separate warranty for this equipment PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Manufacturer List a. Refer to Section 01 60 00. B. Conduit 1. PVC Schedule 40 or HDPE 2. Refer to Section 26 05 33 3. Terminators: Same size and type as the raceway C. Concrete cap for raceways and duct banks 1. Refer to Section 03 30 00. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 43 - 3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 2. Red dye a. 40 pounds per 10 cubic yards of concrete D. Manholes and Handholes 1. Precast concrete 2. Designed for a AASHTO Class H20 load. 3. Sizes shown on Drawings 4. Manhole tops a. Field removable b. Stainless steel lifting eyes 5. Duct bank entries into the manhole or handhole a. Centered on the entering wall b. Contain the number and size of duct terminators to match the corresponding duct bank 6. Concrete sump a. Minimum dimensions: 12 inches x 12 inches x 2 inches deep b. Located in the middle of the floor of the manhole or handhole, or as shown on the Drawings E. Manhole Covers 1. Heavy duty 2. 36 inch diameter 3. Machined gray iron 4. AASHTO M306 CL35B minimum 5. 40,000-pound proof load value (AASHTO Class H20 X 2.5) 6. Including frame 7. “Electric” or “Communication” raised lettering recessed flush on the cover 8. Drop handles F. Castings 1. Made In the USA 2. Cast with the foundry’s name and production date (example: mm/dd/yy) 3. True to pattern in form and dimension 4. Free from pouring faults, sponginess, cracks, blow holes, or other defects in positions affecting strength and value 5. Angles: Filleted 6. Arises: Sharp and true G. Hardware 1. Cable racks a. Heavy duty b. Non-metallic c. Arm lengths of 8 inches, 14 inches and 20 inches, each supporting a load of not less than 250 pounds at the outer end d. Molded in 1 piece of U.L. listed glass reinforced nylon e. Secured to the manhole and walls using drilled epoxy anchoring system, with 316 stainless steel bolts Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 43 - 4 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 4 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 f. Arms vertically spaced not greater than 24 inches on center 2. Pulling irons a. Copolymer polypropylene coated 1/2 inch diameter cable b. Rated pulling strength: 7500 lbs c. Polyethylene pulling iron pocket d. Manholes: Recessed in wall opposite each duct entry e. Handholes: Located near center of handhole floor 3. Ladders a. Fiberglass reinforced plastic b. Safety yellow c. 18 inch rung width d. 12 inch rung spacing e. Furnish 2 ladders, length 4 feet greater than the deepest manhole in the underground system H. Polyethylene Warning Tape 1. Red polyethylene film 2. 2 inches minimum width 3. Embedded metallic wire for location tracing 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Field verify the routing of all underground duct banks before placement 2. Modify the routing to avoid underground utilities or above ground objects 3. Provide any alternate routing of the duct banks to the City for approval before installation 3.3 TRENCH EXCAVATION A. Provide suitable room for installing manholes, handholes, ducts and appurtenances B. Furnish and place all sheeting, bracing and supports. C. Excavate material of every description and of whatever substance encountered. D. Pavement: Cut with saw, wheel or pneumatic chisel along straight lines before excavating E. Refer to Section 33 05 10. 3.4 INSTALLATION A. Trench Excavation 1. Provide suitable room for installing manholes, handholes, ducts and appurtenances. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 43 - 5 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 2. Furnish and place all sheeting, bracing and supports. 3. Excavate material of every description and of whatever substance encountered in conformance with Section 33 05 10. 4. Pavement a. Cut with saw, wheel or pneumatic chisel along straight lines before excavating. 5. Trenching and Compaction shall be in accordance with Section 33 05 10. B. Special Techniques 1. Changes of direction a. Less than 20 degrees 1) Use hotbox, strictly in conformance with the conduit manufacturer’s instructions b. Greater than 20 degrees 1) Use long radius bends 2. Minimum raceway size between manholes or handholes shall be 2 inches C. Slopes 1. Install raceways to drain away from buildings. 2. Install raceways between manholes or handholes to drain toward the manholes or handholes. 3. Slopes a. At least 3 inches per 100 feet D. Lay raceway lines in trenches on sand bedding. E. Plastic spacers 1. Not more than 4 feet apart 2. Provide not less than 2 inch clearance between raceways. F. Raceway banks cover: 24 inches G. Raceway terminations at manholes: Terminator for PVC conduit H. Blank duct plugs 1. Use to seal the ends of all unused ducts in the duct system 2. Installed where ducts enter manholes or handholes, and at entrances and exits to the underground system I. Raceways entering or exiting the underground system, rising to higher elevation 1. Seal at higher elevation before and after the installation of cables 2. No entry of water or moisture to the Underground System at any time J. Complete duct system before pulling any wire. K. Swab all raceways clean before installing cable. L. Cables in manholes and handholes 1. Train, support and restrain on cable racks. 2. Route cables passing duct entrances above all duct entrances. 3. Do not route cable in front of or below duct bank entrances. 4. Install polyethylene warning tape trench above each raceway or duct bank. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 43 - 6 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 6 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 M. Tag all underground conduits at all locations exiting and entering from underground, including manholes and handholes 3.5 REPAIR / RESTORATION A. Remove and replace sub grade soils which become soft, loose or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other trenching methods, using gravel fill. B. Existing pavement 1. Saw cut and repair existing pavements above new and modified existing duct banks. 2. Cut along straight lines. 3. Replace pavement with the same type and quality of the existing paving. C. Grassy areas 1. Remove and replace sod, or 2. Loam and reseed surface 3.6 RE-INSTALLATION A. Backfilling 1. Remove materials unsuitable for backfilling. 2. Trench fill a. Common fill material b. Void of rock or other non-porous material c. Layers not to exceed 8-inches in loose measure d. Compact to 90 percent standard Proctor density at optimum moisture content of ± 4 percent e. Mounded 6-inches above existing grade 3. Existing grass, loam or gravel surface a. Remove surface material b. Conserve c. Replace to the full original depth 4. Paved areas or designated future paved areas a. Backfill with select fill material b. Layers not to exceed 8-inches loose measure c. Compact to 95 percent standard Proctor density at optimum moisture content of ± 3 percent 5. Compaction a. Hand or pneumatic tamping with tools weighing at least 20 pounds b. Place material being spread and compacted in layers not over 8-in loose thick. c. Sprinkle in conjunction with rolling or ramming, if needed to achieve required compaction 6. Do not place bituminous paving in backfill. 7. Do not use water jetting as a means of consolidating or compacting backfill. 8. Road surfaces a. Broom and hose-clean immediately after backfilling b. Employ dust control measures at all times. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 43 - 7 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 7 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 3.7 CLEANING A. Remove all rubbish and debris from inside and around the underground system. B. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, handholes and structures, using brushes, vacuum cleaner or clean, lint free rags. C. Do not use compressed air. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 50 - 1 COMMUNICATIONS MULTI-DUCT CONDUIT Page 1 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 26, 2016 SECTION 26 05 50 COMMUNICATIONS MULTI-DUCT CONDUIT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. Furnish, install and test a Multi-Duct Conduit (MDC) 2. MDC shall be suitable for installation in and outdoor underground environment including constant immersion in water, and/or hung from a bridge. B. Products Furnished But Not Installed Under This Section 1. None C. Products Installed But Not Furnished Under This Section 1. None D. Deviations from City of Fort Worth Standards 1. None E. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per linear foot of the size and installation method of multi-duct conduit furnished and installed and tested. b. Limits of measurement for multi-duct conduit are from center to center between ground boxes or poles, a combination of the two, or to the termination point. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for as the unit price bid for “Multi-duct Conduit” of the size and installation method specified. b. The price bid shall include: 1) Furnishing and installing MDC 2) Excavation 3) Boring 4) Aerial installation 5) Furnishing and placing backfill 6) Installing all fittings, sweeps, bends, repair, couplings, adaptors, ground box termination kits 7) Pre-assembled split repair costs 8) Lubrication access fittings 9) Hangers Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 50 - 2 COMMUNICATIONS MULTI-DUCT CONDUIT Page 2 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 26, 2016 10) Brackets 11) Expansion joints 12) Concrete 13) Detectable underground metalized Mylar warning tape 14) Locator wire 15) All labor, tools, equipment and incidentals necessary to complete the work. 1.3 REFERENCES A. Abbreviations and Acronyms 1. MDC - Multi-Duct conduit 2. PVC – Polyvinyl chloride conduit 3. PE – Polyethylene 4. OD – Outer diameter 5. ID – Inner diameter B. Definitions 1. None C. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Traffic Control Plan a. Texas Manual of Uniform Traffic Control Devices (TMUTCD) 3. Underwriters Laboratories (UL) 4. National Electrical Manufactures Association (NEMA) 5. National Electrical Code (NEC) 6. Underground MDC System a. Telcordia GR-356, issue No. 2, June 2009 – Generic Requirements for Optical Cable Innerduct, Associated Conduit, and Accessories. b. American Society for Testing and Materials (ASTM) Standard D1785-12, Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120 c. ASTM Standard D2122-98(2010), Standard Test Method for Determining Dimensions of Thermoplastic Pipe and Fittings d. ASTM Standard D2412-11, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading 7. Outer Underground Duct – Heavy walled EPC-80 (Schedule 80) PVC a. National Electrical Manufacturers Association (NEMA) Standard TC-2:2003, Electrical Polyvinyl Chloride (PVC) Conduit b. Underwriters Laboratories (UL) 651, Schedule 40, 80 Type EB and A Rigid PVC Conduit and Fittings c. National Electrical Code 8. Inner Ducts a. Bellcore GR-2884-CORE, Issue 1, July 1995 – Generic Requirements for Multi-Bore Conduit Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 50 - 3 COMMUNICATIONS MULTI-DUCT CONDUIT Page 3 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 26, 2016 b. ASTM D 1599 – 99(2011) – Standard Test Method for Resistance to Short- Time Hydraulic Pressure of Plastic Pipe, Tubing, and Fittings 9. Aerial MDC System a. ASTM Standard D2996 – 01(2007) e1, Standard Specification for Filament- Wound “Fiberglass” (Glass Fiber-Reinforced Thermosetting-Resin) Pipe. b. ASTM Standard D2310-06(2012), Standard Classification for Machine-Made “Fiberglass” (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe. c. ASTM Standard D2517-06(2011), Standard Specification for Reinforced Epoxy Resin Gas Pressure Pipe and Fittings. 10. Coupling Body Certified Testing a. Test shall be in accordance with ASTM, NEMA Standard TC-2, UL.651, and Bellcore standards. 1.4 ADMINISRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Traffic Control Plan 1. Traffic Control Plan shall be approved by the Engineer before work begins. 2. Traffic Control Plan shall comply with the TMUTCD. B. References 1. The MDC supplier shall submit three (3) references where the suppliers MDC system has functioned successfully for a period of no less than a year. 2. References shall include current name and address of organization, and current name and telephone number of the individual from the organization who can be contacted to verify system installation. 3. Provide reference information prior to documentation submittal. 4. Failure to furnish references will be sufficient reason for rejection of the supplier’s equipment. C. Testing of Product Certified Test Reports 1. Contractor shall provide certified test reports by an independent testing laboratory for coupling body and inner duct. 2. Coupling Body a. Test the coupling body to ensure it seals the inner duct by applying 100 p.s.i.g. to an inner duct and verify that the inner duct is capable of maintaining a minimum of 15 p.s.i.g. for 24 hours. b. Test shall be in accordance with ASTM, NEMA Standard TC-2, UL.651, and Bellcore standards as referenced to this Item. 3. Inner Duct a. Test the burn through resistance of inner duct as per the following procedure: 1) Wrap a length of inner duct around and secure to a rigid form with a radius of 24 in. 2) Thread an appropriate length of pre-lubricated flat tape with a minimum tensile strength of 1500 lb. through the inner duct and sew the ends together to create a continuous loop. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 50 - 4 COMMUNICATIONS MULTI-DUCT CONDUIT Page 4 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 26, 2016 3) Wrap the tape around a powered capstan that can be drawn away from the duct sample to provide a continuous tension of 450 lb. 4) Draw the tape continuously through the sample with the powered capstan at a rate of 100 ft. per minute. 5) Ensure that the duct does not burn through within 150 minutes. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS / SYSTEM A. Description 1. Regulatory Requirements a. Provide new materials that confirm to the details as shown on plans, the requirements of this Item, are UL listed and meet NEMA and NEC requirements. 2. MDC Systems a. Furnish and place a MDC of type and size shown on the plans or as directed by the Engineer. b. Provide a MDC that is suitable for installation in an outdoor underground environment including constant immersion in water, and/or hung from a bridge without any degradation in the MDC. c. MDC is a pre-assembled conduit section manufactured from a 4 in. round outer duct containing 4 factory installed 1.25 in. round inner ducts. d. Inner ducts are held together in square configuration by a system of spacers. e. Spacers hold the individual inner ducts in formation, locking them tightly to prevent free twisting. f. Plans indentify MDC system as “4-WAY MULTI-DUCT SYSTEM”. g. The MDC, including respective bends, couplings, adapters and other accessory fittings shall contain a coupling body for sealing the outer and inner ducts of adjacent MDC sections in an end-to-end relationship. h. Factory assembled lengths and associated bends shall be manufactured without adhesives, to allow inner duct movement relieving internal stresses experienced during field handlings and due to variations in coefficient of thermal expansion. i. The MDC system shall include a complete line of accessory items, including, but not limited to: 1) Alternate outer ducts, 2) Sweeps and bends, Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 50 - 5 COMMUNICATIONS MULTI-DUCT CONDUIT Page 5 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 26, 2016 3) Repair couplings, 4) Ground box termination kits, and 5) Pre-assembled split repair kits. j. MDC pre-assembled sections, factory bends, and fittings shall be shipped with protective caps. k. All components of the MDC system shall be provided by the same manufacturer. l. Provide all required sweeps, bends, repair couplings, ground box termination kits, alternative outer ducts, adapters, pre-assembled split repair kits, lubrication access fittings, tug-plugs, slit-inner duct plugs, hangers, brackets, expansion joints, and accessories to complete the MDC system as subsidiary to the MDC system. m. Provide all materials necessary for installation and testing subsidiary to the MDC system. n. Provide expansion joints and conduit that is similar to connecting conduit. o. Shall conform to the following requirements: 1) A percent ovality of less than 5 percent, 2) An underground system that performs in an ambient temperature of -30°F to 130°F without degradation of material properties, 3) An aerial system that performs in an ambient temperature range of -104°F to 200°F without degradation of material properties, 4) Resistant to most harsh chemicals, 5) Protected against degradation due to oxidation or general corrosion, 6) Capable of being direct buried by trenching or boring with no special consideration to using selective backfill, 7) Has a low coefficient of thermal expansion, such that expansion and contraction is minimal, 8) Free of visible cracks, holes or other physical defects that would degrade its performance, 9) Uniform as practical in respect to overall dimensions, color, density, thickness, etc. 10) Contains a UV light stabilizer which will protect it, for a minimum of 12 months, in direct sunlight, and 11) Durable identification showing the name and trademark of the manufacturer, conduit size, date of manufacture. 3. Outer Duct a. Shall be marked with a longitudinal print line with the wording “Install This Side Up” to assure proper inner duct orientation and alignment. b. Male ends of the outer ducts shall be a circumferential insertion depth mark to assure proper insertion is achieved. c. The length of the integral coupling shall be at least 5 inches in length to accommodate the coupling body. d. Underground MDC System 1) Provide a 4 in. round outer duct that is heavy walled EPC-80 (Schedule 80) PVC. 2) Ensure that the outer duct meets the requirements of schedule 80 PVC conduit and conforms to all requirements and references identified in 1.3.3 of the Item. e. Aerial MDC System Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 50 - 6 COMMUNICATIONS MULTI-DUCT CONDUIT Page 6 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 26, 2016 1) Provide a 4 in. round Fiberglass Multi-Duct system that is bullet resistant, heavy walled, pure, high grade, filament wound fiberglass reinforced epoxy conduit. 2) Ensure that all conduit, elbows and fittings are manufactured from the same resin/hardener/glass systems and the same filament wound system. 3) All Fiberglass MDC aerial elbows, conduit, fittings and hangers shall be grey in color. 4) Provide aerial MDC that performs in an ambient temperature range -40°F to 200°F without degradation of material properties. 5) Provide aerial MDC that is resistant to most harsh chemicals, is protected against degradation due to oxidation or general corrosion, and has a low coefficient of thermal expansion so that expansion and contraction is minimal. 4. Inner Ducts a. Provide 1.25 in. inner ducts constructed of an extruded Virgin High Density Polyethylene (PE) compound specifically blended for inner ducts used in Multi- duct systems. b. Characteristics of this blend add rigidity to the extruded PE inner ducts, minimize the differences between the expansion and contraction rates of PVC and the PE inner ducts, create a burn resistant PE inner duct to minimize the chance of damaging the inner duct during the cable placing operation, and provide a silicone impregnated wall of the inner duct. 1) Provide inner ducts that are uniquely identified by the extrusion of a different color for each of the inner ducts, using orange, yellow, red and white. 2) Place white inner duct directly in-line with the manufacturer’s identification on the outer duct for ease of identification and installation. c. Provide inner ducts with a minimum burst strength of 125 psi. d. Provide inner ducts that are extruded in a controlled outer diameter (OD) fashion. e. Provided inner ducts with: 1) Minimum ID of 1.25 in. 2) Maximum OD of 1.413 in 3) Minimum wall thickness 0.075 in. f. Provide inner ducts that are the same type within the bends and within the straight sections. g. All inner ducts shall meet requirements identified in 1.3.4 of this Item. 5. Coupling Body a. The MDC system, including bends, couplings, and other fittings shall contain a coupling body for sealing the outer and inner ducts of adjacent multiduct conduit sections end to end. b. Coupling bodies for installation by trenching 1) Provide a factory installed primary coupling body which incorporates integral molded sealing devices to facilitate field assemble and prevent water and foreign material leakage from outside the MDC and to prevent air leakage from inside the inner ducts. 2) Ensure that the gasket or sealing member(s) are of an anti-reversing design to ensure that the lengths of the conduit stay joined together. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 50 - 7 COMMUNICATIONS MULTI-DUCT CONDUIT Page 7 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 26, 2016 3) Provide MDC system that can be assembled by hand without special tools and does not require lubricant for field lubricant for field assembly. 4) Provide a coupling body with a plurality of bores containing principal seals which are molded as an integral part of the coupling body. 5) Ensure that the field connection end of the internal coupling body incorporates shaped target areas to accommodate self-aligned of the inner ducts with bore openings during field assembly. 6) Ensure that one of the bore openings on the filed assembly side the coupling body is uniquely identified to facilitate proper continuous inner duct alignment during field assembly. c. Coupling bodies for installation by boring 1) Coupling bodies for installation by boring shall meet the requirements of coupling bodies of trenched MDC. 2) Outer duct shall be equipped with locking rings and matching grooves, especially designed for bored installations. 3) The conduit and joints shall withstand axial loads of 8,700 lbs. while being pulled around a bend with a 65-ft. radius, with no leaks or deformation of the ducts. 6. Inner Duct Plugs a. Plugs for sealing inner ducts shall be durable, fabricated from no metallic parts and shall be easily removable and reusable. b. Plugs shall be capable of being installed and removed by hand without any tools and shall provide water- and air-tight seal of 21 psi. c. Plugs that seal empty inner ducts shall contain a rope tie on the inside end for connection of the pull rope/tape. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Performance testing for all materials not previously tested and approved may be required. 2. If technical data is not considered adequate for approval, the City may require material testing by an independent testing laboratory. 3. The contract period will not be extended for time lost or delays caused by testing prior to final approval of any items. B. Non-Conforming Work 1. Failure to conform to the requirements of any test will be counted as a defect and the materials will be rejected. 2. Rejected materials may be offered again for retest provided all non-compliances have been corrected and retested by an independent testing laboratory. C. Examination of Product 1. Carefully examine each MDC system component to verify that the materials, design, construction, markings, and workmanship comply with the requirements of its specification. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 50 - 8 COMMUNICATIONS MULTI-DUCT CONDUIT Page 8 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 26, 2016 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Protection of In-Place Conditions 1. Conduct work with minimum disturbance of existing utilities, and coordinate work in or near utilities with the utility owners. 2. Inform utility owners sufficiently before work begins to allow time to identify located, reroute, or make other adjustments to utility lines. 3. Field verify routing avoids cutting or damaging underground utility lines that are to remain in place. B. Surface Preparation 1. None C. Demolition / Removal 1. Perform trench excavation and backfilling as shown on the plans or as directed by Engineer and in accordance to this Item. 2. Obstructions a. Remove obstructions to the proposed construction, including trees and other vegetation, debris, and structures over the width of the excavation to a depth of 1 ft. below the bottom of excavation. b. If abandoned storm drains, sewers, or other drainage systems are encountered, remove as required to clear the excavation area, and plug in a manner approved by the Engineer. c. After removing obstructions, restore the bottom of the excavation to grade by backfilling in accordance to this Item. 3. Excavate to the lines and grades shown on the plans or as directed by the Engineer. a. Provide slopes, benching, sheeting, bracing, pumping, and bailing as necessary to maintain the stability and safety of excavation. b. Use satisfactory excavated material as backfill. c. Dispose of material not incorporated into the final project off the right-of-way in accordance with federal, state and local regulations. d. When excavating across private property or beyond the project limits: 1) Keep any topsoil removed separate, 2) Replace it as nearly as feasible in its original position, and 3) Restore the area to acceptable condition. 4. Excavation in Streets a. When structures are installed in streets, highways, or other paced areas, cut pavement and base with neat lines. b. Restore pavement structure after completion of excavation and backfilling. c. Maintain approved traffic control plan. 5. Dispose of surplus material in accordance with federal, state, and local regulations. 6. If active sanitary sewer line is damaged during excavation, provide temporary fumes across the excavation while open, and restore the lines when backfilling has progressed to the original bedding lines of the cut sewer. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 50 - 9 COMMUNICATIONS MULTI-DUCT CONDUIT Page 9 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 26, 2016 7. If damage to existing utilities occurs, promptly notify utility company. 3.4 INSTALLATION A. General 1. Place MDC system in accordance with line, grades, details, and dimensions shown on the plans or as directed by Engineer. 2. Place MDC system at the depth shown on the plans or as otherwise directed by the Engineer. 3. Typical installation shall be at a depth of 30 inches. 4. Minimum depth shall never be less than 18 inches below finished grade. B. De-Watering 1. Do not place MDC in presence of water unless approved by Engineer. 2. Place MDC on a dry, firm surface. 3. Remove any water by bailing, pumping, well–point installation, deep wells, underdrains, or other approved method. C. Bedding 1. Provide a minimum of 4 inches of fine granular material on the base of excavation. D. Boring 1. Jack and bore as shown on the plans or as directed by the Engineer, and in accordance with this Item. 2. General a. Excavate suitable shafts or trenches for conducting the jacking or boring operations and for placing end joints of pipe if the grade at the jacking or boring end is below the ground surface. b. Protect excavations with slopes, benching, sheeting, bracing, temporary shoring, pumping and bailing as necessary to maintain the stability and safety of excavation. c. Install MDC so there is no interference with operation of street, highway, railroad, or other facility and no embankment or structure is weakened or damaged. d. Repair any MDC damaged in jacking or boring operation. e. Remove and replace any MDC damaged beyond repair at the Contractor’s expense. f. Immediately after installation of MDC, backfill shafts or t renches excavated used to facilitate jacking and boring. 3. Boring a. Bore from a shaft in an approved location provided for the boring equipment and workmen. b. Dispose of excavated material using a method approved by the Engineer. c. Use water or other fluids in connection with the boring operation only as necessary to lubricate cuttings. d. Do not use jetting. e. In unconsolidated soil formation, use a gel-forming colloidal drilling fluid consisting of high-grade, carefully processed bentonite to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and immediate installation of conduit. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 50 - 10 COMMUNICATIONS MULTI-DUCT CONDUIT Page 10 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 26, 2016 f. Allowable variations from line and grade are specified in Section 476.3A. “Jacking.” g. Pressure-grout any excavation of more than 1 in. h. Use pilot hole or auger method for boring 1) Pilot Hole Method – Bore a 2 in. pilot hole the entire length of the crossing, and check it for line and grade on the opposite end of the bore from the work shaft. This pilot hole will serve as centerline for the larger diameter hole to be bored. 2) Auger Method – Use a steel encasement pipe of the appropriate diameter equipped with a cutter head to mechanically perform the excavation. Use augers of sufficient diameter to convey the excavated mater to the work shaft. E. Aerial 1. Fasten all MDC attached to bridges or other structures with MDC straps, hangers, or as directed by Engineer. 2. Submit details for attachment. 3. Submit details of method of installing MDC inside bridge decks (if MDC cannot be attached to outside of bridge) to Engineer for approval. 4. Fit MDC ends with bushings or bell ends. F. Locator Wire 1. Install a 1 conductor, No. 12 AWG solid copper locator wire in all MDC system runs to facilitate locating underground optical fiber optic cables. 2. The wire is to be pulled into duct along with the optical fiber cable 3. Locator wire shall not occupy a duct by itself unless there is not any other cable being installed in the multiduct. 4. The cable shall be continuous between ground boxes. 3.5 REPAIR / RESTORATION A. Final Surface 1. Repair removed existing surface by backfilling with material equal in composition and density to the surrounding areas. 2. Replace any removed surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition. 3. Mark MDC as directed by Engineer. 3.6 RE-INSTALLATION A. Backfilling 1. As soon as practical, backfill the excavation after placement of the conduit. 2. Backfill Material shall be free from: a. Stones large enough to interfere with compaction, b. Large or frozen lumps that will not break down readily under compaction, and c. Wood or other extraneous material. 3. Obtain backfill material from excavation or other sources. 4. In areas not supporting a completed roadbed, retaining wall, or embankment, place back fill in layers at most 8 in. deep (loose measurement). Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 26 05 50 - 11 COMMUNICATIONS MULTI-DUCT CONDUIT Page 11 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 26, 2016 5. In areas supporting a portion of roadbed, retaining wall, or embankment: a. Place backfill in uniform layers at most 6 in. deep (loose measurement), and b. Compact each layer to meet the density requirements of the roadbed, retaining wall, embankment material or as shown on plans. 6. Bring each layer of backfill material to the moisture content needed to obtain the required density. 7. Use mechanical tamps or rammers to compact the backfill. 8. Rollers may be used to compact backfill if feasible. 9. Cohesion less material such as sand may be used for backfilling. 10. Compact cohesion less material using vibratory equipment, water-ponding, or a combination of both. B. Warning Tape 1. Prior to final backfill of trench place an underground Mylar marking tape, as approved by the Engineer, over the MDC and located 6 in. below final grade, unless shown otherwise on plans. 2. Cover entire length of the trench with the marking tape. 3. Use warning tape continuously imprinted with “CAUTION – CITY OF FORT WORTH OPTICAL FIBER LINE BELOW.” 3.7 SITE QUALITY CONTROL A. Site Test Inspections 1. Verify conduit is free from obstruction by pulling a spherical template having a diameter of at least 75% of the inside diameter of the conduit through the conduit. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 10 00 - 1 SITE CLEARING Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 31 10 00 SITE CLEARING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Preparation of right-of-way and other designated areas for construction operations by removing and disposing of all obstructions including clearing and grubbing and trees, when removal of such obstructions is not specifically shown on the Drawings to be paid by other Sections. The City of Fort Worth’s Urban Forestry Ordinance governs all tree removals. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 02 41 13 – Selective Site Demolition 4. Section 02 41 14 – Utility Removal/Abandonment 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Site Clearing a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for “Site Clearing”. c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of trees, structures and obstructions 3) Backfilling of holes 4) Clean-up 2. Tree Removal (typically included in “Site Clearing”, but should be used if “Site Clearing” is not a bid item) a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Tree Removal” for: a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 10 00 - 2 SITE CLEARING Page 2 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3) Grading and backfilling of holes 4) Excavation 5) Fertilization 6) Clean-up 3. Tree Removal and Transplantation a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Tree Transplant” for: a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions 3) Moving tree with truck mounted tree spade 4) Grading and backfilling of holes 5) Replanting tree at temporary location (determined by Contractor) 6) Maintaining tree until Work is completed 7) Replanting tree into original or designated location 8) Excavation 9) Fertilization 10) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINSTRATIVE REQUIREMENTS A. Permits 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as required by the City’s Tree Ordinance. (www.FortWorthTexas.gov) B. Preinstallation Meetings 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, City Inspector, and the Project Manager for the purpose of reviewing the Contractor’s tree removal plan. Clearly mark all trees to remain on the project site prior to the meeting. 2. The Contractor will provide the City with a Disposal Letter in accordance to Division 01. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 10 00 - 3 SITE CLEARING Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. All trees identified to be protected and/or preserved should be clearly flagged with survey tape. B. Following taping and prior to any removals or site clearing, the Contractor shall meet with the City, the Engineer and the Landowner, if necessary, to confirm trees to be saved. 3.4 INSTALLATION A. Protection of Trees 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, protected trees shall be fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with the corners located on the canopy drip line, unless instructed otherwise. 3. When site conditions do not allow for the T-posts to be installed at the drip line, the T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 ½ gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 5. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 20 minutes of making a pruning cut or otherwise causing damage to the tree. 6. Trees and brush shall be mulched on-site. a. Burning as a method of disposal is not allowed. B. Hazardous Materials 1. The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 10 00 - 4 SITE CLEARING Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. The testing, removal, and disposal of hazardous materials will be in accordance with Division 1. C. Site Clearing 1. Clear areas shown on the Drawings of all obstructions, except those landscape features that are to be preserved. Such obstructions include, but are not limited to: a. Remains of buildings and other structures b. Foundations c. Floor slabs d. Concrete e. Brick f. Lumber g. Plaster h. Septic tank drain fields i. Abandoned utility pipes or conduits j. Equipment k. Trees l. Fences m. Retaining walls n. Other items as specified on the Drawings 2. Remove vegetation and other landscape features not designated for preservation, whether above or below ground, including, but not limited to: a. Curb and gutter b. Driveways c. Paved parking areas d. Miscellaneous stone e. Sidewalks f. Drainage structures g. Manholes h. Inlets i. Abandoned railroad tracks j. Scrap iron k. Other debris 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to maintain traffic and drainage in accordance with Section 02 41 14. 4. In areas receiving embankment, remove obstructions not designated for preservation to 2 feet below natural ground. 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 6. In all other areas, remove obstructions to 1 foot below natural ground. 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps off to ground level. a. Removal of existing structures shall be as per Section 02 41 13. D. Disposal 1. Dispose of all trees within 24 hours of removal. 2. All materials and debris removed becomes the property of the Contractor, unless otherwise stated on the Drawings. 3. The Contractor will dispose of material and debris off-site in accordance with local, state, and federal laws and regulations. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 10 00 - 5 SITE CLEARING Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.A Permits: Removed ordinance number and added City’s website address Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 23 16 - 1 UNCLASSIFIED EXCAVATION Page 1 of 5 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 SECTION 31 23 16 1 UNCLASSIFIED EXCAVATION 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on-site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 – General Requirements 19 3. Section 31 23 23 – Borrow 20 4. Section 31 24 00 – Embankments 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Excavation by Plan Quantity 24 a. Measurement 25 1) Measurement for this Item shall be by the cubic yard in its final position 26 using the average end area method. Limits of measurement are shown on 27 the Drawings. 28 2) When measured by the cubic yard in its final position, this is a plans 29 quantity measurement Item. The quantity to be paid is the quantity shown 30 in the proposal, unless modified by Article 11.04 of the General 31 Conditions. Additional measurements or calculations will be made if 32 adjustments of quantities are required. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under “Measurement” will be paid for at the unit 36 price bid per cubic yard of “Unclassified Excavation by Plan”. No 37 additional compensation will be allowed for rock or shrinkage/swell 38 factors, as these are the Contractor’s responsibility. 39 c. The price bid shall include: 40 1) Excavation 41 2) Excavation Safety 42 31 23 16 - 2 UNCLASSIFIED EXCAVATION Page 2 of 5 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 3) Drying 1 4) Dust Control 2 5) Reworking or replacing the over excavated material in rock cuts 3 6) Hauling 4 7) Disposal of excess material not used elsewhere onsite 5 8) Scarification 6 9) Clean-up 7 2. Excavation by Surveyed Quantity 8 a. Measurement 9 1) Measurement for this Item shall be by the cubic yard in its final position 10 calculated using the average end area or composite method. 11 a) The City will perform a reference survey once the Site has been cleared 12 to obtain existing ground conditions. 13 b) The City will perform a final post-construction survey. 14 c) The Contractor will be paid for the cubic yardage of Excavated material 15 calculated as the difference between the two surveys. 16 d) Partial payments will be based on estimated plan quantity 17 measurements calculated by the Engineer. 18 b. Payment 19 1) The work performed and materials furnished in accordance with this Item 20 and measured as provided under “Measurement” will be paid for at the unit 21 price bid per cubic yard of “Unclassified Excavation by Survey”. 22 c. The price bid shall include: 23 1) Excavation 24 2) Excavation Safety 25 3) Drying 26 4) Dust Control 27 5) Reworking or replacing the over excavated material in rock cuts 28 6) Hauling 29 7) Disposal of excess material not used elsewhere onsite 30 8) Scarification 31 9) Clean-up 32 1.3 REFERENCES [NOT USED] 33 A. Definitions 34 1. Unclassified Excavation – Without regard to materials, all excavations shall be 35 considered unclassified and shall include all materials excavated. Any reference to 36 Rock or other materials on the Drawings or in the specifications is solely for the 37 City and the Contractor’s information and is not to be taken as a classification of 38 the excavation. 39 1.4 ADMINSTRATIVE REQUIREMENTS 40 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 41 01. 42 31 23 16 - 3 UNCLASSIFIED EXCAVATION Page 3 of 5 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. Excavation Safety 6 1. The Contractor shall be solely responsible for making all excavations in a safe 7 manner. 8 2. All excavation and related sheeting and bracing shall comply with the requirements 9 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 10 1.10 DELIVERY, STORAGE, AND HANDLING 11 A. Storage 12 1. Within Existing Rights-of-Way (ROW) 13 a. Soil may be stored within existing ROW, easements or temporary construction 14 easements, unless specifically disallowed in the Contract Documents. 15 b. Do not block drainage ways, inlets or driveways. 16 c. Provide erosion control in accordance with Section 31 25 00. 17 d. When the Work is performed in active traffic areas, store materials only in 18 areas barricaded as provided in the traffic control plans. 19 e. In non-paved areas, do not store material on the root zone of any trees or in 20 landscaped areas. 21 2. Designated Storage Areas 22 a. If the Contract Documents do not allow the storage of spoils within the ROW, 23 easement or temporary construction easement, then secure and maintain an 24 adequate storage location. 25 b. Provide an affidavit that rights have been secured to store the materials on 26 private property. 27 c. Provide erosion control in accordance with Section 31 25 00. 28 d. Do not block drainage ways. 29 1.11 FIELD CONDITIONS 30 A. Existing Conditions 31 1. Any data which has been or may be provided on subsurface conditions is not 32 intended as a representation or warranty of accuracy or continuity between soils. It 33 is expressly understood that neither the City nor the Engineer will be responsible 34 for interpretations or conclusions drawn there from by the Contractor. 35 2. Data is made available for the convenience of the Contractor. 36 31 23 16 - 4 UNCLASSIFIED EXCAVATION Page 4 of 5 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 1.12 WARRANTY [NOT USED] 1 PART 2 - PRODUCTS [NOT USED] 2 2.1 OWNER-FURNISHED [NOT USED] 3 2.2 PRODUCT TYPES AND MATERIALS 4 A. Materials 5 1. Unacceptable Fill Material 6 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 7 D2487 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 CONSTRUCTION 13 A. Accept ownership of unsuitable or excess material and dispose of material off-site 14 accordance with local, state, and federal regulations at locations. 15 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 16 during construction with eh exception of water that is applied for dust control. 17 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 18 properly dispose according to disposal plan. 19 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 20 proposed or existing structures. 21 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 22 City. 23 F. Shape slopes to avoid loosening material below or outside the proposed grades. 24 Remove and dispose of slides as directed. 25 G. Rock Cuts 26 1. Excavate to finish grades. 27 2. In the event of over excavation due to contractor error below the lines and grades 28 established in the Drawings, use approved embankment material compacted in 29 accordance with Section 31 24 00 to replace the over excavated at no additional 30 cost to City. 31 H. Earth Cuts 32 1. Excavate to finish subgrade 33 31 23 16 - 5 UNCLASSIFIED EXCAVATION Page 5 of 5 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 2. In the event of over excavation due to contractor error below the lines and grades 1 established in the Drawings, use approved embankment material compacted in 2 accordance with Section 31 24 00 to replace the over excavated at no additional 3 cost to City. 4 3. Manipulate and compact subgrade in accordance with Section 31 24 00. 5 3.5 REPAIR [NOT USED] 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 FIELD QUALITY CONTROL 8 A. Subgrade Tolerances 9 1. Excavate to within 0.1 foot in all directions. 10 2. In areas of over excavation, Contractor provides fill material approved by the City 11 at no expense to the City. 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 – Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 21 31 23 23 - 1 BORROW Page 1 of 6 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 SECTION 31 23 23 1 BORROW 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish, place and compact Borrow material for grading. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 3. Section 31 23 16 – Unclassified Excavation 13 4. Section 31 24 00 – Embankments 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Borrow by Plan Quantity 17 a. Measurement 18 1) Measurement for this Item shall be by the cubic yard in its final position 19 using the average end area method. Limits of measurement are shown on 20 the Drawings. 21 2) When measured by the cubic yard in its final position, this is a plans 22 quantity measurement Item. The quantity to be paid is the quantity shown 23 in the proposal, unless modified by Article 11.04 of the General 24 Conditions. Additional measurements or calculations will be made if 25 adjustments of quantities are required. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under “Measurement” will be paid for at the unit 29 price bid per cubic yard of “Borrow by Plan” for the various borrow 30 materials. No additional compensation will be allowed for rock or 31 shrinkage/swell factors, as these are the Contractor’s responsibility. 32 c. The price bid shall include: 33 1) Transporting or hauling material 34 2) Furnishing, placing, compacting and finishing Borrow 35 3) Construction Water 36 4) Dust Control 37 5) Clean-up 38 6) Proof Rolling 39 7) Disposal of excess or waste material 40 8) Reworking or replacement of undercut material 41 31 23 23 - 2 BORROW Page 2 of 6 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 2. Borrow by Surveyed Quantity 1 a. Measurement 2 1) Measurement for this Item shall be by the cubic yard in its final position 3 calculated using the average end area or composite method. 4 a) The City will perform a reference survey once the Site has been cleared 5 to obtain existing ground conditions. 6 b) The City will perform a final post-construction survey. 7 c) The Contractor will be paid for the cubic yardage of Borrow material 8 calculated as the difference between the two surveys. 9 d) Partial payments will be based on estimated plan quantity 10 measurements calculated by the Engineer. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 and measured as provided under “Measurement” will be paid for at the unit 14 price bid per cubic yard of “Borrow by Survey” for: 15 a) Various Borrow materials 16 c. The price bid shall include: 17 1) Transporting or hauling material 18 2) Furnishing, placing, compacting and finishing Borrow 19 3) Construction Water 20 4) Clean-up 21 5) Dust Control 22 6) Proof Rolling 23 7) Disposal of excess or waste material 24 8) Reworking or replacement of undercut material 25 3. Borrow by Delivered Quantity 26 a. Measurement 27 1) Measurement for this Item shall be by the cubic yard of loose Borrow 28 material as delivered to the Site and recorded by truck ticket provided to the 29 City. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under “Measurement” will be paid for at the unit 33 price bid per cubic yard of “Borrow by Delivery” delivered to the Site and 34 recorded by truck ticket for: 35 a) Various Borrow materials 36 c. The price bid shall include: 37 1) Transporting or hauling material 38 2) Furnishing, placing, compacting and finishing Borrow 39 3) Construction Water 40 4) Clean-up 41 5) Dust Control 42 6) Proof Rolling 43 7) Disposal of excess or waste material 44 8) Reworking or replacement of undercut material 45 1.3 REFERENCES 46 A. Reference Standards 47 31 23 23 - 3 BORROW Page 3 of 6 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 1. Reference standards cited in this Specification refer to the current reference 1 standard published at the time of the latest revision date logged at the end of this 2 Specification, unless a date is specifically cited. 3 2. ASTM Standards 4 a. ASTM D2487, Standard Practice for Classification of Soils for Engineering 5 Purposes (Unified Soil Classification System) 6 b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and 7 Plasticity Index of Soils 8 c. ASTM D6913, Standard Test Methods for Particle-Size Distribution 9 (Gradation) of Soils Using Sieve Analysis 10 d. ASTM D698, Standard Test Methods for Laboratory Compaction 11 Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 13 1.5 SUBMITTALS 14 A. Submittals shall be in accordance with Section 01 33 00. 15 B. All submittals shall be approved by the City prior to construction. 16 C. Submit laboratory tests reports for each soil borrow source used to supply general 17 borrow and select fill materials. 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 19 A. Shop Drawings 20 1. Stockpiled Borrow material 21 a. Provide a description of the storage of the delivered Borrow material only if the 22 Contract Documents do not allow storage of materials in the right-of-way of the 23 easement. 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE 27 A. Borrow material shall be tested prior to delivery to the Site. 28 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material 29 from each source. 30 a. All testing listed above shall be performed in terms of ASTM D698, ASTM 31 D6913 and ASTM D4318-10 respectively. 32 1.10 DELIVERY, STORAGE, AND HANDLING 33 A. Delivery 34 1. Coordinate all deliveries and haul-off. 35 B. Storage 36 1. Within Existing Rights-of-Way (ROW) 37 a. Borrow materials may be stored within existing ROW, easements or temporary 38 construction easements, unless specifically disallowed in the Contract 39 Documents. 40 31 23 23 - 4 BORROW Page 4 of 6 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 b. Do not block drainage ways, inlets or driveways. 1 c. Provide erosion control in accordance with Section 31 25 00. 2 d. Store materials only in areas barricaded as provided in the traffic control plans. 3 e. In non-paved areas, do not store material on the root zone of any trees or in 4 landscaped areas. 5 2. Designated Storage Areas 6 a. If the Contract Documents do not allow the storage of Borrow materials within 7 the ROW, easement or temporary construction easement, then secure and 8 maintain an adequate storage location. 9 b. Provide an affidavit that rights have been secured to store the materials on 10 private property. 11 c. Provide erosion control in accordance with Section 31 25 00. 12 d. Do not block drainage ways. 13 e. Only materials used for 1 working day will be allowed to be stored in the work 14 zone. 15 1.11 FIELD CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [NOT USED] 19 2.2 PRODUCT TYPES AND MATERIALS 20 A. Borrow 21 1. Additional soil beneath pavements, roadways, foundations and other structures 22 required to achieve the elevations shown on the Drawings. 23 2. Acceptable Fill Material 24 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 25 ASTM D2487 26 b. Free from deleterious materials, boulders over 6 inches in size and organics 27 c. Can be placed free from voids 28 d. Must have 20 percent passing the number 200 sieve 29 3. Blended Fill Material 30 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 31 b. Blended with in-situ or imported Acceptable Fill material to meet the 32 requirements of an Acceptable Fill Material 33 c. Free from deleterious materials, boulders over 6 inches in size and organics 34 d. Must have 20 percent passing the number 200 sieve 35 4. Select Fill 36 a. Classified as SC or CL in accordance with ASTM D2487 37 b. Liquid limit less than 35 38 c. Plasticity index between 8 and 20 39 5. Cement Stabilized Sand (CSS) 40 a. Sand or silty sand 41 b. Free of clay or plastic material 42 c. Minimum of 4 percent cement content of Type I/II portland cement 43 31 23 23 - 5 BORROW Page 5 of 6 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM 1 D1633, Method A 2 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM 3 D1633, Method A 4 f. Mix in a stationary pug mill, weigh-batch or continuous mixing plant 5 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 6 2.4 ACCESSORIES [NOT USED] 7 2.5 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 A. All Borrow placement shall be performed in accordance to Section 31 24 00. 14 3.5 REPAIR [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL 17 A. Field quality control will be performed in accordance to Section 31 24 00. 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMENTS [NOT USED] 25 END OF SECTION 26 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 – Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 31 23 23 - 6 BORROW Page 6 of 6 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 1 31 24 00 - 1 EMBANKMENTS Page 1 of 9 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 SECTION 31 24 00 1 EMBANKMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Transporting and placement of Acceptable Fill Material within the boundaries of 6 the Site for construction of: 7 a. Roadways 8 b. Embankments 9 c. Drainage Channels 10 d. Site Grading 11 e. Any other operation involving the placement of on-site materials 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 3. Section 31 23 16 – Unclassified Excavation 18 4. Section 31 23 23 – Borrow 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Embankments by Plan Quantity 22 a. Measurement 23 1) Measurement for this Item shall be by the cubic yard in its final position 24 using the average end area method. Limits of measurement are shown on 25 the Drawings. 26 2) When measured by the cubic yard in its final position, this is a plans 27 quantity measurement Item. The quantity to be paid is the quantity shown 28 in the proposal, unless modified by Article 11.04 of the General 29 Conditions. Additional measurements or calculations will be made if 30 adjustments of quantities are required. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under “Measurement” will be paid for at the unit 34 price bid per cubic yard of “Embankment by Plan”. No additional 35 compensation will be allowed for rock or shrinkage/swell factors, as these 36 are the Contractor’s responsibility. 37 c. The price bid shall include: 38 1) Transporting or hauling material 39 2) Placing, compacting, and finishing Embankment 40 3) Construction Water 41 4) Dust Control 42 31 24 00 - 2 EMBANKMENTS Page 2 of 9 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 5) Clean-up 1 6) Proof Rolling 2 7) Disposal of excess materials 3 8) Reworking or replacement of undercut material 4 2. Embankments by Surveyed Quantity 5 a. Measurement 6 1) Measurement for this Item shall be by the cubic yard in its final position 7 calculated using the average end area or composite method. 8 a) The City will perform a reference survey once the Site has been cleared 9 to obtain existing ground conditions. 10 b) The City will perform a final post-construction survey. 11 c) The Contractor will be paid for the cubic yardage of Embankment 12 calculated as the difference between the two surveys. 13 d) Partial payments will be based on estimated plan quantity 14 measurements calculated by the Engineer. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this Item 17 and measured as provided under “Measurement” will be paid for at the unit 18 price bid per cubic yard of “Embankment by Survey”. 19 c. The price bid shall include: 20 1) Transporting or hauling material 21 2) Placing, compacting, and finishing Embankment 22 3) Construction Water 23 4) Dust Control 24 5) Clean-up 25 6) Proof Rolling 26 7) Disposal of excess materials 27 8) Reworking or replacement of undercut material 28 1.3 REFERENCES 29 A. Reference Standards 30 1. Reference standards cited in this specification refer to the current reference standard 31 published at the time of the latest revision date logged at the end of this 32 specification, unless a date is specifically cited. 33 2. ASTM Standards 34 a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, 35 and Plasticity Index of Soils 36 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 37 Wax Method 38 c. ASTM D698-07e1, Standard Test Methods for Laboratory Compaction 39 Characteristics of Soil Using Standard Effort 40 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 41 Characteristics of Soil Using Modified Effort 42 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 43 Weight and Water Content Range for Effective Compaction of Granular Soils 44 Using a Vibrating Hammer 45 f. ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In-Place 46 by the Sand Cone Method 47 31 24 00 - 3 EMBANKMENTS Page 3 of 9 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 1.4 ADMINSTRATIVE REQUIREMENTS 1 A. Sequencing 2 1. Sequence work such that calls of proctors are complete in accordance with ASTM 3 D698 prior to commencement of construction activities. 4 1.5 SUBMITTALS 5 A. Submittals shall be in accordance with Section 01 33 00. 6 B. All submittals shall be approved by the City prior to construction 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 8 A. Shop Drawings 9 1. Stockpiled material 10 a. Provide a description of the storage of the excavated material only if the 11 Contract Documents do not allow storage of materials in the right-of-way or the 12 easement 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING 17 A. Storage 18 1. Within Existing Rights-of-Way (ROW) 19 a. Soil may be stored within existing ROW, easements or temporary construction 20 easements, unless specifically disallowed in the Contract Documents. 21 b. Do not block drainage ways, inlets or driveways. 22 c. Provide erosion control in accordance with Section 31 25 00. 23 d. When the Work is performed in active traffic areas, store materials only in 24 areas barricaded as provided in the traffic control plans. 25 e. In non-paved areas, do not store material on the root zone of any trees or in 26 landscaped areas. 27 2. Designated Storage Areas 28 a. If the Contract Documents do not allow the storage within the ROW, easement 29 or temporary construction easement, then secure and maintain an adequate 30 storage location. 31 b. Provide an affidavit that rights have been secured to store the materials on 32 private property. 33 c. Provide erosion control in accordance with Section 31 25 00. 34 d. Do not block drainage ways. 35 1.11 FIELD CONDITIONS 36 A. Existing Conditions 37 1. Any data which has been or may be provided on subsurface conditions is not 38 intended as a representation or warranty of accuracy or continuity between soils. It 39 is expressly understood that neither the City nor the Engineer will be responsible 40 for interpretations or conclusions drawn there from by the Contractor. 41 31 24 00 - 4 EMBANKMENTS Page 4 of 9 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 2. Data is made available for the convenience of the Contractor. 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Acceptable Fill Material 7 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 8 ASTM D2487 9 b. Free from deleterious materials, boulders over 6 inches in size and organics 10 c. Can be placed free from voids 11 d. Must have 20 percent passing the number 200 sieve 12 2. Blended Fill Material 13 a. In-situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with 14 ASTM D2487 15 b. Blended with in-situ or imported acceptable backfill material to meet the 16 requirements of an Acceptable Backfill Material 17 c. Free from deleterious materials, boulders over 6 inches in size and organics 18 d. Must have 20 percent passing the number 200 sieve 19 3. Unacceptable Fill Material 20 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 21 D2487 22 4. Select Fill 23 a. Classified as SC or CL in accordance with ASTM D2487 24 b. Liquid limit less than 35 25 c. Plasticity index between 8 and 20 26 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 27 2.4 ACCESSORIES [NOT USED] 28 2.5 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION [NOT USED] 32 3.3 PREPARATION 33 A. Protection of In-Place Conditions 34 1. Pavement 35 a. Conduct activities in such a way that does not damage existing pavement that is 36 designated to remain. 37 31 24 00 - 5 EMBANKMENTS Page 5 of 9 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 b. Repair or replace any pavement damaged due to the negligence of the 1 contractor outside the limits designated for pavement removal at no additional 2 cost 3 2. Trees 4 a. When operating outside of existing ROW, stake permanent and temporary 5 construction easements. 6 b. Restrict all construction activities to the designated easements and ROW. 7 c. Flag and protect all trees designated to remain in accordance with Section 31 10 8 00. 9 d. Conduct embankments in a manner such that there is no damage to the tree 10 canopy. 11 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 12 specifically allowed by the City. 13 1) Pruning or trimming may only be accomplished with equipment 14 specifically designed for tree pruning or trimming. 15 3. Above ground Structures 16 a. Protect all above ground structures adjacent to the construction. 17 4. Traffic 18 a. Maintain existing traffic, except as modified by the traffic control plan, and in 19 accordance with Section 34 71 13. 20 b. Do not block access to driveways or alleys for extended periods of time unless: 21 1) Alternative access has been provided 22 2) Proper notification has been provided to the property owner or resident 23 3) It is specifically allowed in the traffic control plan 24 3.4 INSTALLATION 25 A. Embankments General 26 1. Placing and Compacting Embankment Material 27 a. Perform fill operation in an orderly and systematic manner using equipment in 28 proper sequence to meet the compaction requirements 29 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 30 6 inches, unless otherwise shown on the Drawings 31 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other 32 deleterious materials 33 d. Bench slopes before placing material. 34 e. Begin filling in the lowest section or the toe of the work area 35 f. When fill is placed directly or upon older fill, remove debris and any loose 36 material and proof roll existing surface. 37 g. After spreading the loose lifts to the required thickness and adjusting its 38 moisture content as necessary, simultaneously recompact scarified material 39 with the placed embankment material. 40 h. Roll with sufficient number passes to achieve the minimum required 41 compaction. 42 i. Provide water sprinkled as necessary to achieve required moisture levels for 43 specified compaction 44 j. Do not add additional lifts until the entire previous lift is properly compacted. 45 2. Surface Water Control 46 a. Grade surface horizontally but provide with sufficient longitudinal and 47 transverse slope to allow for runoff of surface water from every point. 48 31 24 00 - 6 EMBANKMENTS Page 6 of 9 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 1 created. 2 c. Install temporary dewatering sumps in low areas during filling where excess 3 amounts of runoff collect. 4 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 5 free from humps and hollows that would prevent proper uniform compaction. 6 e. Do not place fill during or shortly after rain events which prevent proper work 7 placement of the material and compaction 8 f. Prior to resuming compaction operations, remove muddy material off the 9 surface to expose firm and compacted materials 10 B. Embankments for Roads 11 1. Only Acceptable Fill Material will be allowed for roadways 12 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 13 the finished grade of the street 14 3. Construct generally to conform to the cross section of the subgrade section as 15 shown in the Drawings. 16 4. Establish grade and shape to the typical sections shown on the Drawings 17 5. Maintain finished sections of embankment to the grade and compaction 18 requirements until the project is accepted. 19 C. Earth Embankments 20 1. Earth embankment is mainly composed of material other than rock. Construct 21 embankments in successive layers, evenly distributing materials in lengths suited 22 for sprinkling and rolling. 23 2. Rock or Concrete 24 a. Obtain approval from the City prior to incorporating rock and broken concrete 25 produced by the construction project in the lower layers of the embankment. 26 b. No Rock or Concrete will be permitted in embankments in any location where 27 future utilities are anticipated. 28 c. When the size of approved rock or broken concrete exceeds the layer thickness 29 place the rock and concrete outside the limits of the proposed structure or 30 pavement. Cut and remove all exposed reinforcing steel from the broken 31 concrete. 32 3. Move the material dumped in piles or windrows by blading or by similar methods 33 and incorporate it into uniform layers. 34 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 35 ensure there are no abrupt changes in the material. 36 5. Break down clods or lumps of material and mix embankment until a uniform 37 material is attained. 38 D. Rock Embankments 39 1. Rock embankment is mainly composed of rock. 40 2. Rock Embankments for roadways are only allowed when specifically designated on 41 the Drawings. 42 3. Construct rock embankments in successive layers for the full width of the roadway 43 cross-section with a depth of 18-inches or less. 44 31 24 00 - 7 EMBANKMENTS Page 7 of 9 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 1 case. Fill voids created by the large stone matrix with smaller stones during the 2 placement and filling operations. 3 5. Ensure the depth of the embankment layer is greater than the maximum dimension 4 of any rock. 5 6. Do not place rock greater than 18-inches in its maximum dimension. 6 7. Construct the final layer with graded material so that the density and uniformity is 7 in accordance compaction requirements. 8 8. The upper or final layer of rock embankments shall contain no material larger than 9 4 inches in their maximum dimension. 10 E. Density 11 1. Compact each layer until the maximum dry density as determined by ASTM D698 12 is achieved. 13 a. Not Under Roadway or Structure: 14 1) areas to be compacted in the open, not beneath any structure, pavement, 15 flatwork, or is a minimum of 1foot outside of the edge of any structure, 16 edge of pavement, or back of curb. 17 a) Compact each layer to a minimum of 90 percent Standard Proctor 18 Density. 19 b. Embankments under future paving: 20 1) Compact each layer to a minimum of 95 percent standard proctor density 21 with a moisture content not to exceed +4 percent or -2 percent of optimum 22 moisture or as indicated on the Drawings 23 c. Embankments under structures: 24 1) Compacted each layer as indicated on the Drawings 25 F. Maintenance of Moisture and Reworking 26 1. Maintain the density and moisture content once all requirements are met. 27 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 28 percentage points below optimum. 29 3. Rework the material to obtain the specified compaction when the material loses the 30 required stability, density, moisture, or finish. 31 4. Alter the compaction methods and procedures on subsequent work to obtain 32 specified density as directed by the City. 33 3.5 REPAIR [NOT USED] 34 3.6 RE-INSTALLATION [NOT USED] 35 3.7 FIELD QUAILITY CONTROL 36 A. Field Tests and Inspections 37 1. Proctors 38 a. The City will perform Proctors in accordance with ASTM D698. 39 b. Test results will generally be available to within 4 calendar days and distributed 40 to: 41 1) Contractor 42 2) City Project Manager 43 3) City Inspector 44 31 24 00 - 8 EMBANKMENTS Page 8 of 9 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 4) Engineer 1 c. Notify the City if the characteristic of the soil changes. 2 d. City will perform new proctors for varying soils: 3 1) When indicated in the geotechnical investigation in the Appendix 4 2) If notified by the Contractor 5 3) At the convenience of the City 6 e. Embankments where different soil types are present and are blended, the 7 proctors shall be based on the mixture of those soils. 8 2. Proof Rolling 9 a. Embankments under Future Pavement 10 1) City Project Representative must be on-site during proof rolling operations. 11 2) Use equipment that will apply sufficient load to identify soft spots that rut 12 or pump. 13 a) Acceptable equipment includes fully loaded single-axle water truck 14 with a 1500 gallon capacity. 15 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 16 4) Offset each trip by at most 1 tire width. 17 5) If an unstable or non-uniform area is found, correct the area. 18 6) Correct 19 a) Soft spots that rut or pump greater than 3/4 inch. 20 b) Areas that are unstable or non-uniform 21 7) If a non-uniform area is found then correct the area. 22 b. Embankments Not Under Future Paving 23 1) No Proof Rolling is required. 24 3. Density Testing of Embankments 25 a. Density Test shall be in conformance with ASTM D2922. 26 b. For Embankments under future pavement: 27 1) The City will perform density testing twice per working day when 28 compaction operations are being conducted. 29 2) The testing lab shall take a minimum of 3 density tests, but the number of 30 test shall be appropriate for the area being compacted. 31 3) Testing shall be representative of the current lift being compacted. 32 4) Special attention should be placed on edge conditions. 33 c. For Embankments not under future pavement or structures: 34 1) The City will perform density testing once working day when compaction 35 operations are being conducted. 36 2) The testing lab shall take a minimum of 3 density tests. 37 3) Testing shall be representative of the current lift being compacted. 38 d. Make the area where the embankment is being placed available for testing. 39 e. The City will determine the location of the test. 40 f. The City testing lab will provide results to Contractor and the City’s Inspector 41 upon completion of the testing. 42 g. A formal report will be posted to the City’s Buzzsaw site within 48 hours. 43 h. Test reports shall include: 44 1) Location of test by station number 45 2) Time and date of test 46 3) Depth of testing 47 4) Field moisture 48 5) Dry density 49 31 24 00 - 9 EMBANKMENTS Page 9 of 9 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised January 28, 2013 6) Proctor identifier 1 7) Percent Proctor Density 2 B. Non-Conforming Work 3 1. All non-conforming work shall be removed and replaced. 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 – Added possible measurement and payment procedures and Blue text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1/28/13 D. Johnson 1.2 – Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 14 31 25 00 - 1 EROSION AND SEDIMENT CONTROL Page 1 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 31 25 00 EROSION AND SEDIMENT CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Implementation of the project’s Storm Water Pollution Prevention Plan (SWPPP) and installation, maintenance and removal of erosion and sediment control devices B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Storm Water Pollution Prevention Plan <1 acre a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being bid and no other compensation will be allowed. 2. Storm Water Pollution Prevention Plan ≥ 1 acre a. Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for “SWPPP ≥ 1 acre”. c. The price bid shall include: 1) Preparation of SWPPP 2) Implementation 3) Permitting fees 4) Installation 5) Maintenance 6) Removal 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standard: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 lump sum and subsidiary to the various Items bid. 31 25 00 - 2 EROSION AND SEDIMENT CONTROL Page 2 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile Fabrics—Diaphragm Bursting Strength Tester Method b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile d. ASTM D4833, Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. TXR150000 4. TxDOT Departmental Material Specifications (DMS) a. DMS-6230 “Temporary Sediment Control Fence Fabric” 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Storm Water Pollution Prevention Plan (SWPPP) B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit C. Construction Site Notice D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit E. Notice of Change (if applicable) 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Rock Filter Dams 1. Aggregate a. Furnish aggregate with hardness, durability, cleanliness and resistance to crumbling, flaking and eroding acceptable to the Engineer. b. Provide the following: 1) Types 1, 2 and 4 Rock Filter Dams Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 25 00 - 3 EROSION AND SEDIMENT CONTROL Page 3 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a) Use 3 to 6 inch aggregate. 2) Type 3 Rock Filter Dams a) Use 4 to 8 inch aggregate. 2. Wire a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams b. Type 4 dams require: 1) Double-twisted, hexagonal weave with a nominal mesh opening of 2½ inches x 3 ¼ inches 2) Minimum 0.0866 inch steel wire for netting 3) Minimum 0.1063 inch steel wire for selvages and corners 4) Minimum 0.0866 inch for binding or tie wire B. Geotextile Fabric 1. Place the aggregate over geotextile fabric meeting the following criteria: a. Tensile Strength of 250 pounds, per ASTM D4632 b. Puncture Strength of 135 pounds, per ASTM D4833 c. Mullen Burst Rate of 420 psi, per ASTM D3786 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 C. Sandbag Material 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may be used to fill the sandbags. D. Stabilized Construction Entrances 1. Provide materials that meet the details shown on the Drawings and this Section. a. Provide crushed aggregate for long and short-term construction exits. b. Furnish aggregates that are clean, hard, durable and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following criteria: 1) Tensile Strength of 300 pounds, per ASTM D4632 2) Puncture Strength of 120 pounds, per ASTM D4833 3) Mullen Burst Rate of 600 psi, per ASTM D3786 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 E. Embankment for Erosion Control 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable embankment to meet the intended use. F. Sandbags 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Table 1 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 25 00 - 4 EROSION AND SEDIMENT CONTROL Page 4 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent G. Temporary Sediment Control Fence 1. Provide a net-reinforced fence using woven geo-textile fabric. 2. Logos visible to the traveling public will not be allowed. a. Fabric 1) Provide fabric materials in accordance with DMS-6230, “Temporary Sediment Control Fence Fabric.” b. Posts 1) Provide essentially straight wood or steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per foot. c. Net Reinforcement 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, unless otherwise shown on the Drawings. d. Staples 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Storm Water Pollution Prevention Plan 1. Develop and implement the project’s Storm Water Pollution Prevention Plan (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 requirements. Prevent water pollution from storm water runoff by using and maintaining appropriate structural and nonstructural BMPs to reduce pollutants discharges to the MS4 from the construction site. B. Control Measures 1. Implement control measures in the area to be disturbed before beginning construction, or as directed. Limit the disturbance to the area shown on the Drawings or as directed. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 25 00 - 5 EROSION AND SEDIMENT CONTROL Page 5 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. Control site waste such as discarded building materials, concrete truck washout water, chemicals, litter and sanitary waste at the construction site. 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 4. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water permit. 5. Upon acceptance of vegetative cover by the City, remove and dispose of all temporary control measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. D. Do not install temporary construction crossings in or across any water body without the prior approval of the appropriate resource agency and the Engineer. E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and provide shelter for stored chemicals. F. Installation and Maintenance 1. Perform work in accordance with the TPDES Construction General Permit TXR150000. 2. When approved, sediments may be disposed of within embankments, or in areas where the material will not contribute to further siltation. 3. Dispose of removed material in accordance with federal, state, and local regulations. 4. Remove devices upon approval or when directed. a. Upon removal, finish-grade and dress the area. b. Stabilize disturbed areas in accordance with the permit, and as shown on the Drawings or directed. 5. The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. G. Rock Filter Dams for Erosion Control 1. Remove trees, brush, stumps and other objectionable material that may interfere with the construction of rock filter dams. 2. Place sandbags as a foundation when required or at the Contractor’s option. 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings, or as directed. 5. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 25 00 - 6 EROSION AND SEDIMENT CONTROL Page 6 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 6. Construct filter dams according to the following criteria, unless otherwise shown on the Drawings: a. Type 1 (Non-reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 b. Type 2 (Reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 c. Type 3 (Reinforced) 1) Height - At least 36 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 d. Type 4 (Sack Gabions) 1) Unfold sack gabions and smooth out kinks and bends. 2) For vertical filling, connect the sides by lacing in a single loop–double loop pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until tight, wrap around the end, and twist 4 times. At the filling end, fill with stone, pull the rod tight, cut the wire with approximately 6 inches remaining, and twist wires 4 times. 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and connect sides and secure ends as described above. 4) Lift and place without damaging the gabion. 5) Shape sack gabions to existing contours. e. Type 5 1) Provide rock filter dams as shown on the Drawings. H. Construction Entrances 1. When tracking conditions exist, prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction entrances. 2. Place the exit over a foundation course, if necessary. a. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the Drawings or as directed. 3. At drive approaches, make sure the construction entrance is the full width of the drive and meets the length shown on the Drawings. a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all other points of ingress or egress or as directed by the Engineer. I. Earthwork for Erosion Control 1. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 25 00 - 7 EROSION AND SEDIMENT CONTROL Page 7 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. J. Sandbags for Erosion Control 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5. Place a single layer of sandbags downstream as a secondary debris trap. 6. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. K. Temporary Sediment-Control Fence 1. Provide temporary sediment-control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion-control measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings, as specified in this Section, or as directed. a. Post Installation 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. b. Fabric Anchoring 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of fabric. 2) Provide a minimum trench cross-section of 6 x 6 inches 3) Place the fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream direction. 4) Backfill the trench, then hand-tamp. c. Fabric and Net Reinforcement Attachment 1) Unless otherwise shown under the Drawings, attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced. 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 inches or less. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 25 00 - 8 EROSION AND SEDIMENT CONTROL Page 8 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 d. Fabric and Net Splices 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at least 6 places equally spaced, unless otherwise shown under the Drawings. a) Do not locate splices in concentrated flow areas. 2) Requirements for installation of used temporary sediment-control fence include the following: a) Fabric with minimal or no visible signs of biodegradation (weak fibers) b) Fabric without excessive patching (more than 1 patch every 15 to 20 feet) c) Posts without bends d) Backing without holes 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Waste Management 1. Remove sediment, debris and litter as needed. 3.11 CLOSEOUT ACTIVITIES A. Erosion control measures remain in place and are maintained until all soil disturbing activities at the project site have been completed. B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, on areas not covered by permanent structures, or in areas where permanent erosion control measures (i.e. riprap, gabions, or geotextiles) have been employed. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. B. If a device ceases to function as intended, repair or replace the device or portions thereof as necessary. C. Perform inspections of the construction site as prescribed in the Construction General Permit TXR150000. D. Records of inspections and modifications based on the results of inspections must be maintained and available in accordance with the permit. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 25 00 - 9 EROSION AND SEDIMENT CONTROL Page 9 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 37 00 - 1 RIPRAP Page 1 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 31 37 00 RIPRAP PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing and installing concrete, stone, cement-stabilized, or special riprap. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 03 30 00 – Cast-In -Place Concrete 4. Section 31 25 00 – Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the face square yard to the depth specified of material complete in place. Volume will be computed on the basis of the measured area and type, verified by field measurements. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per square yard of “Riprap” installed for: 1) Various types 2) Various thicknesses 3) Various void-filling techniques 3. The price bid shall include: a. Furnishing, hauling, and placing riprap b. Filter fabric c. Expansion joint material d. Concrete and reinforcing steel e. Excavation of toe wall trenches, as applicable f. Excavation below natural ground or bottom of excavated channel, as applicable g. Shaping of slopes, as applicable h. Bedding i. Grout and mortar j. Scales k. Test weights l. Clean-up 1.3 REFERENCES A. Reference Standards Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 37 00 - 2 RIPRAP Page 2 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards a. ASTM C136-06, Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates b. ASTM D7370-09, Standard Test Method for Determination of Relative Density and Absorption of Fine, Coarse, and Blended Aggregate Using Combined Vacuum Saturation and Rapid Submersion c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of Geotextiles f. ASTM D751-06, Standard Test Methods for Coated Fabrics g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening Size of a Geotextile h. ASTM D4491-99a, Standard Test Methods for Water Permeability of Geotextiles by Permittivity 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Concrete Riprap 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to Section 03 30 00, unless otherwise shown on the Drawings. B. Stone Riprap 1. Unless otherwise shown on the Drawings, use durable natural stone with a minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 cycles of sodium sulfate solution. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 37 00 - 3 RIPRAP Page 3 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. For all types of stone riprap perform a size verification test on the first 5,000 square yards of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be as specified below. Additional tests may be required. Do not place additional riprap until the initial 5,000 square yards of riprap has been approved. 3. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 parts sand and mixed with water until it achieves a consistency that will flow into and completely fill all voids. 4. Provide filter fabric in accordance with Section 31 25 00. For slab riprap, provide the filter fabric type shown on the Drawings a. Large 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of the stones heavier than 100 pounds b. Medium 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of the stones heavier than 100 pounds Use stones with at least 1 broad flat surface. c. Block 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the Drawings or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. d. Slab 1) Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be a least 1/3 of the length. When shown on the Drawings or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. 2) Provide bedding stone that in-place meets the gradation requirements shown in Table 2 or as otherwise shown on the Drawings. Table 1 Riprap Gradation Requirements Thickness Maximum Size (lb.) 90 percent Size1 (lb.) 50& Size1 (lb.) 8 percent Size, Minimum (lb.) 12 in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18in. 530 290-475 105-220 22 21in. 800 460-720 175-300 25 24in. 1,000 550-850 200-325 30 30in. 2,600 1,150-2.50 400-900 40 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 37 00 - 4 RIPRAP Page 4 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 Table 2 Bedding Stone Gradation Sieve Size (Square Mesh) Percent by Weight Passing 3 inches 100 1-1/2 inches 50-80 3/4 inches 20-60 No. 4 0-15 No. 10 0-5 C. Special Riprap 1. Furnish materials for special riprap according to the Drawings. 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2.4 ACCESSORIES [NOT USED] 2.5 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Dress slopes and protected areas to the line and grade shown on the Drawings before the placement of riprap. Place riprap and toe walls according to details and dimensions shown on the Drawings or as directed by the Engineer. B. Concrete Riprap 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at all splices. At the edge of the riprap, provide a minimum horizontal cover of 1 inch and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is placed. All surfaces must be moist when concrete is placed. 3. Compact each layer to a minimum of 95 percent standard proctor density with a moisture content not to exceed +4 percent or -2 percent of optimum moisture or as indicated on the Drawings. 4. After placing the concrete, compact and shape it to conform to the dimensions shown on Drawings. After it has set sufficiently to avoid slumping, finish the surface with a wood float to secure a smooth surface or broom finish as approved. 5. Immediately after the finishing operation, cure the riprap according to Section 03 30 00. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 37 00 - 5 RIPRAP Page 5 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 C. Stone Riprap 1. Provide the following types of stone riprap when shown on the Drawings. a. Dry Riprap 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. b. Grouted Riprap 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids grouted after all the stones are in place. c. Mortared Riprap 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is placed. 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in stone riprap, and place to a tight fit. 3. Do not place mortar or grout when the air temperature is below 35 degrees Fahrenheit. 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise approved, place filter fabric with the length running up and down the slope. Ensure fabric has a minimum overlap of 2 feet. 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing may be used when approved. 6. Large a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place stones in a single layer with close joints so that most of their weight is carried by the earth and not by the adjacent stones. b. Place the upright axis of the stones at an angle of approximately 90 degrees to the embankment slope. c. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. d. Fill open joints between stones with spalls. e. Place stones to create a uniform finished top surface. Do not exceed a 6-inch variation between the tops of adjacent stones. Replace, embed deeper, or chip away stones that project more than the allowable amount above the finished surface. f. When the Drawings require Large stone riprap to be grouted, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet the stones, fill the spaces between the stones with grout, and pack. Sweep the surface of the riprap with a stiff broom after grouting. 7. Medium a. Dry Placement 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared horizontal earth bed, and overlap the underlying course to secure a lapped surface. 2) Place the large stones first, roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. 3) Place stone to drain water down the face of the slope. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 37 00 - 6 RIPRAP Page 6 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b. Grouting 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat- surfaced stones to produce an even surface with minimal voids. 2) Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope. 3) Fill spaces between the larger stones with stones of suitable size, leaving the surface smooth, tight, and conforming to the contour required. 4) Place the stones to create a plane surface with a maximum variation of 6 inches in 10 feet from true plane. Provide the same degree of accuracy for warped and curved surfaces. 5) Prevent earth, sand or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet them, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. c. Mortaring 1) Construct riprap as shown in Figure 2. Lap courses as described for dry placement. Before placing mortar, wet the stones thoroughly. 2) As the larger stones are placed, bed them in fresh mortar and shove adjacent stones into contact with one another. 3) After completing the work, spread all excess mortar forced out during placement of the stones uniformly over them to fill all voids completely. Point up all joints roughly either with flush joints or with shallow, smooth- raked joints as directed. D. Block 1. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base course. Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course. 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure the finished surface presents an even, tight surface, true to the line and grades of the typical sections. 3. When the Drawings require grouting Block stone riprap, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, wet them thoroughly, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. E. Slab 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the limits shown on the Drawings. Place stone for riprap on the bedding material to produce a reasonably well-graded mass of riprap with the minimum practicable percentage of voids. 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the field. A tolerance of +6 inches and -0 inch from the slope line and grades shown on the Drawings is allowed in the finished surface of the riprap. 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding material. Ensure that the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 37 00 - 7 RIPRAP Page 7 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 4. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. 5. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. 6. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well-graded distribution of stone sizes. F. Special Riprap 1. Construct special riprap according to the Drawings. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS Figure 1 - Large stone riprap, dry or grouted. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 37 00 - 8 RIPRAP Page 8 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 Figure 2 - Medium stone riprap, dry or grouted. Figure 3 - Medium stone riprap, mortared. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 37 00 - 9 RIPRAP Page 9 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 Figure 4 – Block stone riprap, dry or grouted. Figure 5 – Slab stone riprap END OF SECTION Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 31 37 00 - 10 RIPRAP Page 10 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.4.B. – defined compaction requirements beneath concrete rip rap Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 01 29 - 1 CONCRETE PAVING REPAIR Page 1 of 5 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] CPN-102575 Revised December 20, 2012 SECTION 32 01 29 1 CONCRETE PAVING REPAIR 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section includes: 5 1. Concrete pavement repair to include, but not limited to: 6 a. Utility cuts (water, sanitary sewer, drainage, etc.) 7 b. Warranty work 8 c. Repairs of damage caused by Contractor 9 d. Any other concrete pavement repair needed during the course of construction 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 14 2. Division 1 - General Requirements 15 3. Section 32 01 18 - Temporary Asphalt Paving Repair 16 4. Section 32 12 16 - Asphalt Paving 17 5. Section 32 13 13 - Concrete Paving 18 6. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Concrete Pavement Repair 22 a. Measurement 23 1) Measurement for this Item shall be by the square yard of Concrete 24 Pavement Repair for various: 25 32 01 29 - 2 CONCRETE PAVING REPAIR Page 2 of 5 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] CPN-102575 Revised December 20, 2012 a) Street types 1 2) Limits of repair will be based on the time of service of the existing 2 pavement. The age of the pavement will need to be determined by the 3 Engineer through coordination with the City. For pavement ages: 4 a) 10 years or less: repair entire panel 5 b) Greater than 10 years: repair to limits per Drawings 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 and measured as provided under “Measurement” shall be paid for at the 9 unit price bid per square yard of Concrete Pavement Repair 10 c. The price bid shall include: 11 1) Shaping and fine grading the placement area 12 2) Furnishing and applying all water required 13 3) Furnishing, loading and unloading, storing, hauling and handling all 14 concrete 15 4) Furnishing, loading and unloading, storing, hauling and handling all base 16 material 17 5) Mixing, placing, finishing and curing all concrete 18 6) Furnishing and installing reinforcing steel 19 7) Furnishing all materials and placing longitudinal, warping, expansion and 20 contraction joints, including all steel dowels, dowel caps and load 21 transmission units required, wire and devices for placing, holding and 22 supporting the steel bar, load transmission units, and joint filler in the 23 proper position; for coating steel bars where required by the Drawings 24 8) Sealing joints 25 9) Monolithically poured curb 26 10) Cleanup 27 1.3 REFERENCES [NOT USED] 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Permitting 30 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 31 and Public Works Department in conformance with current ordinances. 32 32 01 29 - 3 CONCRETE PAVING REPAIR Page 3 of 5 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] CPN-102575 Revised December 20, 2012 2. Transportation and Public Works Department will inspect paving repair after 1 construction. 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD CONDITIONS 10 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Embedment and Backfill: see Section 33 05 10. 16 B. Base material: Concrete base: see Section 32 13 13. 17 C. Concrete: see Section 32 13 13. 18 1. Concrete paving: Class H or Class HES. 19 2. Replace concrete to the specified thickness. 20 2.3 ACCESSORIES [NOT USED] 21 2.4 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3 - EXECUTION 23 3.1 INSTALLERS [NOT USED] 24 32 01 29 - 4 CONCRETE PAVING REPAIR Page 4 of 5 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] CPN-102575 Revised December 20, 2012 3.2 EXAMINATION [NOT USED] 1 3.3 PREPARATION 2 A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge 3 of one repair to the edge of a second repair. 4 B. If the cut is to be covered, use steel plates of sufficient strength and thickness to support 5 traffic. 6 1. Construct a transition of hot-mix or cold-mix asphalt from the top of the steel plate 7 to the existing pavement to create a smooth riding surface. 8 a. Hot-mix or cold-mix asphalt: conform to the requirements of Section 32 12 16. 9 C. Surface Preparation: mark pavement cut repairs for approval by the City. 10 3.4 INSTALLATION 11 A. Sawing 12 1. General 13 a. Saw cut perpendicular to the surface to full pavement depth. 14 b. Saw cut the edges of pavement and appurtenances damaged subsequent to 15 sawing to remove damaged areas. 16 c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 17 2. Sawing equipment 18 a. Power-driven 19 b. Manufactured for the purpose of sawing pavement 20 c. In good operating condition 21 d. Shall not spall or facture concrete adjacent to the repair area 22 3. Repairs: In true and straight lines to dimensions shown on the Drawings 23 4. Utility Cuts 24 a. In a true and straight line on both sides of the trench 25 b. Minimum of 12 inches outside the trench walls 26 5. Prevent dust and residues from sawing from entering the atmosphere or drainage 27 facilities. 28 32 01 29 - 5 CONCRETE PAVING REPAIR Page 5 of 5 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] CPN-102575 Revised December 20, 2012 B. Removal 1 1. Use care in removing concrete to be repaired to prevent spalling or fracturing 2 concrete adjacent to the repair area. 3 C. Base: as specified in Drawings 4 D. Concrete Paving 5 1. Concrete placement: in accordance with Section 32 13 13. 6 2. Reinforce concrete replacement: as specified in Drawings 7 3.5 REPAIR/RESTORATION [NOT USED] 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 FIELD QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A – Modified Items to be included in price bid; Added blue text for clarification of repair width on utility trench repair 2.2.C.1 – Changed to Class P to Class H 19 32 11 23 - 1 FLEXIBLE BASE COURSES Page 1 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 32 11 23 FLEXIBLE BASE COURSES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Foundation course for surface course or for other base course composed of flexible base constructed in one or more courses in conformity with the typical section. B. Deviations from this City of Fort Worth Standard Specification 1. None C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by the square yard of Flexible Base Course for various: 1) Depths 2) Types 3) Gradations 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per square yard of Flexible Base Course. 3. The price bid shall include: a. Preparation and correction of subgrade b. Furnishing of material c. Hauling d. Blading e. Sprinkling f. Compacting 1.3 REFERENCES A. Definitions 1. RAP – Recycled Asphalt Pavement. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 23 - 2 FLEXIBLE BASE COURSES Page 2 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 3. Texas Department of Transportation (TXDOT): a. Tex-104-E, Determining Liquid Limits of Soils b. Tex-106-E, Calculating the Plasticity Index of Soils c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils d. Tex-110-E, Particle Size Analysis of Soils e. Tex-116-E, Ball Mill Method for Determining the Disintegration of Flexible Base Material f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION 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] 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Obtain materials from approved sources. 3. Notify City of changes to material sources. 4. The City may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. B. Aggregate 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to the requirements of Table 1. 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the Drawings. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 23 - 3 FLEXIBLE BASE COURSES Page 3 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 Table 1 Material Requirements Property Test Method Grade 1 Grade 2 Master gradation sieve size (% retained) Tex-110-E 2-1/2 in. – 0 1-3/4 in. 0 0–10 7/8 in. 10–35 – 3/8 in. 30–50 – No. 4 45–65 45–75 No. 40 70–85 60–85 Liquid limit, % max.1 Tex-104-E 35 40 PlastiCity index, max.1 Tex-106-E 10 12 Wet ball mill, % max.2 Tex-116-E 40 45 Wet ball mill, % max. increase passing the No. 40 sieve 20 20 Classification3 Tex-117-E 1.0 1.1–2.3 Min. compressive strength3, psi lateral pressure 0 psi 45 35 lateral pressure 15 psi 175 175 1. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the Drawings, test material in accordance with Tex-411-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the Drawings. 4. Material Tolerances a. The City may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. b. When target grading is required by the Drawings, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. c. The City may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 5. Material Types a. Do not use fillers or binders unless approved. b. Furnish the type specified on the Drawings in accordance with the following: 1) Type A a) Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. b) Do not use gravel or multiple sources. 2) Type B a) Only for use as base material for temporary pavement repairs. b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 3) Type D a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 23 - 4 FLEXIBLE BASE COURSES Page 4 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table 1 for the grade specified. (2) Recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance with TEX-413-A. C. Water 1. Furnish water free of industrial wastes and other objectionable matter. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Shape the subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. 2. When new base is required to be mixed with existing base: a. Deliver, place, and spread the new flexible base in the required amount. b. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. B. Subgrade Compaction 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the following: a. Proof Rolling 1) City Project Representative must be on-site during proof rolling operations. 2) Use equipment that will apply sufficient load to identify soft spots that rut or pump. a) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 4) Offset each trip by at most 1 tire width. 5) If an unstable or non-uniform area is found, correct the area. b. Correct 1) Soft spots that rut or pump greater than 3/4 inch 2) Areas that are unstable or non-uniform 2. Installation of base material cannot proceed until compacted subgrade approved by the City. 3.4 INSTALLATION A. General Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 23 - 5 FLEXIBLE BASE COURSES Page 5 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. 2. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the Drawings or as directed. 3. Haul approved flexible base in clean, covered trucks. B. Equipment 1. General a. Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing 1. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2. Place material such that it is mixed to minimize segregation. 3. Construct layers to the thickness shown on the Drawings, while maintaining the shape of the course. 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more courses of equal thickness. 5. Minimum lift depth: 3 inches 6. Control dust by sprinkling. 7. Correct or replace segregated areas as directed. 8. Place successive base courses and finish courses using the same construction methods required for the first course. D. Compaction 1. General a. Compact using density control unless otherwise shown on the Drawings. b. Multiple lifts are permitted when shown on the Drawings or approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the material to the extent necessary to provide not less than the required density. d. Compact the full depth of the subbase or base to the extent necessary to remain firm and stable under construction equipment. 2. Rolling Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 23 - 6 FLEXIBLE BASE COURSES Page 6 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 mph as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. f. Continue work until specification requirements are met. g. Proof roll the compacted flexible base in accordance with the following: 1) Proof Rolling a) City Project Representative must be on-site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non-uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non-uniform. 3. Tolerances a. Maintain the shape of the course by blading. b. Completed surface shall be smooth and in conformity with the typical sections shown on the Drawings to the established lines and grades. c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 inch in cross section in length greater than 16 feet measured longitudinally by loosening, adding or removing material. Reshape and recompact by sprinkling and rolling. d. Correct all fractures, settlement or segregation immediately by scarifying the areas affected, adding suitable material as required. Reshape and recompact by sprinkling and rolling. e. Should the subbase or base course, due to any reason, lose the required stability, density and finish before the surfacing is complete, it shall be recompacted at the sole expense of the Contractor. 4. Density Control a. Minimum Density: 95 percent compaction as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 of optimum. E. Finishing 1. After completing compaction, clip, skin, or tight-blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of it at an approved location. 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic tire roller until a smooth surface is attained. 4. Add small increments of water as needed during rolling. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 23 - 7 FLEXIBLE BASE COURSES Page 7 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the Drawings or as directed. 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire width of the cross-section. 7. Correct by loosening, adding, or removing material. 8. Reshape and recompact in accordance with 3.4.C. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City to measure density of flexible base course. a. Notify City Project Representative when flexible base ready for density testing. b. Spacing directed by City (1 per block minimum). c. City Project Representative determines location of density testing. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 29 - 1 LIME TREATED BASE COURSES Page 1 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 32 11 29 LIME TREATED BASE COURSES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Treating subgrade, subbase and base courses by the pulverization, addition of lime, mixing and compacting the mix material to the required density. 2. Item applies to the natural ground, embankment, existing pavement; base or subbase courses placed and shall conform to the typical section, lines and grades shown on the Drawings. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 31 23 23 - Borrow 4. Section 32 11 23 - Flexible Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrated Lime a. Measurement 1) Measurement for this Item shall be by the ton (dry weight) of Hydrated Lime used to prepare slurry at the job site. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per ton of Hydrated Lime. c. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 2. Commercial Lime Slurry a. Measurement 1) Measurement for this Item shall be by the ton (dry weight) as calculated from the minimum percent dry solids content of the slurry multiplied by the weight of the slurry in tons delivered. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per ton of Commercial Lime Slurry. c. The price bid shall include: 1) Furnishing the material Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 29 - 2 LIME TREATED BASE COURSES Page 2 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2) All freight involved 3) All unloading, storing, and handling 3. Quicklime a. Measurement 1) Measurement for this Item shall be by the ton (dry weight) of Quicklime. Measurement for Quicklime in slurry form shall be measured by the ton (dry weight) of the Quicklime used to prepare the slurry. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per ton of Quicklime. c. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 4. Lime Treatment a. Measurement 1) Measurement for this Item shall be by the square yard of surface area as established by the widths shown on the Drawings and the lengths measured at placement. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per square yard of Lime Treatment applied for: a) Various depths c. The price bid shall include: 1) Preparing the roadbed 2) Loosening, pulverizing application of lime, water content in the slurry mixture and the mixing water 3) Mixing, shaping, sprinkling, compacting, finishing, curing and maintaining 4) Performing all manipulations required 1.3 REFERENCES A. Definitions 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water delivered to a project in slurry form. 3. Quicklime: dry material consisting of calcium oxide furnished in either of two grades: a. Grade DS – grade of “pebble” quicklime suitable for use in the preparation of slurry for wet placing. b. Grade S – finely graded quicklime for use only in the preparation of slurry for wet placing. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 29 - 3 LIME TREATED BASE COURSES Page 3 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) b. D6938, Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth) 3. Texas Department of Transportation (TXDOT): a. Tex-101-E, Preparing Soil and Flexible Base Materials for Testing b. Tex-140-E, Measuring Thickness of Pavement Layer c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and Commercial Lime Slurry 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND STORAGE A. Truck Delivered Lime 1. Each truck ticket shall bear the weight of lime measured on certified scales. 2. Submit delivery tickets, certified by supplier, that include weight with each bulk delivery of lime to the site. 1.11 SITE CONDITIONS A. Start lime application only when the air temperature is at least 35°F and rising or is at least 40°F. Measure temperature in the shade and away from artificial heat. B. Suspend application when the City determines that weather conditions are unsuitable. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Notify the City of the proposed material sources and of changes to material sources. 3. Obtain verification from the City that the specification requirements are met before using the sources. 4. The City may sample and test project materials at any time before compaction. B. Lime 1. Hydrated Lime a. pumpable suspension of solids in water Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 29 - 4 LIME TREATED BASE COURSES Page 4 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b. solids portion of the mixture when considered as a basis of “solids content,” shall consist of principally hydrated lime of a quality and fineness sufficient to meet the chemical and physical requirements. 2. Dry Lime: Do not use unless approved by City. 3. Quicklime a. Use quicklime only when specified by the City. b. dry material consisting of essentially calcium oxide. c. Furnished in either of two grades: 1) Grade DS 2) Grade S 4. Furnish lime that meets the following requirements a. Chemical Requirements Table 2 Lime Chemical Requirements Hydrated Lime Commercial Lime Slurry Quicklime Total “active” lime content, percent by weight 90.0 Min 87.0 Min Unhydrated lime content, percent by weight CaO 5.0 Max 87.0 Min “Free Water” content, percent by weight water 5.0 Max b. Physical Requirements Table 3 Lime Physical Requirements Hydrated Lime Commercial Lime Slurry Quicklime Wet Sieve Requirement, As percentage by Weight Residue: Retained on No. 6 sieve 0.2 Max 0.2 Max 8.0 Max1 Retained on No. 30 sieve 4.0 Max 4.0 Max Dry Sieve Requirement, As percentage by Weight Residue: Retained on a 1-in sieve 0.0 Retained on a 3/4 –in sieve 10.0 Max Retained on a No. 100 sieve Grade Ds – 80 Min Grade S – no limits Retained on a No. 6 sieve 0.2 Max 0.2 Max 8.0 Max1 1 The amount total ”active” lime content, as CaO, in the material retained on the No. 6 sieve must not exceed 2.0% by weight of the original quicklime. c. Slurry Grades Table 4 Lime Slurry Grades Minimum Dry Solids Contents by Percentage of the Slurry Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 29 - 5 LIME TREATED BASE COURSES Page 5 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 Grade 1 31 Grade 2 35 Grade 3 46 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 11 23, for the type and grade shown on the Drawings, before the addition of lime. D. Water: Furnish water free of industrial wastes and other objectionable material. E. Borrow: See Section 31 23 23. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Shape the subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. 3.4 INSTALLATION A. General 1. Produce a completed course of treated material containing: a. uniform lime mixture, free from loose or segregated areas. b. uniform density and moisture content. c. well bound for full depth. d. with smooth surface and suitable for placing subsequent courses. 2. Maximum layer depth of lime treatment in single layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact and finish in equal layers not exceeding 5 inches deep. B. Equipment 1. General: Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 29 - 6 LIME TREATED BASE COURSES Page 6 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3. Storage Facility a. Store quicklime and dry hydrated lime in closed, weatherproof containers. 4. Slurry Equipment a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or quicklime on the project or other approved location. b. The City may approve other slurrying methods. c. Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. 5. Pulverization Equipment a. Provide pulverization equipment that: 1) Cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut 2) Provides a visible indication of the depth of cut at all times, and uniformly mixes the materials C. Pulverization 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 1/2 inch sieve. 2. If the material cannot be uniformly processed to the required depth in a single pass, excavate and windrow the material to expose a secondary grade to achieve processing to depth as shown in the Drawings. D. Application of Lime 1. Uniformly apply lime as shown on the Drawings or as directed. 2. Add lime at the percentage specified in Drawings. 3. Apply lime only on an area where mixing can be completed during the same working day. 4. Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions, in the opinion of the City, cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners. 5. Slurry Placement a. Hydrated Lime 1) Mix Lime with water and apply slurry 2) Apply Type B, commercial lime slurry, with a lime percentage not less applicable for grade used 3) Distribute lime at the rate shown on the Drawings 4) Make successive passes over a measured surface of roadway until the proper moisture and lime content have been achieved. b. Quicklime 1) Spread the residue for the Quicklime slurrying procedure uniformly over the length of the roadway. 2) Residue is primarily inert material with little stabilizing value; however, may contain a small amount of Quicklime particles that slake slowly. A concentration of these particles could cause the compacted stabilized material to swell during slaking. E. Mixing 1. Begin mixing within 6 hours of application of lime. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 29 - 7 LIME TREATED BASE COURSES Page 7 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. Hydrated lime exposed to the open air for 6 hours or more between application and mixing, or that experiences excessive loss due to washing or blowing, will not be accepted for payment. 3. Thoroughly mix the material and lime using approved equipment. 4. Mix until a homogeneous, friable mixture of material and lime is obtained, free from all clods and lumps. 5. Do not mix greater than 1 inch deeper than the stabilization depth specified. 6. Materials containing plastic clay or other materials that are not readily mixed with lime shall be mixed as thoroughly as possible at the time of lime application, brought to the proper moisture content and sealed with a pneumatic roller. 7. Allow the mixture to cure for 72 hours or as directed by City. 8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days. 9. Sprinkle the treated materials during the mixing and curing operation to achieve adequate hydration and proper moisture content. 10. After curing, resume mixing until a homogeneous, friable mixture is obtained. 11. After mixing, City will sample the mixture at roadway moisture and test in accordance with Tex-101-E, Part III, to determine compliance with the gradation requirements in Table 5. Table 5 Gradation Requirements (Minimum % Passing) Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No. 4 60 F. Compaction 1. General a. Begin compaction immediately after final mixing. b. Aerate and sprinkle as necessary to provide optimum moisture content. c. Multiple lifts are permitted when shown on the Drawings or approved. d. Bring each layer to the moisture content directed. 2. Rolling a. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least one-half the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 MPH or as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. 1) Continue work until specification requirements are met. 2) Rework in accordance with Maintenance item of this Section. f. Proof roll the lime treated base course in accordance with the following: 1) Proof Rolling a) City Project Representative must be on-site during proof rolling operations. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 29 - 8 LIME TREATED BASE COURSES Page 8 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non-uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non-uniform. 3. Density Control a. Compact until the entire depth of the mixture has achieved a uniform density of not less than 95 percent of the maximum density as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 optimum. G. Maintenance 1. Maintain the completed soil lime base in good condition, satisfactory to the City as to grade, crown and cross section until the overlaying or next course is constructed. 2. Keep surface of the compacted course moist until covered by other base or pavement. 3. Reworking a Section a. When a section is reworked within 72 hours after completion of compaction, rework the section to provide the required density. b. When a section is reworked more than 72 hours after completion of compaction, add additional lime at 25 percent of the percentage specified. c. Reworking includes loosening, adding material or removing unacceptable material if necessary, mixing as directed, compacting, and finishing. H. Finishing 1. After completing compaction of the final course, clip, skin, or tight-blade the surface of the lime-treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of at an approved location. 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the Drawings or as directed. I. Curing 1. Cure for the minimum number of days shown in Table 6 and by finished pavement type: a. Concrete pavement 1) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished course during curing except as required for sprinkling. b. Asphalt Pavement Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 29 - 9 LIME TREATED BASE COURSES Page 9 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2) Do not allow equipment on the finished course during curing. Table 6 Minimum Curing Requirements Before Placing Subsequent Courses1 Untreated Material Curing (Days) PI  35 2 PI > 35 5 1. Subject to the approval of the City. Proof rolling may be required as an indicator of adequate curing. 2. Begin paving operations or add courses within 14 calendar days of final compaction. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City Project Representative must be on site during density testing 2. City to measure density of lime treated base course in accordance with ASTM D6938. 3. Spacing directed by City (1 per block minimum). 4. City Project Representative determines density testing locations. B. Depth Test 1. In -place depth will be evaluated for each 500-foot roadway section 2. Determine in accordance with Tex-140-E in hand excavated holes. 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 4. City Project Representative determines depth testing locations. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 33 - 1 CEMENT TREATED BASE COURSES Page 1 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 32 11 33 CEMENT TREATED BASE COURSES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. Treating subgrade, subbase and base courses by the pulverization, addition of cement, mixing and compacting the mix material to the required density. 2. Item applies to the natural ground, embankment, existing pavement, base or subbase courses placed and shall conform to the typical section, lines and grades shown on the Drawings. B. Deviations from City of Fort Worth Standards 1. None C. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 11 23 - Flexible Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Cement a. Measurement 1) Measurement for this Item shall be by the ton (dry weight). b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per ton (dry weight) of Cement. c. The price bid shall include: 1) Furnishing Cement material 2) All freight involved 3) All unloading, storing and handling 2. Cement Treatment a. Measurement 1) Measurement for this Item shall be by the square yard of surface area. 2) The dimensions for determining the surface area are established by the widths shown on the Drawings and the lengths measured at placement. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per square yard of Cement Treatment placed for: a) Various depths c. The price bid shall include: 1) Pulverizing or providing the soil material 2) Handling, hauling and spreading dry or slurry cement 3) Mixing the cement with the soil either in-place or in a mixing plant Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 33 - 2 CEMENT TREATED BASE COURSES Page 2 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 4) Furnishing, hauling and mixing water with the soil-cement mixture 5) Spreading and shaping the mixture; compacting the mixture, including all rolling required for compaction 6) Surface finishing 7) Water and sprinkling 8) Curing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C150, Standard Specification for Portland Cement b. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 3. Texas Department of Transportation (TxDOT) a. Tex-101-E, Preparing soil and flexible base materials for testing b. Tex-140-E, Measuring thickness of paving layers 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Truck Delivered Cement 1. Each truck ticket shall bear the weight of cement measured on certified scales. 2. Submit delivery tickets, certified by supplier, that include weight with each bulk delivery of cement to the site. 1.11 FIELD [SITE] CONDITIONS A. Start cement application only when the air temperature is at least 35 degrees F and rising or is at least 40 degrees F. B. Measure temperature in the shade away from artificial heat. C. Suspend application when the City determines that weather conditions are unsuitable. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 33 - 3 CEMENT TREATED BASE COURSES Page 3 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Notify the City of the proposed material sources and of changes to material sources. 3. Obtain verification from the City that the specification requirements are met before using the sources. 4. The City may sample and test project materials at any time before compaction. B. Cement: ASTM C150 Type I, II or IP. C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 11 23 for the type and grade shown on the Drawings, before the addition of cement. D. Water: Furnish water free of industrial wastes and other objectionable material. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Shape existing material in accordance with applicable bid items to conform to typical sections shown on the Drawings and as directed. 3.4 INSTALLATION A. General 1. Produce a completed course of treated material containing: a. Uniform Portland cement mixture, free from loose or segregated areas b. Uniform density and moisture content c. Well bound for full depth d. With smooth surface and suitable for placing subsequent courses 2. Maximum layer depth of cement treatment in single layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply cement, mix, compact and finish in equal layers not exceeding 5 inches deep. B. Equipment 1. Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 33 - 4 CEMENT TREATED BASE COURSES Page 4 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. 3. Slurry Equipment a. Use slurry tanks equipped with agitation devices for cement application. b. The City may approve other slurrying methods. c. Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. 4. Pulverization Equipment a. Provide pulverization equipment that: 1) Cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut 2) Provides a visible indication of the depth of cut at all times 3) Uniformly mixes the materials C. Pulverization 1. Pulverize or scarify existing material after shaping so that 100 percent by dry weight passes a 1 inch sieve, and 80 percent by dry weight passes a No. 4 sieve exclusive of gravel or stone retained in sieves. 2. Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2 inch sieve, and 60 percent by dry weight passes a No. 4 sieve exclusive of gravel or stone retained in sieves. D. Cement Application 1. Spread by an approved dry or slurry method uniformly on the soil at the rate specified on the Drawings 2. If a bulk cement spreader is used, position by string lines or other approved method during spreading to insure a uniform distribution of cement. 3. Apply to an area that all the operations can be continuous and completed in daylight within 6-hours of initial application. 4. Do not exceed the quantity of cement that permits uniform and intimate mixture of soil and cement during dry-mixing operations 5. Do not exceed the specified optimum moisture content for the soil and cement mixture. 6. No equipment, except that used in the spreading and mixing, allowed to pass over the freshly spread cement until it is mixed with the soil. E. Mixing 1. Thoroughly mix the material and cement using approved equipment. 2. Mix until a homogeneous, friable mixture of material and cement is obtained, free from all clods and lumps. 3. Keep mixture within moisture tolerances throughout the operation. 4. Spread and shape the completed mixture in a uniform layer. 5. After mixing, the City shall sample the mixture at roadway moisture and test in accordance with Tex 101 E, Part III, to determine compliance with the gradation requirements in Table 1. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 33 - 5 CEMENT TREATED BASE COURSES Page 5 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 Table 1 Gradation Requirements Minimum % Passing Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No. 4 60 F. Compaction 1. Prior to the beginning of compaction, the mixture shall be in a loose condition for its full depth. 2. Compact material to at least 95-percent of the maximum density as determined by ASTM D698. 3. At the start of compaction, the percentage of moisture in the mixture and in un- pulverized soil lumps shall be less than the quantity which shall cause the soil- cement mixture to become unstable during compaction and finishing. 4. When the uncompacted soil-cement mixture is wetted by rain so that the average moisture content exceeds the tolerance given at the time of final compaction, the entire section shall be reconstructed in accordance with this specification at the sole expense of the Contractor. 5. The specified optimum moisture content and density shall be determined in the field on the representative samples of soil-cement mixture obtained from the area being processed. 6. Final moisture content shall be within minus-2 to plus-4-of-optimum. 7. Begin compaction after mixing and after gradation and moisture requirements have been met. 8. Begin compaction at the bottom and continue until the entire depth of the mixture is uniformly compacted. 9. Uniformly compact the mixture to the specified density within 2-hours. 10. After the soil and cement mixture is compacted uniformly apply water as needed and thoroughly mix in. 11. Reshape the surface to the required lines, grades and cross section and then lightly scarify to loosen any imprint left by the compacting or shaping equipment. G. Maintenance 1. Maintain the soil-cement treatment in good condition from the time it first starts work until all work shall is completed. 2. Maintenance includes immediate repairs of any defect that may occur after the cement is applied. 3. Maintenance work shall be done by the Contractor at the Contractor’s expense and repeated as often as necessary to keep the area continuously intact. 4. Repairs are to be made in such a manner as to insure restoration of a uniform surface for the full depth of treatment. 5. Remedy any low area of treated subgrade by scarifying the surface to a depth of at least 2 inches, filling the area with treated material and compacting. 6. Remedy any low area of subbase or base shall by replacing the material for the full depth of subbase or base treatment rather than adding a thin layer of stabilized material to the completed work. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 33 - 6 CEMENT TREATED BASE COURSES Page 6 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 H. Finishing 1. After completing compaction of the final course, clip, skin, or tight-blade the surface of the cement-treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of at an approved location. 3. Roll the clipped surface immediately with a pneumatic tire roller adding small increments of moisture as needed and until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the Drawings or as directed. 5. Surface compaction and finishing shall proceed in such a manner as to produce, in not more than 2-hours, a smooth, closely knit surface, free of cracks, ridges or loose material, conforming to the drawn grade and line shown on the Drawings. 6. After the final layer or course of the cement modified soil has been compacted, it shall be brought to the required lines and grades in accordance with the typical sections. 7. The completed section shall then be finished by rolling with a pneumatic tire or other suitable roller sufficiently to create micro cracking. I. Curing 1. General a. Cure for at least 48 hours. b. Maintain the moisture content during curing at no lower than 2 percentage points below optimum. 2. Curing method depends on finished pavement type: a. Concrete pavement: 1) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished course during curing except as required for sprinkling, unless otherwise approved. b. Asphalt Pavement: 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2) Do not allow equipment on the finished course during curing 3. Continue curing until paving operations begin. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Density Test 1. City Project Representative must be on site during density testing 2. City to measure density of cement treated base course in accordance with ASTM D6938. 3. Spacing directed by City (1 per block minimum). 4. City Project Representative determines density testing locations. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 33 - 7 CEMENT TREATED BASE COURSES Page 7 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 B. Depth Test 1. Take minimum of one core per 500 linear feet per each direction of travel staggering test location in each lane to determine in-place depth. 2. City Project Representative determines depth testing locations. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 37 - 1 LIQUID SOIL STABILIZER Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version August 21, 2015 SECTION 32 11 37 LIQUID SOIL STABILIZER PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Add-mixture, cement, water, and subgrade or base (with or without asphalt concrete pavement) in the roadway. B. Deviations from this City of Fort Worth Standard Specification 1. None C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by the gallon of Liquid Treated Soil Stabilizer. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per gallon of Liquid Treated Soil Stabilizer. 3. The price bid shall include: a. Furnishing all the liquid stabilizer products b. Finishing c. Mixing d. Equipment e. Curing f. Hauling g. Disposal Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 37 - 2 LIQUID SOIL STABILIZER Page 2 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version August 21, 2015 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Containers 1. Must be stored and handled in closed, weatherproof containers until immediate distribution. 2. Must have adequate protection from theft, flooding or damage. 1.11 FIELD [SITE] CONDITIONS A. Soil Environment 1. Liquid Soil Stabilizer may be used in soil environments with plasticity indexes of 20 or greater. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. City Approved Products 1. Roadbond EN 1 Soil Stabilizer or approved equivalent. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Mix Design 1. The Design Engineer will designate a cement/add-mixture content that will produce a stabilized mixture that meets the strength requirement. The Engineer will determine the compressive strength of the proposed materials in accordance with Tex-120-E, Part 1. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 37 - 3 LIQUID SOIL STABILIZER Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version August 21, 2015 2. The mix will not include more than 50% asphalt concrete. For bidding purposes an 8” Depth Cement Treated Base requires 0.0075 GA/SY or 128SY/GA. 3.4 INSTALLATION A. General 1. Uniformly place cement dry or as a slurry. Uniformly distribute Liquid Soil Stabilizer and apply only on an area where the mixing, compacting, and finishing operations can be completed during the same working day. 2. Do not start treatment operation unless the air temperature is at the minimum application temperature and rising. The temperature will be taken in the shade and way from artificial heat. Do not apply when, in the opinion of the Engineer, weather conditions are unsuitable. B. Dry Placing 1. Before applying cement, sprinkle the prepared roadway with diluted add- mixture Liquid Soil Stabilizer until the desired quantity of diluted add- mixture Liquid Soil Stabilizer is evenly distributed over the area to be treated. If necessary, continue to sprinkle the treated area with water until optimum moisture content is attained. Distribute the required quantity of dry cement with approved equipment, at a uniform rate. Minimize scattering of cement by wind. Do not apply cement when wind conditions, in the opinion of the Engineer, cause blowing cement to become dangerous to traffic or objectionable t adjacent property owners. C. Slurry Placing 1. Sprinkle the prepared roadway with diluted add-mixture Liquid Soil Stabilizer uniformly by making successive passes over a measured section of the roadway until the desired quantity of diluted add-mixture Liquid Soil Stabilizer is evenly distributed over the area to be treated. Mix the required quantity of cement with water, adjusting the amount of water in order to account for the moisture placed on the roadway with the add- mixture Liquid Soil Stabilizer as it relates to optimum moisture, as approved. Produce slurry free of objectionable materials and with a consistency that can be easily applied. Agitate the slurry continuously. Apply slurry within 2 hours of adding water and not longer than 30 minutes after placement of the add-mixture Liquid Soil Stabilizer, and when the roadway is at a moisture content drier than optimum. Dispense and spread slurry uniformly by making successive passes over a measured section of the roadway at the rate directed until the required cement content is attained. D. Mixing 1. Thoroughly mix the material, add-mixture Liquid Soil Stabilizer and cement using approved equipment. Mix until a homogeneous mixture is obtained. Sprinkle the treated materials during the mixing operation, as directed, to maintain optimum mixing moisture. Spread and shape the completed mixture in a uniform layer. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 37 - 4 LIQUID SOIL STABILIZER Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version August 21, 2015 2. The Engineer will obtain a sample of the material at roadway moisture and remove all non-slaking aggregates retained on a 3/4-in. sieve. The remainder of the mixture must meet the pulverization requirements of Table 1 when tested in accordance with Tex-101-E, Part III. When shown on the plans or approved by the engineer, the pulverization requirement may be waived when the material contains a substantial amount of aggregate. E. Compaction 1. Compact the mixture in one lift using ordinary compaction or density control, as shown on the plans. Complete compaction within 2 hours after the application of the add-mixture Liquid Soil Stabilizer. 2. Sprinkle the treated material in accordance with Item 204, “Sprinkling”. Adjust the moisture content of the mixture during compaction so that it is within 2.0 percentage points of optimum as determined by Test Method Tex-120-E, Part II. Determine the moisture content of the mixture at the beginning and during compaction in accordance with Tex-103-E. Adjust operations if required. 3. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least one-half the width of the roller unit. On super-elevated curves, begin rolling at the low side and progress toward the high side. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 miles per hour, as directed. F. Ordinary Compaction 1. Roll with approved compaction equipment, as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing treated material as required, reshaping, and re-compacting. G. Finishing 1. Immediately after completing compaction, clip, skin, or tight-blade the surface of the add-mixture Liquid Soil Stabilization/cement treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of at an approved location. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines and grades shown on the plans or as directed. In areas where surfacing is to be placed, trim grade deviations greater than 1/4 in. in cross section and 1/4 in. in 16 ft. measured longitudinally for the entire width of the cross-section. Remove excess material, reshape, and roll with a pneumatic tire roller. If material is more than 1/4 in. low, correct as directed. Do not surface patch. H. Curing Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 11 37 - 5 LIQUID SOIL STABILIZER Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version August 21, 2015 1. Maintain the moisture content of the finished section at no lower than 2 percentage points below optimum by sprinkling or by applying an asphalt material at the rate of 0.05 to 0.20 gallons per square yard as directed, until a subsequent course or pavement is placed or as otherwise directed. Do not allow equipment on the finished course except as required to complete curing, unless otherwise approved. At least 3 days of curing are required before opening the finished section to traffic, unless otherwise shown on the plans or directed. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Density Control 1. Compact to meet at least 95% of optimum density as determined in accordance with Tex-120-E, Part II. The Engineer will determine roadway density in accordance with Test Method Tex-115-E and will verify strength in accordance with Tex-120-E, Part II. Remove and replace material that does not meet density requirements and compact and test replacement material in accordance with density control methods. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 1 CONCRETE PAVING Page 1 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 32 13 13 CONCRETE PAVING PART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Finished pavement constructed of portland cement concrete including monolithically poured curb on the prepared subgrade or other base course. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 01 29 - Concrete Paving Repair 4. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement 1. Measurement a. Measurement for this Item shall be by the square yard of completed and accepted Concrete Pavement in its final position as measured from back of curb for various: 1) Classes 2) Thicknesses 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per square yard of Concrete Pavement. 3. The price bid shall include: a. Shaping and fine grading the placement area b. Furnishing and applying all water required c. Furnishing, loading and unloading, storing, hauling and handling all concrete ingredients including all freight and royalty involved d. Mixing, placing, finishing and curing all concrete e. Furnishing and installing all reinforcing steel f. Furnishing all materials and placing longitudinal, warping, expansion, and contraction joints, including all steel dowels, dowel caps and load transmission units required, wire and devices for placing, holding and supporting the steel bar, load transmission units, and joint filler material in the proper position; for coating steel bars where required by the Drawings g. Sealing joints h. Monolithically poured curb i. Cleanup Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 2 CONCRETE PAVING Page 2 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A615/A615M, Deformed and Plain Billet-Steel Bars for Concrete Reinforcement b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field c. C33, Concrete Aggregates d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete f. C94/C94M, Standard Specifications for Ready-Mixed Concrete g. C150, Portland Cement h. C156, Water Retention by Concrete Curing Materials i. C172, Standard Practice for Sampling Freshly Mixed Concrete j. C260, Air Entraining Admixtures for Concrete k. C309, Liquid Membrane-Forming Compounds for Curing Concrete, Type 2 l. C494, Chemical Admixtures for Concrete, Types “A”, “D”, “F” and “G” m. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Concrete n. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete p. C1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete. q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 3. American Concrete Institute (ACI): a. ACI 305.1-06 Specification for Hot Weather Concreting b. ACI 306.1-90, Standard Specification for Cold Weather Concreting c. ACI 318 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Mix Design: submit for approval. See Item 2.4.A. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 3 CONCRETE PAVING Page 3 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions 1. Place concrete when concrete temperature is between 40 and 100 degrees when measured in accordance with ASTM C1064 at point of placement. 2. Hot Weather Concreting a. Take immediate corrective action or cease paving when the ambient temperature exceeds 95 degrees. b. Concrete paving operations shall be approved by the City when the concrete temperature exceeds 100 degrees. See Standard Specification for Hot Weather Concreting (ACI 305.1-06). 3. Cold Weather Concreting a. Do not place when ambient temp in shade is below 40 degrees and falling. Concrete may be placed when ambient temp is above 35 degrees and rising or above 40 degrees. b. Concrete paving operations shall be approved by the City when ambient temperature is below 40 degrees. See Standard Specification for Cold Weather Concreting (ACI 306.1-90). B. Time: Place concrete after sunrise and no later than shall permit the finishing of the pavement in natural light, or as directed by the City. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Cementitious Material: ASTM C150. B. Aggregates: ASTM C33. C. Water: ASTM C1602. D. Admixtures: When admixtures are used, conform to the appropriate specification: 1. Air-Entraining Admixtures for Concrete: ASTM C260. 2. Chemical Admixtures for Concrete: ASTM C494, Types “A”, “D”, “F” and “G.” 3. Fly Ash a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM C618. b. Fly ash may be substituted at one pound per pound of cement up to 25% of the specified cement content when such batch design is approved by the Engineer. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 4 CONCRETE PAVING Page 4 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 E. Steel Reinforcement: ASTM A615. F. Steel Wire Reinforcement: Not used for concrete pavement. G. Dowels and Tie Bars 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps a. Provide dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the Drawings and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for Dowel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre-Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Slow Set Adhesives Technology Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem b. Epoxy Use, Storage and Handling 1) Package components in airtight containers and protect from light and moisture. 2) Include detailed instructions for the application of the material and all safety information and warnings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components b) Brand name c) Name of manufacturer Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 5 CONCRETE PAVING Page 5 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 d) Lot or batch number e) Temperature range for storage f) Date of manufacture g) Expiration date h) Quantity contained 4) Store epoxy and adhesive components at temperatures recommended by the manufacturer. 5) Do not use damaged or previously opened containers and any material that shows evidence of crystallization, lumps skinning, extreme thickening, or settling of pigments that cannot be readily dispersed with normal agitation. 6) Follow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of all empty containers separately. 8) Dispose of epoxy by completely emptying and mixing the epoxy before disposal H. Reinforcement Bar Chairs 1. Reinforcement bar chairs or supports shall be of adequate strength to support the reinforcement bars and shall not bend or break under the weight of the reinforcement bars or Contractor’s personnel walking on the reinforcing bars. 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or plastic. 3. For approval of plastic chairs, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5-percent solution of sodium hydroxide for 120-hours. 4. Bar chairs may be rejected for failure to meet any of the requirements of this specification. I. Joint Filler 1. Joint filler is the material placed in concrete pavement and concrete structures to allow for the expansion and contraction of the concrete. 2. Wood Boards: Used as joint filler for concrete paving. a. Boards for expansion joint filler shall be of the required size, shape and type indicated on the Drawings or required in the specifications. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checks and splits. 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall be sufficiently rigid to permit ease of installation. 3) Boards shall be furnished in lengths equal to the width between longitudinal joints, and may be furnished in strips or scored sheet of the required shape. 3. Dimensions. The thickness of the expansion joint filler shall be shown on the Drawings; the width shall be not less than that shown on the Drawings, providing for the top seal space. 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the requirements of this specification. J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 6 CONCRETE PAVING Page 6 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 K. Curing Materials 1. Membrane-Forming Compounds. a. Conform to the requirements of ASTM C309, Type 2, white pigmented compound and be of such nature that it shall not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete. b. The compound shall produce a firm, continuous uniform moisture-impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. c. It shall, when applied to the damp concrete surface at the specified rate of coverage, dry to touch in 1 hour and dry through in not more than 4 hours under normal conditions suitable for concrete operations. d. It shall adhere in a tenacious film without running off or appreciably sagging. e. It shall not disintegrate, check, peel or crack during the required curing period. f. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. g. The compound shall be delivered to the job site in the manufacturer's original containers only, which shall be clearly labeled with the manufacturer's name, the trade name of the material and a batch number or symbol with which test samples may be correlated. h. When tested in accordance with ASTM C156 Water Retention by Concrete Curing Materials, the liquid membrane-forming compound shall restrict the loss of water present in the test specimen at the time of application of the curing compound to not more than 0.01-oz.-per-2 inches of surface. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Mix Design 1. Concrete Mix Design and Control a. At least 10 calendar days prior to the start of concrete paving operations, the Contractor shall submit a design of the concrete mix it proposes to use and a full description of the source of supply of each material component. b. The design of the concrete mix shall produce a quality concrete complying with these specifications and shall include the following information: 1) Design Requirements and Design Summary 2) Material source 3) Dry weight of cement/cubic yard and type 4) Dry weight of fly ash/cubic yard and type, if used 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 6) Design water/cubic yard 7) Quantities, type, and name of admixtures with manufacturer's data sheets 8) Current strength tests or strength tests in accordance with ACI 318 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates and date of tests 10) Fineness modulus of fine aggregate 11) Specific Gravity and Absorption Values of fine and coarse aggregates 12) L.A. Abrasion of coarse aggregates c. Once mix design approved by City, maintain intent of mix design and maximum water to cement ratio. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 7 CONCRETE PAVING Page 7 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 d. No concrete may be placed on the job site until the mix design has been approved by the City. 2. Quality of Concrete a. Consistency 1) In general, the consistency of concrete mixtures shall be such that: a) Mortar shall cling to the coarse aggregate b) Aggregate shall not segregate in concrete when it is transported to the place of deposit c) Concrete, when dropped directly from the discharge chute of the mixer, shall flatten out at the center of the pile, but the edges of the pile shall stand and not flow d) Concrete and mortar shall show no free water when removed from the mixer e) Concrete shall slide and not flow into place when transported in metal chutes at an angle of 30 degrees with the horizontal f) Surface of the finished concrete shall be free from a surface film or laitance 2) When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by hand sprayer only and be held to a minimum amount. 3) The concrete shall be workable, cohesive, possess satisfactory finishing qualities and be of the stiffest consistency that can be placed and vibrated into a homogeneous mass. 4) Excessive bleeding shall be avoided. 5) If the strength or consistency required for the class of concrete being produced is not secured with the minimum cement specified or without exceeding the maximum water/cement ratio, the Contractor may use, or the City may require, an approved cement dispersing agent (water reducer); or the Contractor shall furnish additional aggregates, or aggregates with different characteristics, or the Contractor may use additional cement in order to produce the required results. 6) The additional cement may be permitted as a temporary measure, until aggregates are changed and designs checked with the different aggregates or cement dispersing agent. 7) The Contractor is solely responsible for the quality of the concrete produced. 8) The City reserves the right to independently verify the quality of the concrete through inspection of the batch plant, testing of the various materials used in the concrete and by casting and testing concrete cylinders or beams on the concrete actually incorporated in the pavement. b. Standard Class 1) Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete paving for streets and alleys is shown in the following table: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 8 CONCRETE PAVING Page 8 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 Standard Classes of Pavement Concrete Class of Concrete1 Minimum Cementitious, Lb./CY 28 Day Min. Compressive, Strength2 psi Maximum Water/ Cementitious, Ratio Course Aggregate Maximum Size inch P 517 3600 0.49 1-1/2 H 564 4500 0.45 1-1/2 1. All exposed horizontal concrete shall have entrained-air. 2. Minimum Compressive Strength Required. 2) Machine-Laid concrete: Class P 3) Hand-Laid concrete: Class H c. High Early Strength Concrete (HES) 1) When shown on the Drawings or allowed, provide Class HES concrete for very early opening of pavements area or leaveouts to traffic. 2) Design class HES to meet the requirements of class specified for concrete pavement and a minimum compressive strength of 2,600 psi in 24 hours, unless other early strength and time requirements are shown on the Drawings allowed. 3) No strength overdesign is required. Standard Classes of Pavement Concrete Class of Concrete1 Minimum Cementitious Lb./CY 28 Day Min. Compressive Strength2 psi Maximum Water/ Cementitious Ratio Course Aggregate Maximum Size, inch HES 564 4500 0.45 1-1/2 d. Slump 1) Slump requirements for pavement and related concrete shall be as specified in the following table: Concrete Pavement Slump Requirements Concrete Use Recommended Design and Placement Slump, inch Maximum Acceptable Placement Slump, inch Slip-Form/Form-Riding Paving 1-1/2 3 Hand Formed Paving 4 5 Sidewalk, Curb and Gutter, Concrete Valley Gutter and Other Miscellaneous Concrete 4 5 2) No concrete shall be permitted with slump in excess of the maximums shown. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 9 CONCRETE PAVING Page 9 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3) Any concrete mix failing to meet the above consistency requirements, although meeting the slump requirements, shall be considered unsatisfactory, and the mix shall be changed to correct such unsatisfactory conditions. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Equipment 1. All equipment necessary for the construction of this item shall be on the project. 2. The equipment shall include spreading devices (augers), internal vibration, tamping, and surface floating necessary to finish the freshly placed concrete in such a manner as to provide a dense and homogeneous pavement. 3. Machine-Laid Concrete Pavement a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms that are uniformly supported on a very firm subbase to prevent sagging under the weight of machine. b. Slip-Form Paver 1) Slip-form paving equipment shall be provided with traveling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufficient length of time during placement. 2) City may reject use of Slip-Form Paver if paver requires over-digging and impacts trees, mailboxes or other improvements. 4. Hand-Laid Concrete Pavement a. Machines that do not incorporate these features, such as roller screeds or vibrating screeds, shall be considered tools to be used in hand-laid concrete construction, as slumps, spreading methods, vibration, and other procedures are more common to hand methods than to machine methods. 5. City may reject equipment and stop operation if equipment does not meet requirements. B. Concrete Mixing and Delivery 1. Transit Batching: shall not be used – onsite mixing not permitted 2. Ready Mixed Concrete a. The concrete shall be produced in an approved method conforming to the requirements of this specification and ASTM C94/C94M. City shall have access ready mix to get samples of materials. b. City shall have access to ready mix plant to obtain material samples. c. When ready-mix concrete is used, sample concrete per ASTM C94 Alternate Procedure 2: 1) As the mixer is being emptied, individual samples shall be taken after the discharge of approximately 15 percent and 85 percent of the load. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 10 CONCRETE PAVING Page 10 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2) The method of sampling shall provide that the samples are representative of widely separated portions, but not from the very ends of the batch. d. The mixing of each batch, after all materials are in the drum, shall continue until it produces a thoroughly mixed concrete of uniform mass as determined by established mixer performance ratings and inspection, or appropriate uniformity tests as described in ASTM C94. e. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. f. Retempering or remixing shall not be permitted. 3. Delivery a. Deliver concrete at an interval not exceeding 30 minutes or as determined by City to prevent cold joint. 4. Delivery Tickets a. For all operations, the manufacturer of the concrete shall, before unloading, furnish to the purchaser with each batch of concrete at the site a delivery ticket on which is printed, stamped, or written, the following information to determine that the concrete was proportioned in accordance with the approved mix design: 1) Name of concrete supplier 2) Serial number of ticket 3) Date 4) Truck number 5) Name of purchaser 6) Specific designation of job (name and location) 7) Specific class, design identification and designation of the concrete in conformance with that employed in job specifications 8) Amount of concrete in cubic yards 9) Time loaded or of first mixing of cement and aggregates 10) Water added by receiver of concrete 11) Type and amount of admixtures C. Subgrade 1. When manipulation or treatment of subgrade is required on the Drawings, the work shall be performed in proper sequence with the preparation of the subgrade for pavement. 2. The roadbed shall be excavated and shaped in conformity with the typical sections and to the lines and grades shown on the Drawings or established by the City. 3. All holes, ruts and depressions shall be filled and compacted with suitable material and, if required, the subgrade shall be thoroughly wetted and reshaped. 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be corrected. 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum density as determined by ASTM D698. 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the pavement to ensure its being in a firm and moist condition. 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution of the work. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 11 CONCRETE PAVING Page 11 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 9. The Contractor shall notify the City at least 24 hours in advance of its intention to place concrete pavement. 10. After the specified moisture and density are achieved, the Contractor shall maintain the subgrade moisture and density in accordance with this Section. 11. In the event that rain or other conditions may have adversely affected the condition of the subgrade or base, additional tests may be required as directed by the City. D. Placing and Removing Forms 1. Placing Forms a. Forms for machine-laid concrete 1) The side forms shall be metal, of approved cross section and bracing, of a height no less than the prescribed edge thickness of the concrete section, and a minimum of 10 feet in length for each individual form. 2) Forms shall be of ample strength and staked with adequate number of pins capable of resisting the pressure of concrete placed against them and the thrust and the vibration of the construction equipment operating upon them without appreciable springing, settling or deflection. 3) The forms shall be free from warps, bends or kinks and shall show no variation from the true plane for face or top. 4) Forms shall be jointed neatly and tightly and set with exactness to the established grade and alignment. 5) Forms shall be set to line and grade at least 200 feet, where practicable, in advance of the paving operations. 6) In no case shall the base width be less than 8 inches for a form 8 inches or more in height. 7) Forms must be in firm contact with the subgrade throughout their length and base width. 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes or other additional supports may be necessary to provide the required stability. b. Forms for hand-laid concrete 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 inches in thickness or equivalent when wooden forms are used, or be of a gauge that shall provide equivalent rigidity and strength when metal forms are used. 2) For curves with a radius of less than 250 feet, acceptable flexible metal or wood forms shall be used. 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. 2. Settling. When forms settle over 1/8 inch under finishing operations, paving operations shall be stopped the forms reset to line and grade and the pavement then brought to the required section and thickness. 3. Cleaning. Forms shall be thoroughly cleaned after each use. 4. Removal. a. Forms shall remain in place until the concrete has taken its final set. b. Avoid damage to the edge of the pavement when removing forms. c. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hours after form removal unless otherwise approved. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 12 CONCRETE PAVING Page 12 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 d. Clean joint face and repair honeycombed or damaged areas within 24 hours after a bulkhead for a transverse construction joint has been removed unless otherwise approved. e. When forms are removed before 72 hours after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. E. Placing Reinforcing Steel, Tie, and Dowel Bars 1. General a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed as shown on the Drawings. b. All reinforcing steel shall be clean, free from rust in the form of loose or objectionable scale, and of the type, size and dimensions shown on the Drawings. c. Reinforcing bars shall be securely wired together at the alternate intersections and all splices and shall be securely wired at each intersection dowel and load- transmission unit intersected. d. All bars shall be installed in their required position as shown on the Drawings. e. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, where permitted, such storage shall be limited to quantities and distribution that shall not induce excessive stresses. 2. Splices a. Provide standard reinforcement splices by lapping and tying ends. b. Comply with ACI 318 for minimum lap of spliced bars where not specified on the Drawings. 3. Installation of Reinforcing Steel a. All reinforcing bars and bar mats shall be installed in the slab at the required depth below the finished surface and supported by and securely attached to bar chairs installed on prescribed longitudinal and transverse centers as shown by sectional and detailed drawings on the Drawings. b. Chairs Assembly. The chair assembly shall be similar and equal to that shown on the Drawings and shall be approved by the City prior to extensive fabrication. c. After the reinforcing steel is securely installed above the subgrade as specified in Drawings and as herein prescribed, no loading shall be imposed upon the bar mats or individual bars before or during the placing or finishing of the concrete. 4. Installation of Dowel Bars a. Install through the predrilled joint filler and rigidly support in true horizontal and vertical positions by an assembly of bar chairs and dowel baskets. b. Dowel Baskets 1) The dowels shall be held in position exactly parallel to surface and centerline of the slab, by a dowel basket that is left in the pavement. 2) The dowel basket shall hold each dowel in exactly the correct position so firmly that the dowel’s position cannot be altered by concreting operations. c. Dowel Caps 1) Install cap to allow the bar to move not less than 1-1/4 inch in either direction. 5. Tie Bar and Dowel Placement a. Place at mid-depth of the pavement slab, parallel to the surface. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 13 CONCRETE PAVING Page 13 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b. Place as shown on the Drawings. 6. Epoxy for Tie and Dowel Bar Installation 1) Epoxy bars as shown on the Drawings. 2) Use only drilling operations that do not damage the surrounding operations. 3) Blow out drilled holes with compressed air. 4) Completely fill the drilled hole with approved epoxy before inserting the tie bar into the hole. 5) Install epoxy grout and bar at least 6 inches embedded into concrete. F. Joints 1. Joints shall be placed where shown on the Drawings or where directed by the City. 2. The plane of all joints shall make a right angle with the surface of the pavement. 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 4. Joint Dimensions a. The width of the joint shall be shown on the Drawings, creating the joint sealant reservoir. b. The depth of the joint shall be shown on the Drawings. c. Dimensions of the sealant reservoir shall be in accordance with manufacturer’s recommendations. d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement surface at the center of the joint. 5. Transverse Expansion Joints a. Expansion joints shall be installed perpendicularly to the surface and to the centerline of the pavement at the locations shown on the Drawings, or as approved by the City. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall restrict the free opening and closing of the expansion join and shall not make planes of weaknesses in the pavement. f. Greased Dowels for Expansion Joints. 1) Coat dowels with a thin film of grease or other approved de-bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Structures. When the pavement is adjacent to or around existing structures, expansions joints shall be constructed in accordance with the details shown on the Drawings. 6. Transverse Contraction Joints a. Contraction or dummy joints shall be installed at the locations and at the intervals shown on the Drawings. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Joints shall be sawed into the completed pavement surface as soon after initial concrete set as possible so that some raveling of the concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 14 CONCRETE PAVING Page 14 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual pavement thickness, or deeper if so indicated on the Drawings. f. Complete sawing as soon as possible in hot weather conditions and within a maximum of 24 hours after saw cutting begins under cool weather conditions. g. If sharp edge joints are being obtained, the sawing process shall be sped up to the point where some raveling is observed. h. Damage by blade action to the slab surface and to the concrete immediately adjacent to the joint shall be minimized. i. Any portion of the curing membrane which has been disturbed by sawing operations shall be restored by spraying the areas with additional curing compound. 7. Transverse Construction Joints a. Construction joints formed at the close of each day’s work or when the placing of concrete has been stopped for 30-minutes or longer shall be constructed by use of metal or wooden bulkheads cut true to the section of the finished pavement and cleaned. b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. c. Longitudinal bars shall be held securely in place in a plane perpendicular to the surface and at right angles to the centerline of the pavement. d. Edges shall be rounded to 1/4 inch radius. e. Any surplus concrete on the subgrade shall be removed upon the resumption of the work. 8. Longitudinal Construction Joints a. Longitudinal construction joints shall be of the type shown on the Drawings. 9. Joint Filler a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the Drawings. b. Redwood Board joints shall be used for all pavement joints except for expansion joints that are coincident with a butt joint against existing pavements. c. Boards with less than 25-percent of moisture at the time of installation shall be thoroughly wetted on the job. d. Green lumber of much higher moisture content is desirable and acceptable. e. The joint filler shall be appropriately drilled to admit the dowel bars when required. f. The bottom edge of the filler shall extend to or slightly below the bottom of the slab. The top edge shall be held approximately 1/2 inch below the finished surface of the pavement in order to allow the finishing operations to be continuous. g. The joint filler may be composed of more than one length of board in the length of joint, but no board of a length less than 6 foot may be used unless otherwise shown on the Drawings. h. After the removal of the side forms, the ends of the joints at the edges of the slab shall be carefully opened for the entire depth of the slab. 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details and as specified in Section 32 13 73. Materials shall generally be handled and applied according to the manufacturer’s recommendations as specified in Section 32 13 73. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 15 CONCRETE PAVING Page 15 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 G. Placing Concrete 1. Unless otherwise specified in the Drawings, the finished pavement shall be constructed monolithically and constructed by machined laid method unless impractical. 2. The concrete shall be rapidly deposited on the subgrade in successive batches and shall be distributed to the required depth and for the entire width of the pavement by shoveling or other approved methods. 3. Any concrete not placed as herein prescribed within the time limits in the following table will be rejected. Time begins when the water is added to the mixer. Temperature – Time Requirements Concrete Temperature (at point of placement) Max Time – minutes (no retarding agent) Max Time – minutes (with retarding agent)1 Non-Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F Time may be reduced by City 75 Above 75°F thru 90°F 60 90 75°F and Below 60 120 1 Normal dosage of retarder. 4. Rakes shall not be used in handling concrete. 5. At the end of the day, or in case of unavoidable interruption or delay of more than 30 minutes or longer to prevent cold joints, a transverse construction joint shall be placed in accordance with 3.4.F.7 of this Section. 6. Honeycombing a. Special care shall be taken in placing and spading the concrete against the forms and at all joints and assemblies so as to prevent honeycombing. b. Excessive voids and honeycombing in the edge of the pavement, revealed by the removal of the side forms, may be cause for rejection of the section of slab in which the defect occurs. H. Finishing 1. Machine a. Tolerance Limits 1) While the concrete is still workable, it shall be tested for irregularities with a 10 foot straightedge placed parallel to the centerline of the pavement so as to bridge depressions and to touch all high spots. 2) Ordinates measured from the face of the straightedge to the surface of the pavement shall at no place exceed 1/16 inch-per-foot from the nearest point of contact. 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater than 1/8 inch. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 16 CONCRETE PAVING Page 16 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 4) Any surface not within the tolerance limits shall be reworked and refinished. b. Edging 1) The edges of slabs and all joints requiring edging shall be carefully tooled with an edger of the radius required by the Drawings at the time the concrete begins to take its “set” and becomes non-workable. 2) All such work shall be left smooth and true to lines. 2. Hand a. Hand finishing permitted only in intersections and areas inaccessible to a finishing machine. b. When the hand method of striking off and consolidating is permitted, the concrete, as soon as placed, shall be approximately leveled and then struck off with screed bar to such elevation above grade that, when consolidated and finished, the surface of the pavement shall be at the grade elevation shown on the Drawings. c. A slight excess of material shall be kept in front of the cutting edge at all times. d. The straightedge and joint finishing shall be as prescribed herein. I. Curing 1. The curing of concrete pavement shall be thorough and continuous throughout the entire curing period. 2. Failure to provide proper curing as herein prescribed shall be considered as sufficient cause for immediate suspension of the paving operations. 3. The curing method as herein specified does not preclude the use of any of the other commonly used methods of curing, and the City may approve another method of curing if so requested by the Contractor. 4. If any selected method of curing does not afford the desired results, the City shall have the right to order that another method of curing be instituted. 5. After removal of the side forms, the sides of the slab shall receive a like coating before earth is banked against them. 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner as to cover the entire surfaces thoroughly and completely with a uniform film. 7. The rate of application shall be such as to ensure complete coverage and shall not exceed 20-square-yards-per-gallon of curing compound. 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free from cracks or pinholes, and shall not disintegrate, check, peel or crack during the curing period. 9. If for any reason the seal is broken during the curing period, it shall be immediately repaired with additional sealing solution. 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing Materials, the curing compound shall provide a film which shall have retained within the test specimen a percentage of the moisture present in the specimen when the curing compound was applied according to the following. 11. Contractor shall maintain and properly repair damage to curing materials on exposed surfaces of concrete pavement continuously for a least 72 hours. J. Monolithic Curbs Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 17 CONCRETE PAVING Page 17 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried back from the paving mixer, shall be placed within 20-minutes after being mixed. 2. After the concrete has been struck off and sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden flat. 3. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the Drawings. 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. K. Alley Paving 1. Alley paving shall be constructed in accordance with the specifications for concrete paving hereinbefore described, in accordance with the details shown on the Drawings, and with the following additional provisions: a. Alley paving shall be constructed to the typical cross sections shown on the Drawings. b. Transverse expansion joints of the type shown on the Drawings shall be constructed at the property line on each end of the alley with a maximum spacing of 600 feet. c. Transverse contraction and dummy joints shall be placed at the spacing shown on the Drawings. d. Contraction and dummy joints shall be formed in such a manner that the required joints shall be produced to the satisfaction of the City. e. All joints shall be constructed in accordance with this specification and filled in accordance with the requirement of Section 32 13 73. L. Pavement Leaveouts 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be provided at location indicated on the Drawings or as directed by the City. 2. The extent and location of each leaveout required and a suitable crossover connection to provide for traffic movements shall be determined in the field by the City. 3.5 REPAIR A. Repair of concrete pavement concrete shall be consistent with the Drawings and as specified in Section 32 01 29. 3.6 RE-INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Concrete Placement 1. Place concrete using a fully automated paving machine. Hand paving only permitted in areas such as intersections where use of paving machine is not practical a. All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the City. b. Screeds will not be allowed except if approved by the City. B. Testing of Materials 1. Samples of all materials for test shall be made at the expense of the City, unless otherwise specified in the special provisions or in the Drawings. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 18 CONCRETE PAVING Page 18 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. In the event the initial sampling and testing does not comply with the specifications, all subsequent testing of the material in order to determine if the material is acceptable shall be at the Contractor’s expense at the same rate charged by the commercial laboratories. 3. All testing shall be in accordance with applicable ASTM Standards and concrete testing technician must be ACI certified or equivalent. C. Pavement Thickness Test 1. Upon completion of the work and before final acceptance and final payment shall be made, pavement thickness test shall be made by the City. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the Drawings. 3. The cost for the initial pavement thickness test shall be the expense of the City. 4. In the event a deficiency in the thickness of pavement is revealed during normal testing operations, subsequent tests necessary to isolate the deficiency shall be at the Contractor’s expense. 5. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 6. Where the average thickness of pavement in the area found to be deficient in thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be made at an adjusted price as specified in the following table. Deficiency in Thickness Determined by Cores Proportional Part Of Contract Price Inches Allowed 0.00 – 0.20 100 percent 0.21 – 0.30 80 percent 0.31 – 0.40 70 percent 0.41 – 0.50 60 percent 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever is greater, shall be evaluated by the City. 8. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. 9. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor’s entire expense, with concrete of the thickness shown on the Drawings. 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced, at the Contractor’s entire expense, with concrete of the thickness shown on the Drawings. 11. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the Drawings. D. Pavement Strength Test Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 19 CONCRETE PAVING Page 19 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. During the progress of the work the City shall provide trained technicians to cast test cylinders for conforming to ASTM C31, to maintain a check on the compressive strengths of the concrete being placed. 2. After the cylinders have been cast, they shall remain on the job site and then transported, moist cured, and tested by the City in accordance with ASTM C31 and ASTM C39. 3. In each set, 1 of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at 28 days, and 1 cylinder shall be held or tested at 56 days, if necessary. 4. If the 28 day test results indicate deficient strength, the Contractor may, at its option and expense, core the pavement in question and have the cores tested by an approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except the average of all cores must meet 100 percent of the minimum specified strength, with no individual core resulting in less than 90 percent of design strength, to override the results of the cylinder tests. 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not meet minimum specified strength, additional cores shall be taken to identify the limits of deficient concrete pavement at the expense of the Contractor. 6. Cylinders and/or cores must meet minimum specified strength. Pavement not meeting the minimum specified strength shall be subject to the money penalties or removal and placement at the Contractor’s expense as show in the following table. Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent - Not More Than 10 percent 90-percent Greater Than 10 percent - Not More Than 15 percent 80-percent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 7. The amount of penalty shall be deducted from payment due to Contractor; such as penalty deducted is to defray the cost of extra maintenance. 8. The strength requirements for structures and other concrete work are not altered by the special provision. 9. No additional payment over the contract unit price shall be made for any pavement of strength exceeding that required by the Drawings and/or specifications. E. Cracked Concrete Acceptance Policy 1. If cracks exist in concrete pavement upon completion of the project, the Project Inspector shall make a determination as to the need for action to address the cracking as to its cause and recommended remedial work. 2. If the recommended remedial work is routing and sealing of the cracks to protect the subgrade, the Inspector shall make the determination as to whether to rout and seal the cracks at the time of final inspection and acceptance or at any time prior to the end of the project maintenance period. The Contractor shall perform the routing and sealing work as directed by the Project Inspector, at no cost to the City, regardless of the cause of the cracking. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 20 CONCRETE PAVING Page 20 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3. If remedial work beyond routing and sealing is determined to be necessary, the Inspector and the Contractor will attempt to agree on the cause of the cracking. If agreement is reached that the cracking is due to deficient materials or workmanship, the Contractor shall perform the remedial work at no cost to the City. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. 4. If remedial work beyond routing and sealing is determined to be necessary, and the Inspector and the Contractor agree that the cause of the cracking is not deficient materials or workmanship, the City may request the Contractor to provide an estimate of the cost of the necessary remedial work and/or additional work to address the cause of the cracking, and the Contractor will perform that work at the agreed-upon price if the City elects to do so. 5. If remedial work is necessary, and the Inspector and the Contractor cannot agree on the cause of the cracking, the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the cracking. The contractor will escrow 50 percent of the proposed costs of the geotechnical contract with the City. The Contractor and the City shall use the services of a geotechnical firm acceptable to both parties. 6. If the geotechnical engineer determines that the primary cause of the cracking is the Contractor’s deficient material or workmanship, the remedial work will be performed at the Contractor’s entire expense and the Contractor will also reimburse the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. 7. If the geotechnical engineer determines that the primary cause of the cracking is not the Contractor’s deficient material or workmanship, the City will return the escrowed funds to the Contractor. The Contractor, on request, will provide the City an estimate of the costs of the necessary remedial work and/or additional work and will perform the work at the agreed-upon price as directed by the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 13 - 21 CONCRETE PAVING Page 21 of 21 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A – Modified items to be included in price bid 05/21/2014 Doug Rademaker 2.2.D – Modified to clarify acceptable fly ash substitution in concrete paving Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 20 - 1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 5, 2018 SECTION 32 13 20 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete sidewalks 2. Driveways 3. Barrier free ramps 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 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Sidewalk a. Measurement 1) Measurement for 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 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 work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per linear foot of Concrete Curb at the Back of Sidewalk. c. The price bid shall include: 1) Excavating and preparing the subgrade Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 20 - 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 5, 2018 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 will be included in the driveway measurement. 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 Driveway. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 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 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 “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 1.3 REFERENCES A. Abbreviations and Acronyms 1. TAS – Texas Accessibility Standards 2. TDLR – Texas Department of Licensing and Regulation B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM) a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete Construction (Non-extruding and Resilient Types) Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 20 - 3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 5, 2018 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 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. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: 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] 2.2 EQUIPMENT AND MATERIALS A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of the finished work. 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 Concrete1 Minimum Cementitious, Lb./CY 28 Day Min. Compressive Strength2 psi Maximum Water/ Cementitious Ratio Course Aggregate Maximum Size, inch A 470 3000 0.58 1-1/2 C. Reinforcement: see Section 32 13 13. 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed bars at 18 inches on-center-both-ways at the center plane of all slabs, unless otherwise shown on the Drawings or detailed specifications. D. Joint Filler 1. Wood Filler: see Section 32 13 13. 2. Pre-Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 20 - 4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 5, 2018 b. Pre-molded asphalt board filler: ASTM D545. c. Install the required size and uniform thickness and as specified in Drawings. d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation 1. 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. 3.4 INSTALLATION A. General 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2. Sidewalks constructed in driveway approach sections shall have a minimum thickness equal to that of driveway approach or as called for by Drawings and specifications within the limits of the driveway approach. 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. The construction of the driveway approach shall include the variable height radius curb in accordance with the Drawings. 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. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 20 - 5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 5, 2018 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 if specified. 4. Edge joints and sides shall with suitable tools. F. Joints 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed using redwood. 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 foot intervals for 5 foot wide and greater sidewalk. 3. 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. 4. 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 finishing tool. 6. Sidewalks shall be marked at intervals equal to the width of the walk with a marking tool. 7. When sidewalk is against the curb, expansion joints shall match those in the curb. G. Barrier Free Ramp 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the City. 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inch from the extension of the face of the curb. 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 5. Install detectable warning surface according to manufacturer’s instructions. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 20 - 6 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 6 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 5, 2018 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.3 – Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F. Griffin Corrected Part 1, 1.2, A, 3, b, 1 to read; from . . . square foot of Concrete Sidewalk. to . . .each “Barrier Free Ramp” installed. June 5, 2018 M Owen Revised Measurement and Payment.section. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 73 - 1 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 32 13 73 CONCRETE PAVING JOINT SEALANTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Specification for silicone joint sealing for concrete pavement and curbs. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 13 13 - Concrete Paving 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the linear foot of Joint Sealant completed and accepted only when specified in the Drawings to be a pay item. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the various items bid and no other compensation will be allowed, unless specifically specified on Drawings. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D5893, Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Test and Evaluation Reports 1. Prior to installation, furnish certification by an independent testing laboratory that the silicone joint sealant meets the requirements of this Section. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 73 - 2 CONCRETE PAVING JOINT SEALANTS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant has a minimum 2-year demonstrated, documented successful field performance with concrete pavement silicone joint sealant systems. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Do not apply joint sealant when the air and pavement temperature is less than 35 degrees F B. Concrete surface must be clean, dry and frost free. C. Do not place sealant in an expansion-type joint if surface temperature is below 35 degrees F or above 90 degrees F. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS & EQUIPMENT A. Materials 1. Joint Sealant: ASTM D5893. 2. Joint Filler, Backer Rod and Breaker Tape a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. b. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. c. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 73 - 3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3.4 INSTALLATION A. General 1. The silicone sealant shall be cold applied. 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength prior to sealing joints. 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement in a continuous sequence of operations. 4. See Drawings for the various joint details with their respective dimensions. B. Equipment 1. Provide all necessary equipment and keep equipment in a satisfactory working condition. 2. Equipment shall be inspected by the City prior to the beginning of the work. 3. The minimum requirements for construction equipment shall be as follows: a. Concrete Saw. The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. b. Air Compressors. The delivered compressed air shall have a pressure in excess of 90 psi and shall be suitable for the removal of all free water and oil from the compressed air. c. Extrusion Pump. The output shall be capable of supplying a sufficient volume of sealant to the joint. d. Injection Tool. This mechanical device shall apply the sealant uniformly into the joint. e. Sandblaster. The design shall be for commercial use with air compressors as specified in this Section. f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and free of contamination. They shall be compatible with the joint depth and width requirements. C. Sawing Joints: see Section 32 13 13. D. Cleaning joints 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 2. Use compressed air to remove the resulting dust from the joint. 3. Sandblast joints after complete drying. a. Attach nozzle to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the face of the joint. b. Sandblast both joint faces sandblasted in separate, 1 directional passes. c. When sandblasting is complete, blow-out using compressed air. d. The blow tube shall fit into the joints. 4. Check the blown joint for residual dust or other contamination. a. If any dust or contamination is found, repeat sandblasting and blowing until the joint is cleaned. b. Do not use solvents to remove stains and contamination. 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of the joint sealant. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 13 73 - 4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 7. Do not leave open, cleaned joints unsealed overnight. E. Joint Sealant 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the mechanical injection tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack-free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing of joints. a. The representative shall demonstrate to the Contractor and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 14 16 - 1 BRICK UNIT PAVING Page 1 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 32 14 16 BRICK UNIT PAVING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. All labor, materials and equipment necessary to install brick pavers, set in mortar on reinforced concrete base for: a. New brick paving b. Brick paving repair B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 13 13 - Concrete Paving 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Brick Paving a. Measurement 1) Measurement for this Item shall be by the square yard of Brick Paving. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per square yard of Brick Paving completed and accepted in its final position per Drawings. c. The price bid shall include: 1) Sample panels 2) Shaping and fine grading the roadbed 3) Furnishing and applying all water required 4) Furnishing, loading and unloading, storing, hauling, handling, mixing, placing, finishing and curing all concrete ingredients for concrete base material 5) Furnishing and installing all reinforcing steel for concrete base 6) Furnishing, mixing and placing all setting materials including mortar setting bed, wet mortar joint filler and high bond mortar mix 7) Furnishing and setting all brick unit pavers 8) Sealing joints 2. Brick Paving Repair a. Measurement 1) Measurement for this Item shall be by the square yard of Brick Paving Repaired. b. Payment Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 14 16 - 2 BRICK UNIT PAVING Page 2 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per square yard of Brick Paving Repair completed and accepted in its final position per Drawings. c. The price bid shall include: 1) Sample panels 2) Shaping and fine grading the roadbed 3) Furnishing and applying all water required 4) Furnishing, loading and unloading, storing, hauling, handling, mixing, placing, finishing and curing all concrete ingredients for concrete base material 5) Furnishing and installing all reinforcing steel for concrete base 6) Furnishing, mixing and placing all setting materials including mortar setting bed, wet mortar joint filler and high bond mortar mix 7) Furnishing and setting all brick unit pavers 8) Sealing joints 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C67, Test Methods of Sampling and Testing Brick and Structural Clay Tile b. C144, Aggregate for Masonry Mortar c. C150, Portland Cement d. C207, Specification for Hydrated Lime for Masonry Purposes e. C902, Specification for Pedestrian and Light Traffic Paving Brick f. C1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete 3. The Brick Industry Association, Technical Notes a. No. 1, Cold and Hot Weather Construction 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. 2. Transportation and Public Works Department will inspect paving repair after construction. 1.5 SUBMITTALS A. Product Data: Submit manufacturer’s technical data for each manufactured product, including certification that each product complies with specified requirements. B. Samples 1. For material verification purposes submit the following: a. Manufacturer’s testing certification conforming to ASTM C67 testing methods for: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 14 16 - 3 BRICK UNIT PAVING Page 3 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) Compressive strength, pounds per square inch 2) Absorption, 5 hour submersion in cold water 3) Absorption, 24 hour submersion in cold water 4) Maximum saturation coefficient 5) Initial rate of absorption (suction) 6) Abrasion index 7) Freeze-thaw 8) Efflorescence b. Masonry paving unit samples for each type of masonry paving required. Include in each set the full range of exposed color and texture to be expected in the completed work. 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. Installer: Brick paver and any subcontractors shall have experience in brick paving and their previous work will be reviewed by the City prior to start of work. B. Sample Panel: Prior to installation of masonry paving work, fabricate sample panel using materials, pattern and joint treatment indicated for project work, including special features for expansion joints and contiguous work. 1. Include color range, size, texture, bond, expansion jointing, pattern, finish, and workmanship. 2. Make 6 feet x 6 feet minimum. 3. Provide range of color, texture and workmanship to be expected in the completed work. 4. Sample panel shall be inspected by the City. If the sample is not acceptable, construct additional panels at no cost to the City until an acceptable panel is constructed. 5. Obtain City’s acceptance of visual qualities of the panel before start of masonry paving work. 6. Maintain the sample panel as the standard of minimal quality for approval of all proposed brick pavement work required for the project. Locate sample panel near the pavement work to facilitate comparison 7. Do not change source of brands for masonry units, setting materials, or grout during progress of work. 8. Remove sample panel from the site at completion of project. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery: Brick pavers and associated installation materials shall be delivered to the job adequately protected from damage during transit. 1. Brick pavers shall be carefully packed by the supplier for shipment with name of manufacturer and identification of contents. 2. Pavers damaged in any manner will be rejected and replaced with new materials at no additional cost to the City. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 14 16 - 4 BRICK UNIT PAVING Page 4 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 B. Storage: Protect grout and mortar materials during storage and construction against wetting by rain, snow or ground water and against soilage or intermixture with earth or other types of materials. 1. Protect grout and mortar materials from deterioration by moisture and temperature. 2. Store in a dry location or in waterproof container. 3. Keep containers tightly closed and away from open flame. Protect liquid components from freezing. 1.11 FIELD CONDITIONS A. Ambient Conditions 1. Normal construction: temperatures between 40 degrees and 100 degrees. 2. Cold Weather Construction: temperatures below 40 degrees a. Comply with requirements for masonry construction in cold weather from the BIA Technical Notes on Brick Construction, No. 1, Cold and Hot Weather Construction, Table No. 1 as summarized in the following table: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 14 16 - 5 BRICK UNIT PAVING Page 5 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Preparation and Construction requirements are based on ambient temperatures. Protection requirements, after masonry is placed, are based on mean daily temperatures. Temperature1 Preparation Requirements (Prior to Work) Construction Requirements (Work in Progress) Protection Requirements (After Masonry is Placed) 40 degrees F to 32 degrees F Do not lay masonry units having either a temperature below 20 degrees F or containing frozen moisture, visible ice, or snow on their surface. Remove visible ice and snow from top surface of existing foundations and masonry to receive new construction. Heat these surfaces above freezing, using methods that do not result in damage. Heat mixing water or sand to produce mortar between 40 degrees F and 120 degrees F. Do not heat water or aggregates used in mortar or grout above 140 degrees F. Heat grout materials when their temperature is below 32 degrees F. Completely cover newly constructed masonry with a weather-resistive membrane for 24 hr after construction. 32 degrees F to 25 degrees F Comply with cold weather requirements above. Comply with cold weather requirements above. Maintain mortar temperature above freezing until used in masonry. Heat grout materials so grout is at a temperature between 70 degrees F and 120 degrees F during mixing and placed at a temperature above 70 degrees F. Comply with cold weather requirements above. 25 degrees F to 20 degrees F Comply with cold weather requirements above. Comply with cold weather requirements above. Heat masonry surfaces under construction to 40 degrees F and use wind breaks or enclosures when the wind velocity exceeds 15 mph. Heat masonry to a minimum of 40 degrees F prior to grouting. Completely cover newly constructed masonry with weather-resistive insulating blankets or equal protection for 24 hr after completion of work. Extend time period to 48 hr for grouted masonry, unless the only cement in the grout is Type III Portland cement. 20 degrees F and below Comply with cold weather requirements above. Comply with cold weather requirements above. Maintain newly constructed masonry temperature above 32 degrees F for at least 24 hr after being completed by using heated enclosures, electric heating blankets, infrared lamps, or other acceptable methods. Extend time period to 48 hr for grouted masonry, unless the only cement in the grout is Type III Portland cement. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 14 16 - 6 BRICK UNIT PAVING Page 6 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3. Hot Weather Construction: temperatures above 100 degrees a. Comply with requirements for masonry construction in hot weather from the BIA Technical Notes on Brick Construction, No 1., Cold and Hot Weather Construction, Table No. 1 as summarized in the following table: 1. Preparation and Construction requirements are based on ambient temperatures. Protection requirements, after masonry is placed, are based on mean daily temperatures. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Rigid Concrete Base: See Section 32 13 13. B. Reinforcing Steel: Section 32 13 13 C. Paving Brick for Heavy Vehicular Traffic: Standard Solid (uncored) Paving Brick of modular size, 2-1/4 inches x 3-5/8 inches x 7-5/8 inches except as indicated, as per ASTM C1272, Type R, Application PX. D. Setting Materials 1. The mortar setting bed shall consist of: a. 1 part Portland cement - ASTM C150, Type 1 b. 1/4 part hydrated lime by volume - ASTM C207, Type 5 Temperature1 Preparation Requirements (Prior to Work) Construction Requirements (Work in Progress) Protection Requirements (After Masonry is Placed) Above 115 degrees F or 105 degrees F with a wind velocity over 8 mph Shade materials and mixing equipment from direct sunlight. Comply with hot weather requirements below. Use cool mixing water for mortar and grout. Ice must be melted or removed before water is added to other mortar or grout materials. Comply with hot weather requirements below. Comply with hot weather requirements below. Above 100 degrees F or 90 degrees F with 8 mph wind Provide necessary conditions and equipment to produce mortar having a temperature below 120 degrees F. Maintain sand piles in a damp, loose condition. Maintain mortar and grout at a temperature below 120 degrees F. Flush mixer, mortar transport container, and mortar boards with cool water before they come into contact with mortar ingredients or mortar. Maintain mortar consistency by retempering with cool water. Use mortar within 2 hr of initial mixing. Fog spray newly constructed masonry until damp, at least 3 times a day until the masonry is 3 days old. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 14 16 - 7 BRICK UNIT PAVING Page 7 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 c. 3 parts damp sand - ASTM C144 (for high-bond mortar, gradation in accordance with additive manufacturer’s recommendations). d. Add water to obtain stiff mix - ASTM C1602. 2. The wet mortar joint filler shall consist of: a. 1 part Portland cement - ASTM C150, Type l b. 3 parts dry sand - ASTM C144. c. Add water to obtain a wet mix - ASTM C1602 3. High bond mortar mix shall consist of: a. 1 sack Portland cement - ASTM C150, Type l b. 50 pounds workability additive - “A” Marble Dust by Armco Steel Corporation, Piqua Quarries, or Ute Dolomite Limestone by U.S. Lime Division of Flintkote Corporation, or Micro Fill No. 2 by Pure Stone Company, Marble Falls, Texas or approved equal c. 3-1/4 cubic feet of sand - ASTM C144 d. 4 gallons of high bond additive -Sarabond Liquid Mortar Additive by the Dow Chemical Corporation or approved equal e. Mix with water in accordance with High Bond Additive manufacturer’s recommendations. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place 8-inch reinforced concrete base under proposed brick pavement. 1. Concrete base: See Section 32 13 13. a. Design concrete mix design for a minimum compressive strength of 3,000 pounds per square inch at the age of 2 days for either type I or type III cement 2. Reinforcing Steel: Section 32 13 13 a. No. 4 bars at 18 inches on center both directions 3. Keep concrete surfaces to receive pavers dry, clean, free of oily or waxy films and level. 4. Verify gradients and elevations of base are as indicated on Drawings. B. Protect adjacent finished surfaces from soiling, staining, and other damage during construction. Clean and restore any damage or stains to adjacent surfaces to equal or better than original condition. C. Spread and screed setting bed mixture to a true plane and limit bed mixture to an amount that can be covered with pavers before initial set. D. Set pavers in the patterns shown in the field with uniform tight joints (1/4-inch). Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 14 16 - 8 BRICK UNIT PAVING Page 8 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 E. Do not use pavers with chips, cracks, or voids. F. Set paver in 1-inch layer of neat cement paste over setting bed. G. Tolerances: Tolerances shall be checked continuously as work progresses so that nonconforming areas can be corrected before mortar sets. 1. Alignment tolerances: maximum 1/4 inch in 20 feet; 1/2 inch in 40 feet 2. Surface tolerance: maximum plus or minus 1/8 inch in 8 feet noncumulative 3. Alignment and surface tolerances will be checked and enforced. The Contractor shall make provisions that brick pavers can meet these tolerances as they are supplied. Imperfections in the brick dimensions and surfaces will not constitute as reasons to accept inferior paving and the work will be rejected. H. Tamp pavers into full contact with the mortar bed to a level plane. Do not set large areas of pavers for later leveling. I. After pavers are set and cleaned free of mortar, fill joints with mortar, completely filling voids. J. Remove excess dry joint filler mixture and fog surface with fine water spray. K. Cut pavers with motor driven masonry saw with a sharp diamond blade. Exposed broken edges will not be allowed. L. A 7 day damp cure is required. Employ barricades to restrict traffic during the 7 day cure period. After the 7 day damp cure period, clean the surface with stiff brush and brick manufacturer’s recommended cleaning solution in increments not exceeding 100 square feet, leaving surface clean and free of mortar and grout stains. M. At the end of each day, spray paved areas with a fine mist of water. Fill joints within 3 days after the pavers are set. Spray paved areas until the joints are filled. N. Sweep and keep brick surfaces clean at all times in order to avoid penetration of cement into the brick surface. 3.5 REPAIR A. General 1. Remove and replace masonry paving units as directed by the City that are loose, chipped, broken, stained or otherwise damaged, or if units do not match adjoining units as intended. 2. Provide new units to match adjoining units and install in same manner as original units, with same joint treatment to eliminate evidence of replacement. 3. Pointing: during tooling of joints, enlarge voids or holes and completely fill with mortar or grout. Point-up joints at sealant type joints to provide a neat, uniform appearance, properly prepared to application of sealant. 4. Cleaning: Remove excess mortar/grout from exposed brick surfaces, wash and scrub clean. 5. Protect masonry paving installations from deterioration, discoloration or damage during subsequent constructions and until acceptance of work, in compliance with recommendations of installer and paving unit manufacturer. B. Trench Repair 1. Preparation Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 14 16 - 9 BRICK UNIT PAVING Page 9 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge of one repair to the edge of a second repair. b. Surface Preparation: mark pavement cut repairs for approval by the CITY. 2. Removal 1) Use care in removing brick pavers to be repaired to prevent damage to brick pavers adjacent to the repair area. 3. Installation: See Article 3.4. 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 3.4.A. Modified information to match City of Fort Worth Standard Detail Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 16 13 - 1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised October 05, 2016 SECTION 32 16 13 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete Curbs and Gutters 2. Concrete Valley Gutters 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 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Curb and Gutter a. Measurement 1) Measurement for this Item shall be by the linear foot of Concrete Curb and Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per linear foot of Concrete Curb and Gutter complete and in place by curb height. c. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 2. Concrete Valley Gutter a. Measurement 1) Measurement for this Item shall be by the square yard of Concrete Valley Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per square yard of Concrete Valley Gutter complete and in place for: a) Various street types Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 16 13 - 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised October 05, 2016 c. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: See Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forms: See Section 32 13 13. B. Concrete: 1. Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete curb, gutter, and curb & gutter is shown in the following table: Standard Classes of Pavement Concrete Class of Concrete Minimum Cementitious, Lb./CY 28 Day Min. Compressive Strength psi Maximum Water/ Cementitious Ratio Course Aggregate Maximum Size, inch A 470 3000 0.58 1-1/2 C. Reinforcement: See Section 32 13 13. D. Joint Filler 1. Wood Filler: see Section 32 13 13. 2. Pre-Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards b. Pre-molded asphalt board filler: ASTM D545 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 16 13 - 3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised October 05, 2016 c. Install the required size and uniform thickness and as specified in the Drawings. d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: See Section 32 13 73. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Demolition / Removal: See Section 02 41 13. 3.4 INSTALLATION A. Forms 1. Extend forms the full depth of concrete. 2. Wood forms: minimum of 1-1/2 inches in thickness 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. B. Reinforcing Steel 1. Place all necessary reinforcement for City approval prior to depositing concrete. 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other foreign substances. 3. Remove foreign substances from steel before placing. 4. Wire all bars at their intersections and at all laps or splices. 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is greater. C. Concrete Placement 1. Deposit concrete to maintain a horizontal surface. 2. Work concrete into all spaces and around any reinforcement to form a dense mass free from voids. 3. Work coarse aggregate away from contact with the forms 4. Hand-Laid Concrete – Curb and gutter a. Shape and compact subgrade to the lines, grades and cross section shown on the Drawings. b. Lightly sprinkle subgrade material immediately before concrete placement. c. Deposit concrete into forms. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 16 13 - 4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised October 05, 2016 d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the finished curb, unless otherwise approved. 5. Machine-Laid Concrete – Curb and Gutter a. Hand-tamp and sprinkle subgrade material before concrete placement. b. Provide clean surfaces for concrete placement. c. Place the concrete with approved self-propelled equipment. 1) The forming tube of the extrusion machine or the form of the slipform machine must easily be adjustable vertically during the forward motion of the machine to provide variable heights necessary to conform to the established gradeline. d. Attach a pointer or gauge to the machine so that a continual comparison can be made between the extruded or slipform work and the grade guideline. e. Brush finish surfaces immediately after extrusion or slipforming. 6. Hand-Laid Concrete – Concrete Valley Gutter: See Section 32 13 13. 7. Expansion joints a. Place expansion joints in the curb and gutter at 200-foot intervals and at intersection returns and other rigid structures. b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and pavement joints to a depth of 1-1/2 inches. c. Place expansion joints at all intersections with concrete driveways, curbs, buildings and other curb and gutters. d. Make expansion joints no less than 1/2 inch in thickness, extending the full depth of the concrete. e. Make expansion joints perpendicular and at right angles to the face of the curb. f. Neatly trim any expansion material extending above the finished to the surface of the finished work. g. Make expansion joints in the curb and gutter coincide with the concrete expansion joints. h. Longitudinal dowels across the expansion joints in the curb and gutter are required. i. Install 3 No. 4 round, smooth bars, 24 inches in length, for dowels at each expansion joint. j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that provides a minimum of 1 inch free expansion. k. Support dowels by an approved method. D. Curing: see Section 32 13 13. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Inspections 1. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture 4. Concrete placement, including conveying and depositing 5. Curing procedures and maintenance of curing temperature Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 16 13 - 5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised October 05, 2016 B. Concrete Tests: Perform testing of fresh concrete sample obtained according to ASTM C172 with the following requirements: 1. Testing Frequency: Obtain 1 fresh concrete sample for each day's pour of each concrete mixture exceeding 5 cubic yard, but less than 150 cubic yard, plus 1 set for each additional 150 cubic yard or fraction thereof. 2. Slump: ASTM C143; 1 test at point of placement for each concrete sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal-weight concrete; 1 test for each sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C1064; 1 test for each concrete sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 3 cylinders for each fresh concrete sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. 6. Compressive-Strength Tests: ASTM C39; a. Test 1 cylinder at 7 days. b. Test 2 cylinders at 28 days. 7. Upload test results into Buzzsaw within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete tester and inspector, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 8. Additional Tests: Additional tests of concrete shall be made when test results indicate that slump, air entrainment, compressive strengths, or other City specification requirements have not been met. The Lab Services division may conduct or request tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by the Project Manager. a. When the strength level of the concrete for any portion of the structure, as indicated by cylinder tests, falls below the specified requirements, provide improved curing conditions and/or adjustments to the mix design as required to obtain the required strength. If the average strength of the laboratory control cylinders falls so low as to be deemed unacceptable, follow the core test procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be approved by the Project Engineer. Core sampling and testing shall be at Contractors expense. b. If the results of the core tests indicate that the strength of the structure is inadequate, any replacement, load testing, or strengthening as may be ordered by the Project Engineer shall be provided by the Contractor without cost to the City. 9. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 10. Correct deficiencies in the Work that test reports and inspections indicate does not comply with the Contract Documents. 3.8 SYSTEM STARTUP [NOT USED] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 16 13 - 6 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 6 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised October 05, 2016 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.2. Modified payment item to vary by street type 10/05/2016 Z. Arega Added Subsection 2.2.B.1 and Subsection 3.7 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 17 23 - 1 PAVEMENT MARKINGS Page 1 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 SECTION 32 17 23 1 PAVEMENT MARKINGS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Pavement Markings 6 a. Thermoplastic, hot-applied, spray (HAS) pavement markings 7 b. Thermoplastic, hot-applied, extruded (HAE) pavement markings 8 c. Preformed polymer tape 9 d. Preformed heat-activated thermoplastic tape 10 2. Raised markers 11 3. Work zone markings 12 4. Removal of pavement markings and markers 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 – General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Pavement Markings 21 a. Measurement 22 1) Measurement for this Item shall be per linear foot of material placed. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under “Measurement” shall be paid for at the 26 unit price bid per linear foot of “Pvmt Marking” installed for: 27 a) Various Widths 28 b) Various Types 29 c) Various Materials 30 d) Various Colors 31 c. The price bid shall include: 32 1) Installation of Pavement Marking 33 2) Glass beads, when required 34 3) Surface preparation 35 4) Clean-up 36 5) Testing (when required) 37 2. Legends 38 a. Measurement 39 1) Measurement for this Item shall be per each Legend installed. 40 b. Payment 41 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 17 23 - 2 PAVEMENT MARKINGS Page 2 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 1) The work performed and materials furnished in accordance with this Item 1 shall be paid for at the unit price bid per each “Legend” installed for: 2 a) Various types 3 b) Various applications 4 c. The price bid shall include: 5 1) Installation of Pavement Marking 6 2) Glass beads, when required 7 3) Surface preparation 8 4) Clean-up 9 5) Testing 10 3. Raised Markers 11 a. Measurement 12 1) Measurement for this Item shall be per each Raised Marker installed. 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 shall be paid for at the unit price bid per each “Raised Marker” installed 16 for: 17 a) Various types 18 c. The price bid shall include: 19 1) Installation of Raised Markers 20 2) Surface preparation 21 3) Clean-up 22 4) Testing 23 4. Work Zone Tab Markers 24 a. Measurement 25 1) Measurement for this Item shall be per each Tab Marker installed. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 shall be paid for at the unit price bid per each “Tab Marker” installed for: 29 a) Various types 30 c. The price bid shall include: 31 1) Installation of Tab Work Zone Markers 32 5. Fire Lane Markings 33 a. Measurement 34 1) Measurement for this Item shall be per the linear foot. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under “Measurement” shall be paid for at the 38 unit price bid per linear foot of “Fire Lane Marking” installed. 39 c. The price bid shall include: 40 1) Surface preparation 41 2) Clean-up 42 3) Testing 43 6. Pavement Marking Removal 44 a. Measurement 45 1) Measure for this Item shall be per linear foot. 46 b. Payment 47 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 17 23 - 3 PAVEMENT MARKINGS Page 3 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 1) The work performed and materials furnished in accordance with this Item 1 and measured as provided under “Measurement” shall be paid for at the 2 unit price bid per linear foot of “Remove Pvmt Marking” performed for: 3 a) Various widths 4 c. The price bid shall include: 5 1) Removal of Pavement Markings 6 2) Clean-up 7 7. Raised Marker Removal 8 a. Measurement 9 1) Measurement for this Item shall be per each Pavement Marker removed. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 shall be paid for at the unit price bid per each “Remove Raised Marker” 13 performed. 14 c. The price bid shall include: 15 1) Removal of each Marker 16 2) Disposal of removed materials 17 3) Clean-up 18 8. Legend Removal 19 a. Measurement 20 1) Measure for this Item shall be per each Legend removed. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under “Measurement” shall be paid for at the 24 unit price bid per linear foot of “Remove Legend” performed for: 25 a) Various types 26 b) Various applications 27 c. The price bid shall include: 28 1) Removal of Pavement Markings 29 2) Clean-up 30 1.3 REFERENCES 31 A. Reference Standards 32 1. Reference standards cited in this Specification refer to the current reference 33 standard published at the time of the latest revision date logged at the end of this 34 Specification, unless a date is specifically cited. 35 2. Texas Manual on Uniform Traffic Control Devices (MUTCD), 2011 Edition 36 a. Part 3, Markings 37 3. American Association of State Highway and Transportation Officials (AASHTO) 38 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 39 4. Federal Highway Administration (FHWA) 40 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 41 5. Texas Department of Transportation (TxDOT) 42 a. DMS-4200, Pavement Markers (Reflectorized) 43 b. DMS-4300, Traffic Buttons 44 c. DMS-8220, Hot Applied Thermoplastic 45 d. DMS-8240, Permanent Prefabricated Pavement Markings 46 e. DMS-8241, Removable Prefabricated Pavement Markings 47 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 17 23 - 4 PAVEMENT MARKINGS Page 4 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 f. DMS-8242, Temporary Flexible-Reflective Road Marker Tabs 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 01 33 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY, STORAGE, AND HANDLING 11 A. Storage and Handling Requirements 12 1. The Contractor shall secure and maintain a location to store the material in 13 accordance with Section 01 50 00. 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER-SUPPLIED PRODUCTS 18 A. New Products 19 1. Refer to Drawings to determine if there are owner-supplied products for the Project. 20 2.2 MATERIALS 21 A. Manufacturers 22 1. Only the manufacturers as listed in the City’s Standard Products List will be 23 considered as shown in Section 01 60 00. 24 a. The manufacturer must comply with this Specification and related Sections. 25 2. Any product that is not listed on the Standard Products List is considered a 26 substitution and shall be submitted in accordance with Section 01 25 00. 27 B. Materials 28 1. Pavement Markings 29 a. Thermoplastic, hot applied, spray 30 1) Refer to Drawings and City Standard Detail Drawings for width of 31 longitudinal lines. 32 2) Product shall be especially compounded for traffic markings. 33 3) When placed on the roadway, the markings shall not be slippery when wet, 34 lift from pavement under normal weather conditions nor exhibit a tacky 35 exposed surface. 36 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 17 23 - 5 PAVEMENT MARKINGS Page 5 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 4) Cold ductility of the material shall permit normal road surface expansion 1 and contraction without chipping or cracking. 2 5) The markings shall retain their original color, dimensions and placement 3 under normal traffic conditions at road surface temperatures of 158 degrees 4 Fahrenheit and below. 5 6) Markings shall have uniform cross-section, clean edges, square ends and no 6 evidence of tracking. 7 7) The density and quality of the material shall be uniform throughout the 8 markings. 9 8) The thickness shall be uniform throughout the length and width of the 10 markings. 11 9) The markings shall be 95 percent free of holes and voids, and free of 12 blisters for a minimum of 60 days after application. 13 10) The material shall not deteriorate by contact with sodium chloride, calcium 14 chloride or other chemicals used to prevent roadway ice or because of the 15 oil content of pavement markings or from oil droppings or other effects of 16 traffic. 17 11) The material shall not prohibit adhesion of other thermoplastic markings if, 18 at some future time, new markings are placed over existing material. 19 a) New material shall bond itself to the old line in such a manner that no 20 splitting or separation takes place. 21 12) The markings placed on the roadway shall be completely retroreflective 22 both internally and externally with traffic beads and shall exhibit uniform 23 retro-directive reflectance. 24 13) Traffic beads 25 a) Manufactured from glass 26 b) Spherical in shape 27 c) Essentially free of sharp angular particles 28 d) Essentially free of particles showing cloudiness, surface scoring or 29 surface scratching 30 e) Water white in color 31 f) Applied at a uniform rate 32 g) Meet or exceed Specifications shown in AASHTO Standard 33 Specification for Glass Beads Used in Pavement Markings, AASHTO 34 Designation: M 247-09. 35 b. Thermoplastic, hot applied, extruded 36 1) Product shall be especially compounded for traffic markings 37 2) When placed on the roadway, the markings shall not be slippery when wet, 38 lift from pavement under normal weather conditions nor exhibit a tacky 39 exposed surface. 40 3) Cold ductility of the material shall permit normal road surface expansion 41 and contraction without chipping or cracking. 42 4) The markings shall retain their original color, dimensions and placement 43 under normal traffic conditions at road surface temperatures of 158 degrees 44 Fahrenheit and below. 45 5) Markings shall have uniform cross-section, clean edges, square ends and no 46 evidence of tracking. 47 6) The density and quality of the material shall be uniform throughout the 48 markings. 49 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 17 23 - 6 PAVEMENT MARKINGS Page 6 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 7) The thickness shall be uniform throughout the length and width of the 1 markings. 2 8) The markings shall be 95 percent free of holes and voids, and free of 3 blisters for a minimum of 60 days after application. 4 9) The minimum thickness of the marking, as measured above the plane 5 formed by the pavement surface, shall not be less than 1/8 inch in the center 6 of the marking and 3/32 inch at a distance of ½ inch from the edge. 7 10) Maximum thickness shall be 3/16 inch. 8 11) The material shall not deteriorate by contact with sodium chloride, calcium 9 chloride or other chemicals used to prevent roadway ice or because of the 10 oil content of pavement markings or from oil droppings or other effects of 11 traffic. 12 12) The material shall not prohibit adhesion of other thermoplastic markings if, 13 at some future time, new markings are placed over existing material. New 14 material shall bond itself to the old line in such a manner that no splitting or 15 separation takes place. 16 13) The markings placed on the roadway shall be completely retroreflective 17 both internally and externally with traffic beads and shall exhibit uniform 18 retro-directive reflectance. 19 14) Traffic beads 20 a) Manufactured from glass 21 b) Spherical in shape 22 c) Essentially free of sharp angular particles 23 d) Essentially free of particles showing cloudiness, surface scoring or 24 surface scratching 25 e) Water white in color 26 f) Applied at a uniform rate 27 g) Meet or exceed Specifications shown in AASHTO Standard 28 Specification for Glass Beads Used in Pavement Markings, AASHTO 29 Designation: M 247-09. 30 c. Preformed Polymer Tape 31 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 32 3M High Performance Tape Series 3801 ES, or approved equal. 33 d. Preformed Heat-Activated Thermoplastic Tape 34 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 35 mil preformed thermoplastic or approved equal. 36 2. Raised Markers 37 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 38 Control Devices. 39 b. Non-reflective markers shall be Type Y (yellow body) and Type W (white 40 body) round ceramic markers and shall meet or exceed the TxDOT 41 Specification DMS-4300. 42 c. The reflective markers shall be plastic, meet or exceed the TxDOT 43 Specification DMS-4200 for high-volume retroreflective raised markers and be 44 available in the following types: 45 1) Type I-C, white body, 1 face reflects white 46 2) Type II-A-A, yellow body, 2 faces reflect amber 47 3) Type II-C-R, white body, 1 face reflects white, the other red 48 49 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 17 23 - 7 PAVEMENT MARKINGS Page 7 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 3. Work Zone Markings 1 a. Tabs 2 1) Temporary flexible-reflective roadway marker tabs shall meet requirements 3 of TxDOT DMS-8242, “Temporary Flexible-Reflective Road Marker 4 Tabs.” 5 2) Removable markings shall not be used to simulate edge lines. 6 3) No segment of roadway open to traffic shall remain without permanent 7 pavement markings for a period greater than 14 calendar days. 8 b. Raised Markers 9 1) All raised pavement markers shall meet the requirements of DMS-4200. 10 c. Striping 11 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS-12 8200. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL 15 A. Performance 16 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 17 the requirements detailed in the table below for a minimum of 30 calendar days. 18 Posted Speed (mph) ≤ 30 35 – 50 ≥ 55 2-lane roads with centerline markings only (1) n/a 100 250 All other roads (2) n/a 50 100 (1) Measured at standard 30-m geometry in units of mcd/m2/lux. 19 (2) Exceptions: 20 A. When raised reflective pavement markings (RRPMs) supplement or substitute for a 21 longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as 22 long as the RRPMs are maintained so that at least 3 are visible from any position along that 23 line during nighttime conditions. 24 B. When continuous roadway lighting assures that the markings are visible, minimum 25 pavement marking retroreflectivity levels are not applicable. 26 PART 3 - EXECUTION 27 3.1 EXAMINATION [NOT USED] 28 3.2 PREPARATION 29 A. Pavement Conditions 30 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 31 markings and other forms of contamination. 32 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 33 curing membrane. 34 3. Pavement to which material is to be applied shall be completely dry. 35 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 17 23 - 8 PAVEMENT MARKINGS Page 8 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 1 minutes, no condensation develops on the underside of a 1 square foot piece of 2 clear plastic that has been placed on the pavement and weighted on the edges. 3 5. Equipment and methods used for surface preparation shall not damage the 4 pavement or present a hazard to motorists or pedestrians. 5 3.3 INSTALLATION 6 A. General 7 1. The materials shall be applied according to the manufacturer’s recommendations. 8 2. Markings and markers shall be applied within temperature limits recommended by 9 the material manufacturer, and shall be applied on clean, dry pavement having a 10 surface temperature above 50 degrees Fahrenheit. 11 3. Markings that are not properly applied due to faulty application methods or being 12 placed in the wrong position or alignment shall be removed and replaced by the 13 Contractor at the Contractor’s expense. If the mistake is such that it would be 14 confusing or hazardous to motorists, it shall be remedied the same day of 15 notification. Notification will be made by phone and confirmed by fax. Other 16 mistakes shall be remedied within 5 days of written notification. 17 4. When markings are applied on roadways open to traffic, care will be taken to 18 ensure that proper safety precautions are followed, including the use of signs, 19 cones, barricades, flaggers, etc. 20 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 21 6. Temperature of the material must be equal to the temperature of the road surface 22 before allowing traffic to travel on it. 23 B. Pavement Markings 24 1. Thermoplastic, hot applied, spray 25 a. This method shall be used to install and replace long lines – centerlines, lane 26 lines, edge lines, turn lanes, and dots. 27 b. Markings shall be applied at a 110 mil thickness. 28 c. Markings shall be applied at a 90 mil thickness when placed over existing 29 markings. 30 d. A sealer shall be used if concrete or asphalt is older than three (3) years. 31 e. Typical setting time shall be between 4 minutes and 10 minutes depending 32 upon the roadway surface temperature and the humidity factor. 33 f. Retroreflective raised markers shall be used to supplement the centerlines, lane 34 lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 35 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 36 subparagraph 2.4.A.1 of this Specification. 37 2. Thermoplastic, hot applied, extruded 38 a. This method shall be used to install and replace crosswalks and stop-lines. 39 b. Markings shall be applied at a 125 mil thickness. 40 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 41 this Specification. 42 3. Preformed Polymer Tape 43 a. This method shall be used to install and replace crosswalks, stop-lines, and 44 legends. 45 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 17 23 - 9 PAVEMENT MARKINGS Page 9 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 b. The applied marking shall adhere to the pavement surface with no slippage or 1 lifting and have square ends, straight lines and clean edges. 2 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 3 this Specification. 4 4. Preformed Heat-Activated Thermoplastic Tape 5 a. This method shall be used to install and replace crosswalks, stop-lines, and 6 legends. 7 b. The applied marking shall adhere to the pavement surface with no slippage or 8 lifting and have square ends, straight lines and clean edges. 9 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 10 this Specification. 11 C. Raised Markers 12 1. All permanent raised pavement markers on Portland Cement roadways shall be 13 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 14 2. All permanent raised pavement markers on new asphalt roadways may be installed 15 with epoxy or bituminous adhesive. 16 3. A chalk line, chain or equivalent shall be used during layout to ensure that 17 individual markers are properly aligned. All markers shall be placed uniformly 18 along the line to achieve a smooth continuous appearance. 19 D. Work Zone Markings 20 1. Work shall be performed with as little disruption to traffic as possible. 21 2. Install longitudinal markings on pavement surfaces before opening to traffic. 22 3. Maintain lane alignment traffic control devices and operations until markings are 23 installed. 24 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 25 shown on the Drawings. 26 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 27 of a surface treatment, unless otherwise shown on the Drawings. 28 6. Place markings in proper alignment with the location of the final pavement 29 markings. 30 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 31 transverse lines. 32 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 33 from a distance of at least 160 feet in nighttime conditions, illuminated by low-34 beam automobile headlight. 35 9. The daytime and nighttime reflected color of the markings must be distinctly white 36 or yellow. 37 10. The markings must exhibit uniform retroreflective characteristics. 38 11. Epoxy adhesives shall not be used to work zone markings. 39 3.4 REMOVALS 40 1. Pavement Marking and Marker Removal 41 a. The industry’s best practice shall be used to remove existing pavement 42 markings and markers. 43 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 17 23 - 10 PAVEMENT MARKINGS Page 10 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 b. If the roadway is being damaged during the marker removal, Work shall be 1 halted until consultation with the City. 2 c. Removals shall be done in such a matter that color and texture contrast of the 3 pavement surface will be held to a minimum. 4 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 5 ¼ inch in depth resulting from the removal of pavement markings and markers. 6 Driveway patch asphalt emulsion may be broom applied to reseal damage to 7 asphaltic surfaces. 8 e. Dispose of markers in accordance with federal, state, and local regulations. 9 f. Use any of the following methods unless otherwise shown on the Drawings. 10 1) Surface Treatment Method 11 a) Apply surface treatment at rates shown on the Drawings or as directed. 12 Place a surface treatment a minimum of 2 feet wide to cover the 13 existing marking. 14 b) Place a surface treatment, thin overlay, or microsurfacing a minimum 15 of 1 lane in width in areas where directional changes of traffic are 16 involved or in other areas as directed by the City. 17 2) Burn Method 18 a) Use an approved burning method. 19 b) For thermoplastic pavement markings or prefabricated pavement 20 markings, heat may be applied to remove the bulk of the marking 21 material prior to blast cleaning. 22 c) When using heat, avoid spalling pavement surfaces. 23 d) Sweeping or light blast cleaning may be used to remove minor residue. 24 3) Blasting Method 25 a) Use a blasting method such as water blasting, abrasive blasting, water 26 abrasive blasting, shot blasting, slurry blasting, water-injected abrasive 27 blasting, or brush blasting as approved. 28 b) Remove pavement markings on concrete surfaces by a blasting method 29 only. 30 4) Mechanical Method 31 a) Use any mechanical method except grinding. 32 b) Flail milling is acceptable in the removal of markings on asphalt and 33 concrete surfaces. 34 2. If a location is to be paved over, no additional compensation will be allowed for 35 marking or marker removal. 36 3.5 REPAIR / RESTORATION [NOT USED] 37 3.6 RE-INSTALLATION [NOT USED] 38 3.7 FIELD QUALITY CONTROL 39 A. All lines must have clean edges, square ends, and be uniform cross-section. 40 B. The density and quality of markings shall be uniform throughout their thickness. 41 C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 42 shall be free of blisters. 43 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 17 23 - 11 PAVEMENT MARKINGS Page 11 of 11 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 3.8 SYSTEM STARTUP [NOT USED] 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING 3 A. Contractor shall clean up and remove all loose material resulting from construction 4 operations. 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 11 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language 12 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 17 25 - 1 CURB ADDRESS PAINTING Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version November 4, 2013 SECTION 32 17 25 CURB ADDRESS PAINTING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Painting of house addresses on curb of driveway radiuses that are removed and replaced as shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall include two curb faces. Both curb faces shall be paid for as a single bid item. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Curb Address Painting” completed per address. 3. The price bid shall include: a. Furnishing all labor, materials and equipment b. Any incidentals necessary to complete Curb Address Painting 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the latest revision date logged at the end of this Specification, unless a date is specifically cited. 1.4 – 1.12 [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. All materials shall be of recent product and suitable for its intended purpose. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 17 25 - 2 CURB ADDRESS PAINTING Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version November 4, 2013 2. Background paint shall be 7100 Series 100% Acrylic Satin White paint manufactured by Kwal Paint, or approved equal. 3. Lettering paint shall be 7100 Series 100% Acrylic Satin Black paint manufactured by Kwal Paint, or approved equal. B. Size Requirements 1. The minimum size for the background shall be 6-inches wide by 16-inches long, or as directed in the Drawings. 2. The minimum size for letters shall be 4-inches high, or as directed in the Drawings. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation 1. Provide surface preparation in accordance with manufacturer’s recommendations. B. Surface Conditions 1. Unless approved otherwise by the City, surface conditions must meet the following minimum requirements: a. Concrete has cured for a minimum of 28-days b. Surface temperature greater than 50˚F and less than 95˚F 2. No work shall occur if weather conditions may harm or damage the final finished surface. 3.4 APPLICATION A. Apply in accordance with the manufacturer’s recommendations. B. Background Application 1. Apply the background with 3- or 4-inch roller with ½-inch nap, unless otherwise approved by the City. C. Letter Application 1. Apply the lettering with 1- or ½-inch artificial nylon or polyester or combination brush and stencils, unless otherwise approved by the City. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 17 25 - 3 CURB ADDRESS PAINTING Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version November 4, 2013 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/4/2013 Fred Griffin Clarified 1.2.A.1.a – to show bid item includes two curb faces. And 1.2.A.2.a – includes per address. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 91 19 - 1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 32 91 19 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by cubic yard of Topsoil in place. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per cubic yard of Topsoil. b. All excavation required by this Item in cut sections shall be measured in accordance with provisions for the various excavation items involved with the provision that excavation will be measured and paid for once, regardless of the manipulations involved. 3. The price bid shall include: a. Furnishing Topsoil b. Loading c. Hauling d. Placing 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION 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] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 91 19 - 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Topsoil 1. Use easily cultivated, fertile topsoil that: a. Is free from objectionable material including subsoil, weeds, clay lumps, non- soil materials, roots, stumps or stones larger than 1.5 inches b. Has a high resistance to erosion c. Is able to support plant growth 2. Secure topsoil from approved sources. 3. Topsoil is subject to testing by the City. 4. pH: 5.5 to 8.5. 5. Liquid Limit: 50 or less 6. Plasticity Index: 20 or less 7. Gradation: maximum of 10 percent passing No. 200 sieve B. Water: Clean and free of industrial wastes and other substances harmful to the growth of vegetation 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Finishing of Parkways 1. Smoothly shape parkways, shoulders, slopes, and ditches. 2. Cut parkways to finish grade prior to the placing of any improvements in or adjacent to the roadway. 3. In the event that unsuitable material for parkways is encountered, extend the depth of excavation in the parkways 6 inches and backfill with top soil. 4. Make standard parkway grade perpendicular to and draining to the curb line. a. Minimum: 1/4 inch per foot b. Maximum: 4:1 c. City may approve variations from these requirements in special cases. 5. Whenever the adjacent property is lower than the design curb grade and runoff drains away from the street, the parkway grade must be set level with the top of the curb. 6. The design grade from the parkway extends to the back of the walk line. 7. From that point (behind the walk), the grade may slope up or down at maximum slope of 4:1. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 91 19 - 3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 B. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2. Place and shape the topsoil as directed. 3. Hand rake finish a minimum of 5 feet from all flatwork. 4. Tamp the topsoil with a light roller or other suitable equipment. 3.5 REPAIR/RESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 92 13 - 1 HYDROMULCHING, SEEDING AND SODDING Page 1 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 32 92 13 HYDROMULCHING, SEEDING AND SODDING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, or as directed. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 91 19 – Topsoil Placement and Finishing of Parkways 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Block Sod Placement a. Measurement 1) Measurement for this Item shall be by the square yard of Block Sod placed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per square yard of Block Sod placed. c. The price bid shall include: 1) Furnishing and placing all sod 2) Rolling and tamping 3) Watering (until established) 4) Disposal of surplus materials 2. Seeding a. Measurement 1) Measurement for this Item shall be by the square yard of Seed spread. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per square yard of Seed placed for various installation methods. c. The price bid shall include: 1) Furnishing and placing all Seed 2) Furnishing and applying water for seed fertilizer 3) Slurry and hydraulic mulching 4) Fertilizer 5) Watering and mowing (until established) 6) Disposal of surplus materials 3. Mowing a. Measurement Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 92 13 - 2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) Measurement for this Item shall per each. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per each. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Seed 1. Vendors’ certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (PLS) b. Name and type of seed 2. All seed shall be tested in a laboratory with certified results presented to the City in writing, prior to planting. 3. All seed to be of the previous season's crop and the date on the container shall be within 12 months of the seeding date. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Block Sod 1. Protect from exposure to wind, sun and freezing. 2. Keep stacked sod moist. B. Seed 1. If using native grass or wildflower seed, seed must have been harvested within 100 miles of the construction site. 2. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City. C. Fertilizer 1. Provide fertilizer labeled with the analysis. 2. Conform to Texas fertilizer law. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS AND EQUIPMENT A. Materials Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 92 13 - 3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Block Sod a. Sod Varieties (match existing if applicable) 1) "Stenotaphrum secundatum" (St. Augustine grass) 2) "Cynodon dactylon" (Common Bermudagrass) 3) "Buchloe dactyloides" (Buffalograss) 4) an approved hybrid of Common Bermudagrass 5) or an approved Zoysiagrass b. Sod must contain stolons, leaf blades, rhizomes and roots. c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable foreign materials and weeds and grasses deleterious to its growth or which might affect its subsistence or hardiness when transplanted. d. Minimum sod thickness: 3/4 inch e. Maximum grass height: 2 inches f. Acceptable growing beds 1) St. Augustine grass sod: clay or clay loam topsoil 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils g. Dimensions 1) Machine cut to uniform soil thickness. 2) Sod shall be of equal width and of a size that permits the sod to be lifted, handled and rolled without breaking. h. Broken or torn sod or sod with uneven ends shall be rejected. 2. Seed a. General 1) Plant all seed at rates based on pure live seed (PLS) a) Pure Live Seed (PLS) determined using the formula: (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + Percent Firm or Hard Seed) + 100] 2) Availability of Seed a) Substitution of individual seed types due to lack of availability may be permitted by the City at the time of planting. b) Notify the City prior to bidding of difficulties locating certain species. 3) Weed seed a) Not exceed ten percent by weight of the total of pure live seed (PLS) and other material in the mixture b) Seed not allowed: (1) Johnsongrass (2) Nutgrass seed 4) Harvest seed within 1-year prior to planting b. Non-native Grass Seed 1) Plant between April 15 and September 10 Lbs. PLS/Acre Common Name Botanical Name Purity (percent) Germination (percent) 25 Bermuda (unhulled) cynodon dactylon 85 90 75 Bermuda (hulled) cynodon dactylon 95 90 2) Plant between September 10 and April 15 Lbs. PLS/Acre Common Name Botanical Name Purity (percent) Germination (percent) Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 92 13 - 4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 220 Rye Grass lolium multiflorum 85 90 75 Bermuda (unhulled) cynodon dactylon 95 90 c. Native Grass Seed 1) Plant between February 1 and October 1. Lbs. PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis d. Wildflower Seed 1) Plant between the following: a) March 5 and May 31 b) September 1 and December 1 Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea *not to be planted within ten feet of a road or parking lot or within three feet of a walkway e. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant seeds. 3. Mulch a. For use with conventional mechanical or hydraulic planting of seed. b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products (waste products from paper mills or recycled newspaper). c. No growth or germination inhibiting factors. d. No more than ten percent moisture, air dry weight basis. e. Additives: binder in powder form. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 92 13 - 5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 f. Form a strong moisture retaining mat. 4. Fertilizer a. Acceptable condition for distribution b. Applied uniformly over the planted area c. Analysis 1) 16-20-0 2) 16-8-8 d. Fertilizer rate: 1) Not required for wildflower seeding 2) Newly established seeding areas - 100 pounds of nitrogen per acre 3) Established seeding areas - 150 pounds of nitrogen per acre 5. Topsoil: See Section 32 91 19. 6. Water: clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. 7. Soil Retention Blanket a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington, Texas 76001, 1-800-777-SOIL or approved equal. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation: clear surface of all material including: 1. Stumps, stones, and other objects larger than one inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. B. Tilling 1. Compacted areas: till 1 inch deep 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less seed/water run-off 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. 3.4 INSTALLATION A. Block Sodding 1. General a. Place sod between curb and walk and on terraces that is the same type grass as adjacent grass or existing lawn. b. Plant between the average last freeze date in the spring and 6 weeks prior to the average first freeze in the fall. 2. Installation Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 92 13 - 6 HYDROMULCHING, SEEDING AND SODDING Page 6 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. Plant sod specified after the area has been completed to the lines and grades shown on the Drawings with 6 inches of topsoil. b. Use care to retain native soil on the roots of the sod during the process of excavating, hauling and planting. c. Keep sod material moist from the time it is dug until planted. d. Place sod so that the entire area designated for sodding is covered. e. Fill voids left in the solid sodding with additional sod and tamp. f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm earth in areas that may slide due to the height or slope of the surface or nature of the soil. 3. Watering and Finishing a. Furnish water as an ancillary cost to Contractor by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.B. b. Thoroughly water sod immediately after planted. c. Water until established. d. Generally, an amount of water that is equal to the average amount of rainfall plus 1/2 inch per week should be applied until accepted. If applicable, plant large areas by irrigation zones to ensure areas are watered as soon as they are planted. B. Seeding 1. General a. Seed only those areas indicated on the Drawings and areas disturbed by construction. b. Mark each area to be seeded in the field prior to seeding for City approval. 2. Broadcast Seeding a. Broadcast seed in 2 directions at right angles to each other. b. Harrow or rake lightly to cover seed. c. Never cover seed with more soil than twice its diameter. d. For wildflower plantings: 1) Scalp existing grasses to 1 inch 2) Remove grass clippings, so seed can make contact with the soil. 3. Mechanically Seeding (Drilling): a. Uniformly distribute seed over the areas shown on the Drawings or as directed. b. All varieties of seed and fertilizer may be distributed at the same time provided that each component is uniformly applied at the specified rate. c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type drill. d. Drill on the contour of slopes e. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. f. Roll slope areas on the contour. 4. Hydromulching a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is uniformly suspended to form a homogenous slurry. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 92 13 - 7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2) Mixture forms a blotter-like ground cover impregnated uniformly with grass seed. 3) Mixture is applied within 30 minutes after placed in the equipment. b. Placing 1) Uniformly distribute in the quantity specified over the areas shown on the Drawings or as directed. 5. Fertilizing: uniformly apply fertilizer over seeded area. 6. Watering a. Furnish water by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.B. b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. c. Water as direct by the City at least twice daily for 14 days after seeding in such a manner as to prevent washing of the slopes or dislodgement of the seed. d. Water until final acceptance. e. Generally, an amount of water that is equal to the average amount of rainfall plus 1/2 inch per week should be applied until accepted. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Block Sodding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Sod shall not be considered finally accepted until the sod has started to peg down (roots growing into the soil) and is free from dead blocks of sod. B. Seeding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed b. Vegetation is free from bare areas 3. Turf will be accepted once fully established. a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow cycle performed by the Contractor prior to consideration of acceptance by the City. C. Rejection Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 32 92 13 - 8 HYDROMULCHING, SEEDING AND SODDING Page 8 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. City may reject block sod or seeded area on the basis of weed populations. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 01 30 - 1 SEWER AND MANHOLE TESTING Page 1 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 01 30 SEWER AND MANHOLE TESTING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing for sanitary sewer pipe and manholes prior to placing in service a. Low Pressure Air Test and Deflection (Mandrel) Test 1) Excludes pipe with flow 2) Hydrostatic Testing is not allowed. b. Vacuum Testing for sanitary sewer manholes 2. Before any newly constructed sanitary sewer pipe and manholes are placed into service it shall be cleaned and tested. 3. Pipe testing will include low pressure air test for 60-inch pipe and smaller. 4. Pipe testing will include low pressure air test of joints for 27-inch or larger pipe. 5. Pipe testing will include deflection (mandrel) test for pipe. 6. Hydrostatic testing is not allowed. 7. Manhole testing will include vacuum test. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 03 80 00 – Modifications to Existing Concrete Structures 4. Section 33 04 50 – Cleaning of Sewer Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Pipe Testing a. Measurement 1) This Item is considered subsidiary to the sanitary sewer main (pipe) completed in place. b. Payment 1) The work performed and the materials furnishing in accordance with this Item are subsidiary to the unit price bid per linear foot of sanitary sewer main (pipe) complete in place, and no other compensation will be allowed. 2. Manhole Testing a. Measurement 1) Measurement for testing manholes shall be per each vacuum test. b. Payment Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 01 30 - 2 SEWER AND MANHOLE TESTING Page 2 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each vacuum test completed. c. The price bid shall include: 1) Mobilization 2) Plugs 3) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Test and Evaluation Reports 1. All test reports generated during testing (pass and fail) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Certifications 1. Mandrel Equipment a. If requested by City, provide Quality Assurance certification that the equipment used has been designed and manufactured in accordance to the required specifications. 2. Joint Testing a. Testing Service - Engage a qualified independent testing agency to perform joint evaluation tests b. Equipment - If requested by City, provide Quality Assurance certification that the equipment used has been designed and manufactured in accordance to the required specifications. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 01 30 - 3 SEWER AND MANHOLE TESTING Page 3 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Low Pressure Air Test (Pipe 60 inch and smaller) 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. B. Low Pressure Joint Air Test (Pipe 27 inch or larger) 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 2. Assemble individual joint tester over each joint from within the pipe. C. Deflection (mandrel) test (Pipe) 1. Perform as last work item before final inspection. 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 3. Materials a. Mandrel used for deflection test 1) Use of an uncertified mandrel or a mandrel altered or modified after certification will invalidate the deflection test. 2) Mandrel requirements a) Odd number of legs with 9 legs minimum b) Effective length not less than its nominal diameter c) Fabricated of rigid and nonadjustable steel d) Fitted with pulling rings and each end e) Stamped or engraved on some segment other than a runner indicating the following: (1) Pipe material specification (2) Nominal size (3) Mandrel outside diameter (OD) f) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. g) Mandrel equipment shall be suitable for the pipe material to prevent damage to the pipe. Consult manufacturer for appropriate mandrel equipment. D. Vacuum test (Manhole) 1. Plug lifting holes and exterior joints. 2. Plug pipes and stubouts entering the manhole. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 01 30 - 4 SEWER AND MANHOLE TESTING Page 4 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum is drawn. 4. Plug pipes with drop connections beyond drop. 5. Place test head inside the frame at the top of the manhole. 3.4 INSTALLATION A. Low pressure air test (Pipe 60” Inch and Smaller) 1. Install plug with inlet tap. 2. Connect air hose to inlet tap and a portable air control source. 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 psig. Minimum permissible pressure holding time per diameter per length of pipe is computed from the following equation: T = (0.0850*D*K) Q Where: T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig K = 0.000419*D*L, but not less than 1.0 D = nominal pipe diameter, inches L = length of pipe being tested (by pipe size), feet Q = 0.0015, cubic feet per minute per square foot of internal surface 5. UNI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch through 60-inch based on the equation above. UNI-B-6, Table 1 Minimum specified time required for a 1.0 psig pressure drop for size and length of pipe indicated for q = 0.0015 12 3 4 Pipe Diameter (in.) Minimum Time (min: sec} Length for Minimum Time (ft) Time for Longer Length (sec) 100ft 150ft 200ft 250ft 300ft 350ft 400ft 450ft 4 3:46 597 .380 L 3:46 3:46 3:46 3:46 3:46 3:46 3:46 3:46 6 5:40 398 .854 L 5:40 5:40 5:40 5:40 5:40 5:40 5:42 6:24 8 7:34 298 1.520 L 7:34 7:34 7:34 7:34 7:36 8:52 10:08 11:24 10 9:26 239 2.374 L 9:26 9:26 9:26 9:53 11:52 13:51 15:49 17:48 12 11:20 199 3.418 L 11:20 11:20 11:24 14:15 17:05 19:56 22:47 25:38:00 15 14:10 159 5.342 L 14:10 14:10 17:48 22:15 26:42:00 31:09:00 35:36:00 40:04:00 18 17:00 133 7.692 L 17:00 19:13 25:38:00 32:03:00 38:27:00 44:52:00 51:16:00 57:41:00 21 19:50 114 10.470 L 19:50 26:10:00 34:54:00 43:37:00 52:21:00 61:00:00 69:48:00 78:31:00 24 22:40 99 13.674 L 22:47 34:11:00 45:34:00 56:58:00 68:22:00 79:46:00 91:10:00 102:33:00 27 25:30:00 88 17.306 L 28:51:00 43:16:00 57:41:00 72:07:00 86:32:00 100:57:00 115:22:00 129:48:00 30 28:20:00 80 21.366 L 35:37:00 53:25:00 71:13:00 89:02:00 106:50:00 124:38:00 142:26:00 160:15:00 33 31:10:00 72 25.852 L 43:05:00 64:38:00 86:10:00 107:43:00 129:16:00 150:43:00 172:21:00 193:53:00 36 34:00:00 66 30.768 L 51:17:00 76:55:00 102:34:00 128:12:00 153:50:00 179:29:00 205:07:00 230:46:00 42 39:48:00 57 41.883L 69:48:00 104:42:00 139:37:00 174:30:00 209:24:00 244:19:00 279:13:00 314:07:00 48 45:34:00 50 54.705 L 91:10:00 136:45:00 182:21:00 227:55:00 273:31:00 319:06:00 364:42:00 410:17:00 54 51:02:00 44 69.236 L 115:24:00 173:05:00 230:47:00 288:29:00 346:11:00 403:53:00 461:34:00 519:16:00 60 56:40:00 40 85.476 L 142:28:00 213:41:00 284:55:00 356:09:00 427:23:00 498:37:00 569:50:00 641:04:00 Specification Time for Length (L) Shown (min:sec) Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 01 30 - 5 SEWER AND MANHOLE TESTING Page 5 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 6. Stop test if no pressure loss has occurred during the first 25 percent of the calculated testing time. B. Low pressure joint air test (27 Inch or larger pipe) 1. All pipe joints, for all pipe materials, shall be tested in accordance with ASTM C1103 as follows: 2. Equipment shall be the product of manufacturers having more than five years of regular production of successful joint testers. Joint tester shall be as manufactured by Cherne Industrial, Inc., of Edina, Minnesota, or approved equal. 3. Follow equipment manufacturer's recommendations when performing tests; only experienced technicians shall perform tests. 4. The testing equipment shall be assembled and positioned over the center of the pipe joint and the end element tubes inflated to a maximum of 25 psi. 5. Pressurize the center joint test area to 4.0 psig and allow the temperature and pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to testing. 6. To test, adjust the pressure to 3.5 psig and measure the time required to decrease the pressure from 3.5 psig to 2.5 psig. 7. The joint is acceptable if the time for the pressure to drop from 3.5 psig to 2.5 psig is greater than 10 seconds. C. Deflection (mandrel) test (Pipe) 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to ensure that maximum allowable deflection is not exceeded. 2. Maximum percent deflection by pipe size is as follows: Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3.0 D. Vacuum test (Manhole) 1. Test manhole prior to coating with epoxy or other material. 2. Draw a vacuum of 10 inches of mercury and turn off the pump. 3. With the valve closed, read the level vacuum level after the required test time. 4. Minimum time required for vacuum drop of 1 inch of mercury is as follows: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 01 30 - 6 SEWER AND MANHOLE TESTING Page 6 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 Depth of Manhole, feet 4-foot Dia Seconds 5-foot Dia Seconds 6-foot Dia Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 16 40 52 67 18 40 59 73 ** T=5 T=6.5 T=8 ** For manholes over 18 feet deep, add “T” seconds as shown for each respective diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 seconds. 40+6(5)=70 seconds) 5. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have failed the test. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Non-Conforming Work 1. Low pressure air test (Pipe 60 Inch and smaller) a. Should the air test fail, find and repair leak(s) and retest. 2. Low pressure joint air test (Pipe 27 inch or larger) a. 100 percent of all joints shall be field tested, prior to the placement of backfill over the spring line of the pipe, after the pipe has been substantially locked in to place by embedment. If the pipe does not pass the field air test, the joint will be pulled and refitted or rejected and removed from the project. After full placement of backfill and proper compaction, 100% of all joints will be tested again, as the installation progresses. At no time shall pipe installation exceed 300 feet beyond the last joint tested. b. No more than 2 percent of the total number of joints failing to meet the requirements of this test shall be field repaired by joint grout injection, or band clamps, or other method. Any joints over 2% requiring field repairs shall be rejected and removed from the project site. Rejected pipe shall be removed from the project. Installation shall be stopped until defective joints are repaired or replaced. 3. Should Deflection (mandrel) test (Pipe) a. Should the mandrel fail to pass, the pipe is considered overdeflected. b. Uncover overdeflected pipe. Reinstall if not damaged. c. If damaged, remove and replace. 4. Vacuum test (Manhole) Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 01 30 - 7 SEWER AND MANHOLE TESTING Page 7 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. Should the vacuum test fail, repair suspect area and retest. 1) External repairs required for leaks at pipe connection to manhole. a) Shall be in accordance with Section 03 80 00. 2) Leaks within the manhole structure may be repaired internally or externally. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/10/2018 W. Norwood 3.4.D Require testing prior to coating manholes 9/7/2018 W. Norwood 3.3, A&B, Add individual joint testing option for 27 inch and larger with independent testing. 3.4.A Include UNI-B-6, Table 1 for low pressure air test 4.4.B Include individual joint testing requirements Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 POST INSTALLA TION MANHOLE VACUUM TEST FORM Company Name : Address: Phone #: Cell: Work: Coating Date: Crew Leader: Project Name: Project #: Contractor: Owner: Indicate Pass/Fail: Location of Structure : Manhole Pour or Placement Date: MANHOLE INFORMATION Line & Station #: Other: Structure Type: (check one) 4’ DI MH TYPE A FLDW DIV BOX 5’ DI MH TYPE B FLDW DIV BOX 6’ DI MH JUNCTION BOX 7’ DI MH SPHIPHON ENTRY BOX METERING STATION Vacuum Test Results Inspection Date: Repair Locations Inspection Company: Inspector Name: Repair Date: Repair Location: Type of Repair: Repair Materials: Comments: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 01 31 - 1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 1 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 3, 2016 SECTION 33 01 31 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of sanitary sewer or storm sewer mains 2. For sanitary sewer projects all (existing: Pre-CCTV, proposed: Post-CCTV) main shall be inspected. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 33 03 10 – Bypass Pumping of Existing Sewer Systems 4. Section 33 04 50 – Cleaning of Sewer Mains 5. Section 01 32 16 – Construction Progress Schedule 1.2 PRICE AND PAYMENT PROCEDURES A. Pre-CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed prior to any line modification or replacement determined from the distance recorded on the video log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per linear foot for “Pre-CCTV Inspection”. 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file B. Post-CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recorded on the video log. 2. Payment Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 01 31 - 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 2 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 3, 2016 a. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per linear foot for “Post-CCTV Inspection”. 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. City of Fort Worth Water Department a. City of Fort Worth Water Department CCTV Inspection and Defect Coding Program (CCTV Manual). The CCTV Manual is available for download on Buzzsaw. Location: Resources\70 – Inspection Tools\Standard Construction b. City of Fort Worth Water Department CCTV Spread Sheet Log is available for download on Buzzsaw. Location: Resources\70 – Inspection Tools\Standard Construction. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Sanitary Sewer Lines a. Meet with City of Fort Worth Water Department staff to confirm that the appropriate equipment, software, standard templates, defect codes and defect rankings are being used, if required. 2. Storm Sewer Lines a. Meet with City of Fort Worth Transportation/Public Works Department staff to confirm that the appropriate equipment, software, standard templates, defect codes and defect rankings are being used, if required. B. Schedule 1. Include Pre and Post CCTV schedule as part of the Construction Progress Schedule per Section 01 32 16. 2. Include time for City review (2 weeks minimum – Notification needs to be send out to Project Manager & Field Operation). 3. If CCTV is accepted by City, proceed with work. If rejected, coordinate with City per Part 1.4 A. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery. C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide video data per the CCTV Manual. Provide additional copy of video in Windows Media Audio/Video (.wmv) format for City Inspection review. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 01 31 - 3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 3 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 3, 2016 D. If inspected with other software provide video data in Windows Media Audio/Video (.wmv) format. Provide CCTV log in EXCEL spread sheet format – The CCTV spread sheet log can be found on Buzzsaw. Location: Resources\70 – Inspection Tools\Standard Construction. E. Inspection Report shall include: 1. Asset a. Date b. City c. Address and/or Project Name d. Main Number – GIS ID (If Available) e. Upstream Manhole GIS ID (If Available) f. Downstream Manhole GIS ID (If Available) g. Pipe Diameter h. Material i. Pipe Length j. Mapsco Location Number k. Date Constructed l. Pipe Wall Thickness 2. Inspection a. Inspection Number (i.e. 1st,2nd,etc…) b. Crew Number c. Operator Name d. Operator Comments e. Reason for Inspection f. Equipment Number g. Camera Travel Direction (Upstream/Downstream) h. Inspected Length (feet) i. Work Order Number (if required) j. City Project Number (if required) k. City Contract Name l. DOE/TPW Number (if required) m. Consultant Company Name n. Consultant Contact Name o. Consultant Contact Phone Number p. Contractor Company Name q. Contractor Contact Name r. Contractor Contact Phone Number 1.6 INFORMATIONAL SUBMITTALS A. Pre-CCTV submittals 1. 2 copies of CCTV video results on USB drive 2. 2 hard copies of Inspection Report and one pdf copy on USB drive B. Additional information that may be requested by the City 1. Listing of cleaning equipment and procedures 2. Listing of flow diversion procedures if required 3. Listing of CCTV equipment 4. Listing of backup and standby equipment Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 01 31 - 4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 4 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 3, 2016 5. Listing of safety precautions and traffic control measures 1.7 CLOSEOUT SUBMITTALS A. Post-CCTV submittals 1. 2 copies of CCTV video results on USB drive 2. 2 Hard copies of Inspection Report. A pdf copy on USB drive shall be submitted to the City Inspector for review prior to scheduling a project final walk through. 3. CCTV speadsheet log in EXCEL format – A blank copy of the CCTV spread sheet log can be found on Buzzsaw. Location: Resources\70 – Inspection Tools\Standard Construction 4. Construction Plans identifying the line segments that were videoed. Include cover sheet, overall line layout sheet(s), and plan and profile sheet(s). 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS A. Equipment– 1. Closed Circuit Television Camera a. The television camera used shall be one specifically designed and constructed for sewer inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100 percent humidity/submerged conditions. The equipment will provide a view of the pipe ahead of the equipment and of features to the side of the equipment through turning and rotation of the lens. The camera shall be capable of tilting at right angles along the axis of the pipe while panning the camera lens through a full circle about the circumference of the pipe. The lights on the camera shall also be capable of panning 90-degrees to the axis of the pipe. b. The radial view camera must be solid state color and have remote control of the rotational lens. The camera shall be capable of viewing the complete circumference of the pipe and manhole structure, including the cone-section or corbel. The camera lens shall be an auto-iris type with remote controlled manual override. 2. Video Capture System a. The video and audio recordings of the sewer inspections shall be made using digital video equipment. A video enhancer may be used in conjunction with, but not in lieu of, the required equipment. The digital recording equipment shall capture sewer inspection on USB drive, with each sewer segment (from upstream manhole to downstream manhole) inspection recorded as an individual file in Windows Media Audio/Video (.wmv) format. City has a right to change the format from .WMV media to .MP4 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 01 31 - 5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 5 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 3, 2016 b. The system shall be capable of printing pipeline inspection reports with captured images of defects or other related significant visual information on a standard color printer. c. The system shall store digitized color picture images and be saved in digital format on a USB drive. d. The system shall be able to produce data reports to include, at a minimum, all observation points and pertinent data. All data reports shall match the defect severity codes outlined in the City’s CCTV manual. e. Camera footage, date & manhole numbers shall be maintained in real time and shall be displayed on the video monitor as well as the video character generators illuminated footage display at the control console. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Prior to inspection obtain pipe and manhole asset identification numbers from the plans or City to be used during inspections. Inspections performed using identification numbers other than the plans or from assigned numbers from the City will be rejected. 2. Inspection shall not commence until the sewer section to be televised has been completely cleaned in conformance with Section 33 04 50. (Sewer system should be connected to existing sewer system and should be active) 3. Inspection of newly installed sewers (not yet in service) shall not begin prior to completion of the following: a. Pipe testing b. All manhole work is complete c. Installation of all lateral services d. Vacuum test of manholes 4. Temporary Bypass Pumping (if required) shall conform to Section 33 03 10. B. Storm Sewer Lines 1. Coordinate with City of Fort Worth Transportation/Public Works Department for CCTV equipment and cleaning requirements. 3.4 INSPECTION (CCTV) A. General 1. Begin inspection immediately after cleaning of the main. 2. Move camera through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the main’s condition. 3. Do not move camera at a speed greater than 30 feet per minute. 4. Use manual winches, power winches, TV cable, and power rewinds that do not obstruct the camera view, allowing for proper evaluation. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 01 31 - 6 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 6 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 3, 2016 5. During investigation stop camera at each defect along the main. a. Record the nature, location and orientation of the defect or infiltration location as specified in the CCTV Manual. 6. Pan and tilt the camera to provide additional detail at: a. Manholes, Include condition of manhole in its entirety and interior corrosion protection (if applicable) (Camera should pan the entire manhole from top as well as while lowering into manhole, also show complete view of invert) b. Service connections, Pan the Camera to get a complete overview of service connection including zooming into service connection Include location (i.e. 3 o’clock, 9 o’clock, etc…) c. Joints, Include comment on condition, signs of damage, etc… d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset joints, obstructions or debris (show as % of pipe diameter). If debris has been found in the pipe during the post-CCTV inspection, additional cleaning is required and pipe shall be re-televised. e. Infiltration/Inflow locations f. Pipe material transitions g. Other locations that do not appear to be typical for normal pipe conditions h. Note locations where camera is underwater and level as a % of pipe diameter. 7. Provide accurate distance measurement. a. The meter device is to be accurate to the nearest 1/10 foot. 8. CCTV inspections are to be continuous. a. Do not provide a single segment of main on more than 1 USB drive. b. A single segment is defined from manhole to manhole. B. Pre-Installation Inspection for Sewer Mains to be rehabilitated 1. Perform Pre-CCTV inspection immediately after cleaning of the main and before rehabilitation work. 2. If, during inspection, the CCTV will not pass through the entire section of main due to blockage or pipe defect, set up so the inspection can be performed from the opposite manhole. 3. Provisions for repairing or replacing the impassable location are addressed in Section 33 31 20, Section 33 31 21 and Section 33 31 22. C. Post-Installation Inspection 1. Complete manhole installation before inspection begins. 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 04 50. D. Documentation of CCTV Inspection 1. Sanitary Sewer Lines a. Follow the CCTV Manual (CCTV standard manual supplied by City upon request) for the inspection video, data logging and reporting or Part 1.5 E of this section. 2. Storm Sewer Lines a. Provided documentation for video, data logging, and reporting in accordance with City of Fort Worth Transportation/Public Works Department requirements. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 01 31 - 7 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 7 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 3, 2016 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. See Section 33 04 50. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Various– Added requirements for coordination with T/PW for Storm Sewer CCTV 03/03/2016 J Kasavich Various – Alternative to CCTV Manual, modified submittal detail requirements Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 11 - 1 CORROSION CONTROL TEST STATIONS Page 1 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 04 11 CORROSION CONTROL TEST STATIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Test station materials and installation requirements, as shown on the Drawings, at: a. Foreign pipeline crossings b. Cased crossings c. Below-grade pipeline electrical isolation joints 2. Required applications of corrosion control test stations include locations where future testing is anticipated for the following reasons: a. Testing to determine the effectiveness of the installed Cathodic Protection systems and to allow for startup adjustments b. Testing to determine interference effects from and on adjacent or crossing foreign underground structures c. Testing to determine sources and magnitude of stray DC currents and required mitigative measures d. Periodic monitoring to determine status of existing Cathodic Protection systems, stray current and foreign line influence B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 33 04 12 – Magnesium Anode Cathodic Protection System 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the Cathodic Protection construction. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the lump sum price bid for “Cathodic Protection” for each material of utility pipe bid, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. NACE International (NACE). Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 11 - 2 CORROSION CONTROL TEST STATIONS Page 2 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Submit product data for all components of the Corrosion Control Test Stations. Data submitted shall include: a. Test Station b. Wiring c. Splicing materials d. Thermite weld materials e. Weld coatings 1.7 CLOSEOUT SUBMITTALS A. Structure-to-soil potential data shall be submitted to the City. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Certifications 1. Provide manufacturer's certifications that all components of the corrosion control system meet the requirements of the Contract Documents. a. The certification shall reference the applicable Section of the Specifications and the applicable standard details. B. Inspection 1. The City may, at its own cost, inspect the Cathodic Protection materials prior to, or during, installation. C. Drawings 1. The drawings for the corrosion control test stations are diagrammatic and shall not be scaled for exact locations, unless scales are explicitly stated on the specific drawing. 2. Field conditions, conflicts with other utilities or mechanical and structural features shall determine exact locations. 3. Contractor shall note other existing utilities in the area and during excavation, shall not damage these utilities. 4. Any damaged utilities shall be repaired to the satisfaction of the City at the Contractor's expense. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Coordinate the delivery of test station materials. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 11 - 3 CORROSION CONTROL TEST STATIONS Page 3 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 66 00. C. Packaging Waste Management 1. Dispose of waste materials properly and remove from job site after installation is complete. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Flush Mount Test Stations 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown on the Drawings. 2. The terminal head shall be a 7 terminal “Big Fink” as manufactured by Cott Manufacturing Company or approved equal. 3. The test station shall be installed in a 24-inch x 24-inch x 6-inch concrete pad. 4. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc. or approved equal. 5. Install a marker sign adjacent to all flush-mounted test stations. B. Above-Grade Test Stations 1. At test station locations where flush mounted structures cannot be installed, or where stated on Drawings, an above-grade test station shall be used, and placed such that possible damage from vandalism, traffic, etc. is minimized. 2. The test station shall be a 7 terminal "Big Fink" as manufactured by Cott Manufacturing or approved equal. 3. The “Big Fink” test station shall be mounted on a 5 foot length of 3-inch diameter UV-resistant plastic conduit in populated locations, and mounted on a 5 foot length of 3-inch diameter concrete filled galvanized steel conduit in low population locations. 4. The test station shall be installed adjacent to a permanent structure, if available, for physical protection. a. If exposed to traffic, provide a frangible base for test station. 5. The interior of the test station conduit shall be filled with Portland cement concrete after the installation of the test and bond wires. 6. The test station conduit shall be installed with a 24-inch x 24-inch x 6-inch concrete pad. C. Permanent Reference Electrodes Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 11 - 4 CORROSION CONTROL TEST STATIONS Page 4 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a geomembrane package as manufactured by Corrpro Companies, Inc. or approved equal. 2. Equip with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. D. Test Station Lead Wires 1. Test station lead wires of all sizes shall have TW, THW, or THHN insulation as shown on the Drawings. 2. Insulation type shall be color coded based upon connection to underground structures. a. Protected pipeline: white b. Foreign structures: red c. Steel casings: yellow d. Permanent reference cells: blue e. Anode header cable: black (HMWPE) f. Unprotected or existing pipeline: black (HMWPE) 3. Test station lead wires shall be terminated on the test station terminal board utilizing crimped on solderless ring terminals. 4. All terminal boards shall be wired by the installer as shown on the Drawings. E. Thermite Weld Equipment 1. Charges and Molds a. Weld charges and mold size shall be specified by the manufacturer for the specific surface configuration. b. Use only the correct charges for the specific application. c. Welding charges and molds shall be Erico, Cadweld or Continental Industries Thermoweld. 2. Weld Coating a. Coat weld with Stopaq CZ tape or approved equal. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION / INSTALLATION 1. Install test stations at each of the locations scheduled on the Drawings. At a minimum, test stations are required at each of the following locations: a. At all major underground metallic pipeline crossings b. At all cased crossings and tunnels (both ends) c. At all underground isolation flanges d. At all magnesium anode ground bed locations Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 11 - 5 CORROSION CONTROL TEST STATIONS Page 5 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 B. General 1. Install test stations at locations indicated on Drawings. a. If a flush mounted test station is not feasible in a particular location, then an above-grade test station may be used, subject to approval by the City or its designated representative. 2. Use continuous test station lead wires without cuts or tears in the insulation. 3. Locate test stations as indicated on Drawings, as close to the pipe as possible. a. If the pipe is installed under a road, place the test station at the curb for easy access. 4. Attach test lead wires to the pipe by thermite welding. 5. Attach test wires to the pipe prior to backfilling. 6. Use color coded test wires as indicated on the Contract Documents. 7. Wire test station terminal board configurations as shown on the Drawings. 8. At foreign pipeline crossing test stations: a. Notify the owners of the pipeline and obtain permission before the test leads are connected to their pipeline. b. The foreign pipeline owner should have a representative present. c. Contractor shall not install lead wires or bond wires on foreign pipelines. d. If foreign pipeline owner refuses test leads connected to their pipeline, then document owner’s refusal and install potential test station on water main. e. Document the owner’s contact name, phone number, email address and date of contact. f. Submit documentation to the City or its designated representative. C. Flush-Mount Test Stations 1. Install as shown on the Drawings. 2. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 18 inches above the top of the precast concrete traffic box for test purposes. 3. Install with permanent copper sulfate reference electrodes where indicated on the Drawings. a. Install permanent reference electrode approximately 6 inches from the pipe. b. Compact native soil by hand around the electrode. c. The balance of the backfill shall be select granular backfill material. d. Saturate the backfilled permanent reference electrode with 5 gallons of water. 4. Set test stations installed outside areas of permanent paving materials in a Portland cement concrete pad. a. The concrete pad shall be a minimum of 24 inches square and no less than 6 inches thick. D. Above-Grade Test Stations 1. Install above-grade test stations where a flush mounted test station cannot be located. 2. Use and location of above-grade test stations shall be approved by the City or its designated representative. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 11 - 6 CORROSION CONTROL TEST STATIONS Page 6 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3. Locate test station adjacent to a permanent structure (e.g. a power pole), if available, for physical protection. 4. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. 5. Pour a 24-inch x 24-inch x 6-inch concrete pad at grade around the test station conduit. 6. Fill the interior of the 3-inch above-grade test station steel galvanized conduit with Portland cement concrete after installation of the test stations wires. E. Test Lead Wire Attachment 1. Attach test leads to the pipe by thermite welding directly to the pipe on steel and ductile iron pipelines as shown on Drawings. a. See Drawings. 2. The pipe to which the wires are to be attached shall be clean and dry. 3. When connecting directly to the pipe, use a grinding wheel to remove all coating, mill scale, oxide, grease and dirt from an area approximately 3 inches square. a. Grind the surface to bright metal. 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide-free copper for welding. 5. Using the proper size thermite weld mold as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. a. Use a copper sleeve crimped over the wire for all No. 10 AWG or smaller wires. 6. Place the metal disk in the bottom of the mold. 7. Pour the thermite weld charge into the mold. 8. Squeeze the bottom of the cartridge to spread ignition powder over the charge. 9. Close the mold cover and ignite the starting powder with a flint gun. 10. After the exothermic reaction, remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. 11. Pull on the wire to assure a secure connection. 12. If the weld is not secure or the wire breaks, repeat the procedure. 13. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape. F. Post Installation Backfilling of Test Station – Lead Wires 1. Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. 2. After completion of the backfilling of the test wires to the pipe, verify the connection by measuring and recording a pipe-to-soil potential. 3. Replace any test wire found to have a high resistance connection. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. All test stations shall be visually inspected during the final walk through. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 11 - 7 CORROSION CONTROL TEST STATIONS Page 7 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 B. Materials or installation work not conforming to the requirement of this Specification shall be replaced or repaired to the City’s satisfaction. C. Damaged or missing test station components shall be replaced by equal components. 3.8 SYSTEM STARTUP A. Commissioning 1. Native state structure-to-soil potentials shall be acquired along the water main and submitted to the City. B. Method 1. Measure native state structure-to-soil potentials along the water line using a portable reference electrode at the following locations: a. Each test station b. Above grade pipeline appurtenances c. Test stations on foreign pipelines crossing or parallel to the water main. 2. Verify that all electrical isolation devices are operating properly including flange isolators and casing spacers. C. Contractor is responsible for all testing. D. All testing is to be done by or under the supervision of certified NACE personnel. E. Record results and submit in accordance with this Specification. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Refer to Section 33 04 12. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.D.2 – revised insulation color coding Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 30 - 1 TEMPORARY WATER SERVICES Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 33 04 30 TEMPORARY WATER SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Water Service needed to maintain service during water main replacement project B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed But Not Furnished Under This Section 1. Fire Hydrant Meters D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Specification 32 12 16 – Asphalt Paving 4. Specification 33 05 10 – Utility Trench Excavation, Embedment and Backfill 5. Specification 33 04 40 – Cleaning and Acceptance Testing of Water Mains 6. Specification 33 12 10 – Water Services 1-inch to 2-inch 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for Temporary Water Services will be measured by: 1) Lump sum or 2) Per linear foot of Temporary Water Main for Miscellaneous Projects only 2. Payment a. The work performed and materials furnished in accordance with this Item and measured under “Measurement” will be paid for at the unit price bid for “Temporary Water Service” of the type specified. 3. The price bid shall include: a. Temporary water service line b. Connections c. Fittings d. Valves e. Corporation stops f. Temporary asphalt for crossings g. Traffic Control h. Disinfection i. Removal of temporary services Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 30 - 2 TEMPORARY WATER SERVICES Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. NSF International a. 61, Drinking Water System Components – Health Effects 3. ASTM International (ASTM): a. D3035, Standard Specification for Polyethylene (PE) Plastic Pipe (DR-PR) Based on Controlled Outside Diameter 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruption and meet requirements of Division 1. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 2.1 OWNER-FURNISHED PRODUCTS A. Fire Hydrant Meters 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS A. Description 1. Regulatory Requirements a. All Temporary Water Service components in contact with potable water shall conform to the requirements of NSF 61. B. Materials 1. Service Couplings, Fittings, and Corporation Stops a. Conform to Section 33 12 10. 2. Service lines a. Polyethylene tubing b. Conform to ASTM D3035 and SDR 11 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 30 - 3 TEMPORARY WATER SERVICES Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 3. Temporary Water Service Main a. Galvanized steel pipe b. Conform to Schedule 40. 4. Driveway Approach a. Asphalt 1) Type B Asphalt in accordance with Section 32 12 16 C. Design Criteria 1. Service lines a. ¾-inch minimum pipe size b. Minimum flow rate of 5 GPM at a dynamic pressure of 35 psi 2. Temporary Water Service Main a. 2-inch minimum pipe size 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Temporary Water Services in accordance with provisions herein and in accordance with City Standard Details. 2. Perform disinfection test of temporary water service main and water services in accordance with Section 33 04 40. B. Temporary Water Service Installation 1. Connect to existing water supply a. Fire hydrant 1) Connect to fire hydrant with hydrant meter and 2-inch gate valve. b. If a fire hydrant is not available, tap existing water main. 1) Connect to water main with 2-inch service tap and a corporation stop in accordance with Section 33 12 10. 2) Record water usage with a hydrant meter. 3) Do not tap existing water main, unless approved by the City. 2. Water service a. Connect ¾-inch water service to 2-inch temporary water service main. b. Remove existing meters, tag with address and provide to City Inspector. c. Connect ¾-inch temporary water service to existing private service. d. Cover domestic meter box with protective guard or barricade. C. Intersection and Driveway Approach Crossing for Temporary Water Service 1. Crossing for Temporary Water Service Main Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 30 - 4 TEMPORARY WATER SERVICES Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 a. Cover temporary service line with sufficient asphalt to protect service line and to provide a driveable crossing. b. If required to bury temporary service line due to high volume traffic, or other reasons required by the City, excavate, embed and backfill in accordance with Section 33 05 10. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each water service installation for leaks with full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 40 - 1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 SECTION 33 04 40 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS PART 1 - GENERAL 1.1 SUMMARY A. General 1. Before any newly constructed potable water mains will be permitted to be placed into service in the Fort Worth Water Department’s Water Distribution System, it shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the bacteria count within the water main meets the standards established by the Fort Worth Water Department and the requirements of Chapter 290 of the Texas Administrative Code (TAC) established by the Texas Commission on Environmental Quality (TCEQ). B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 33 01 31 – Closed Circuit Television (CCTV) Inspection 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the water main being Cleaned and Tested. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological testing and shall be subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association/American (AWWA): a. C301, Prestressed Concrete Pressure Pipe, Steel-Cylinder Type. b. C303, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. c. C651, Disinfecting Water Mains. d. C655, Field De-Chlorination. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 40 - 2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals For 24-inch and larger water mains, provide the following: 1. Cleaning Plan – Prior to the start of construction, submit a water main cleaning plan detailing the methods and schedule, including: a. A detailed description of cleaning procedures b. Pigging entry and exit ports c. Flushing procedures d. Plans and hydraulic calculations to demonstrate adequate flushing velocities e. Control of water f. Disposal 2. Disinfection Plan – prior to the start of construction submit a disinfection plan including: a. The method mixing and introducing chlorine b. Flushing c. De-chlorination d. Sampling 1.6 ACTION 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 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES A. Pigs 1. Open cell polyurethane foam body 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 3. May be wrapped with polyurethane spiral bands 4. Abrasives are not permitted, unless expressly approved by the City in writing for the particular application. 5. Must pass through a reduction up to 65 percent of the cross sectional area of the nominal pipe diameter Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 40 - 3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, tees, crosses, wyes, and gate valves. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. All water mains shall be cleaned prior to bacteriological testing. a. Pig all 36-inch and smaller water mains. b. Pig or manually sweep 42-inch and larger mains. c. Flushing is only permitted when specially designated in the Drawings, or if pigging is not practical and approved by the City. B. Pigging Method 1. If the method of pigging is to be used, prepare the main for the installation and removal of a pig, including: a. Furnish all equipment, material and labor to satisfactorily expose cleaning wye, remove cleaning wye covers, etc. b. Where expulsion of the pig is required through a dead-ended conduit: 1) Prevent backflow of purged water into the main after passage of the pig. 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and smaller mains to prevent backwater re-entry into the main. 3) Additional excavation of the trench may be performed on mains over 12 inches, to prevent backwater re-entry into the main. 4) Flush any backflow water that inadvertently enters the main. c. Flush short dead-end pipe sections not swabbed by a pig. d. Once pigging is complete: 1) Pigging wyes shall remain in place unless otherwise specified in the Contract Documents. 2) Install cleaning wye, blind flanges or mechanical joint plugs. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 40 - 4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 3) Plug and place blocking at other openings. 4) Backfill 5) Complete all appurtenant work necessary to secure the system and proceed with disinfection. C. Flushing Method 1. Prepare the main by installing blow-offs at appropriate locations, of sufficient sizes and numbers, and with adequate flushing to achieve a minimum velocity in the main of 2.5 feet per second. a. Minimum blow-off sizes for various main sizes are as follows: 1) 4-inch through 8-inch main – ¾-inch blow-off 2) 10-inch through 12-inch main – 1-inch blow-off 3) 16-inch and greater main – 2-inch blow-off b. Flushing shall be subject to the following limitations: 1) Limit the volume of water for flushing to 3 times the volume of the water main. 2) Do not unlawfully discharge chlorinated water. 3) Do not damage private property. 4) Do not create a traffic hazard. c. Once Flushing is complete: 1) Corporations stops used for flushing shall be plugged. D. Daily main cleaning 1. Wipe joints and then inspect for proper installation. 2. Sweep each joint and keep clean during construction. 3. Install a temporary plug on all exposed mains at the end of each working day or an extended period of work stoppage. E. Hydrostatic Testing 1. All water main that is to be under pressure, shall be hydrostatically tested to meet the following criteria: a. Furnish and install corporations for proper testing of the main. 1) Furnish adequate and satisfactory equipment and supplies necessary to make such hydrostatic tests. 2) The section of line to be tested shall be gradually filled with water, carefully expelling the air and the specified pressure applied. b. The City will furnish water required for the testing at its nearest City line. c. Expel air from the pipe before applying the required test pressure. d. Test Pressure 1) Test pressures should meet the following criteria: a) Not less than 1.25 (187 psi minimum) times the stated working pressure of the pipeline measured at the highest elevation along the test section. b) Not less than 1.5 (225 psi minimum) times the stated working pressure at the lowest elevation of the test section. e. Test Conditions 1) Must be at least 2 hour duration 2) Add water as necessary to sustain the required test pressure. 3) Test fire hydrants to the fire hydrant valve. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 40 - 5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 4) Test service lines to curb stop a) Leave the corporation stop on the service line open during the hydrostatic testing. 5) Close isolation valves for air release valves. 6) Makeup water must come from a container of fixed 55 gallon container that does not have a water source. f. Measure all water used in the pressure test through an approved meter, or measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves unless expressly provided for in the Drawings, or approved by the City. 2) If the City denies approval to test against existing water distribution system valve, then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following formula: In inch-pound units, L = SD P 148,000 Where: L = testing allowance (make up water), gallons per hour S = length of pipe tested, ft. D = nominal diameter of pipe, in. P = average test pressure during the hydrostatic test, psi b. For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest c. All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. d. If the City determines that an existing system valve is responsible for the hydrostatic test to fail, the Contractor shall make provisions to test the pipeline without the use of the system valve. e. There shall be no additional payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. F. Disinfection 1. General a. Disinfection of the main shall be accomplished by the “continuous feed” method or the “slug” method as determined by the Contractor. b. The free chlorine amounts shown are minimums. The Contractor may require higher rates. 1) Calcium hypochlorite granules shall be used as the source of chlorine. c. Continuous Feed Method Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 40 - 6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 1) Apply water at a constant rate in the newly laid main. a) Use the existing distribution system or other approved source of supply. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 50 mg/L minimum, or as required by TCEQ, whichever is greater. b) Chlorine applications shall not cease until the entire conduit is filled with heavily chlorinated water. 3) Retain chlorinated water in the main for at least 24 hours. a) Operate valves and hydrants in the section treated in order to disinfect the appurtenances. b) Prevent the flow of chlorinated water into mains in active service. c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, minimum, for the treated water in all portions of the main. 4) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 5) Test the chlorine residual prior to flushing operations. a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the new main until the chlorine residual is less the 4 mg/L. b) The Contractor may choose to evacuate the water into water trucks, or other approved storage facility, and treat the water with Sodium Bisulfate, or another de-chlorination chemical, or method appropriate for potable water and approved by the City until the chlorine residual is reduced to 4 mg/L or less. c) After the specified chlorine residual is obtained, the water may then be discharged into the drainage system or utilized by the Contractor. d. Slug Method 1) Water from the existing distribution system or other approved source of supply shall be made to flow at a constant rate in the newly laid main. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 100 mg/L minimum, or as required by TCEQ, whichever is greater. b) The chlorine shall be applied continuously and for a sufficient time to develop a solid column or “slug” of chlorinated water that shall expose all interior surfaces to the “slug” for at least 3 hours. 3) Operate the fittings and valves as the chlorinated water flows past to disinfect the appurtenances. 4) Prevent the flow of chlorinated water into mains in active service. 5) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 6) Upon completion, test the chlorine residual remaining in the main. a) Chlorine levels of 4 mg/l or less should be maintained. 2. Contractor Requirements a. Furnish all equipment, material and labor to satisfactorily prepare the main for the disinfection method approved by the City with adequate provisions for sampling. b. Make all necessary taps into the main to accomplish chlorination of a new line, unless otherwise specified in the Contract Documents. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 40 - 7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 c. After satisfactory completion of the disinfection operation, as determined by the City, remove surplus pipe at the chlorination and sampling points, plug the remaining pipe, backfill and complete all appurtenant work necessary to secure the main. G. Dechlorination 1. General. All chlorinated water shall be de-chlorinated before discharge to the environment. Chemical amounts, as listed in ANSI/AWWA C651: “Disinfecting Water Mains”, shall be used to neutralize the residual chlorine concentrations using de-chlorination procedures listed in ANSI/AWWA C655: “Field De-Chlorination”. De-Chlorination shall continue until chlorine residual is non-detectable. 2. Testing. Contractor shall continuously test for the chlorine residual level immediately downstream of the de-chlorination process, during the entire discharge of the chlorinated water. Contractor shall periodically conduct chlorine residual testing and check for possible fish kills at locations where discharged water enters the existing watershed. 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the distribution system or any other construction activities: a. The Contract shall immediately alter activities to prevent further fish kills. b. The Contractor shall immediately notify Water Department Field Operations Dispatch. c. The Contractor shall coordinate with City to properly notify TCEQ. d. Any fines assessed by the TCEQ (or local, state of federal agencies) for fish kills shall be the responsibility of the Contractor. H. Bacteriological Testing (Water Sampling) 1. General a. Notify the City when the main is suitable for sampling. b. The City shall then take water samples from a suitable tap for analysis by the City’s laboratory, unless otherwise specified in the Contract Documents. 1) No hose or fire hydrant shall be used in the collection of samples. 2. Water Sampling a. Complete microbiological sampling prior to connecting the new main into the existing distribution system in accordance with AWWA C651. b. Collect samples for bacteriological analysis in sterile bottles treated with sodium thiosulfate. c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, from the new main. d. Collect at least 1 set of samples from every 1,000 linear feet of the new main (or at the next available sampling point beyond 1,000 linear feet as designated by the City), plus 1 set from the end of the line and at least 1 set from each branch. e. If trench water has entered the new main during construction or, if in the opinion of the City, excessive quantities of dirt or debris have entered the new main, obtain bacteriological samples at intervals of approximately 200 linear feet. f. Obtain samples from water that has stood in the new main for at least 16 hours after formal flushing. 3. Repetition of Sampling Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 40 - 8 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 8 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 a. Unsatisfactory test results require a repeat of the disinfection process and re- sampling as required above until a satisfactory sample is obtained. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.10.E.1.e.- Added service lines to hydrostatic testing requirements 2/6/2013 D Townsend 1.3.A.2.d Added AWWA C655 Field De-Chlorination as reference 3.10.G – Added De-Chlorination Requirement Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 50 - 1 CLEANING OF SEWER MAINS Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 04 50 CLEANING OF SEWER MAINS PART 1 - GENERAL 1.1 SUMMARY A. General 1. Before any television inspection, any sewer main shall be cleaned to remove all debris, solids, sand, grease, grit, etc. from the sewer and manholes. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 33 01 31 – Closed Circuit Television (CCTV) Inspection 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the sewer main being cleaned. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of sewer pipe complete in place, and no other compensation will be allowed. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 50 - 2 CLEANING OF SEWER MAINS Page 2 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 PART 2 - PRODUCTS [NOT USED] 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 2.2 PRODUCT TYPES A. Use only the type of cleaning material which will not create hazards to health or property or affect treatment plant processes. 2.3 ACCESSORIES 2.4 SOURCE QUALITY CONTROL PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. All materials, equipment, and personnel necessary to complete the cleaning of the sanitary sewer main and manholes must be present on the jobsite prior to isolating the sewer manhole or line segment and beginning the cleaning process. 2. Maintain clean work and surrounding premises within the work limits so as to comply with Federal, State, and local environmental and anti-pollution laws, ordinances, codes, and regulations when cleaning and disposing of waste materials, debris, and rubbish. 3. Keep the work and surrounding premises within work limits free of accumulations of dirt, dust, waste materials, debris, and rubbish. 4. Suitable containers for storage of waste materials, debris, and rubbish shall be provided until time of disposal. a. It is the sole responsibility of the Contractor to secure a licensed legal dump site for the disposal of this material. b. Under no circumstances shall sewage or solids removed from the main or manhole be dumped onto streets or into ditches, catch basins, storm drains, or sanitary sewers. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 50 - 3 CLEANING OF SEWER MAINS Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 5. The cleaning process shall remove all grease, sand, silts, solids, rags, debris, etc. from each sewer segment, including the manhole(s). 6. Selection of cleaning equipment and the method for cleaning shall be based on the condition of the sanitary sewer mains at the time work commences and will be subject to approval by the City. 7. All cleaning equipment and devices shall be operated by experienced personnel. 8. Satisfactory precautions shall be taken to protect the sanitary sewer mains and manholes from damage that might be inflicted by the improper use of the cleaning process or equipment. 9. Any damages done to a sewer main and/or structure by the Contractor shall be repaired by the Contractor at no additional cost and to the satisfaction of the City. 10. Cleaning shall also include the manhole wall washing by high pressure water jet. 11. The Contractor may be required to demonstrate the performance capabilities of the cleaning equipment proposed for use on the project. a. If the results obtained by the proposed sanitary sewer cleaning equipment are not satisfactory, the Contractor shall use different equipment and/or attachments, as required, to meet City satisfaction. b. More than 1 type of equipment/attachments may be required at a location. 12. When hydraulic or high velocity cleaning equipment is used, a suitable sand trap, weir, dam, or suction shall be constructed in the downstream manhole in such a manner that all the solids and debris are trapped for removal. 13. Whenever hydraulically-propelled cleaning tools which depend upon water pressure to provide their cleaning force, or any tool which retard the flow of water in the sanitary sewer lines are used, precautions shall be taken to insure that the water pressure created does not cause any damage or flooding to public or private property being served by the manhole section involved. 14. Any damage of property, as a result of flooding, shall be the liability and responsibility of the Contractor. 15. The flow of wastewater present in the sanitary sewer main shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 16. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. a. No fire hydrant shall be obstructed or used when there is a fire in the area. b. It is the responsibility of the Contractor to obtain the fire hydrant, water meter and all related charges for the set-up, including the water usage bills from respective water purveyor agency. c. All expenses shall be considered incidental to the cleaning of the existing sanitary sewer mains. B. Methods 1. Hydraulic Cleaning a. Hydraulic-propelled devices which require a head of water to operate must utilize a collapsible dam. b. The dam must be easily collapsible to prevent damage to the sewer main, property, etc. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 50 - 4 CLEANING OF SEWER MAINS Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 c. When using hydraulically-propelled devices, precautions shall be taken to insure that the water pressure created does not cause damage or flood public or private property. d. Do not increase the hydraulic gradient of the sanitary sewers beyond the elevation that could cause overflow of sewage into area waterways or laterals. e. The flow of wastewater present in the sanitary sewer main shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. High-Velocity Cleaning a. Cleaning equipment that uses a high velocity water jet for removing debris shall be capable of producing a minimum volume of 50 gpm, with a pressure of 1,500 psi, for the sanitary sewer line and 3,500 psi for the (manhole) structure at the pump. 1) Any variations to this pumping rate must be approved, in advance, by the City. 2) To prevent damage to older sewer mains and property, a pressure less than 1500 psi can be used. 3) A working pressure gauge shall be used on the discharge of all high pressure water pumps. 4) For sewers 18 inches and larger in diameter, in addition to conventional nozzles, use a nozzle which directs the cleaning force to the bottom of the pipe. 5) Operate the equipment so that the pressurized nozzle continues to move at all times. 6) The pressurized nozzle shall be turned off or reduced anytime the hose is on hold or delayed in order to prevent damage to the line. 3. Mechanical Cleaning a. Mechanical cleaning, in addition to normal cleaning when required, shall be with approved equipment and accessories driven by power winching devices. b. Submit the equipment manufacturer's operational manual and guidelines to the City, which shall be followed strictly unless modified by the City. c. All equipment and devices shall be operated by experienced operators so that they do not damage the pipe in the process of cleaning. d. Buckets, scrapers, scooters, porcupines, kites, heavy duty brushes, and other debris-removing equipment/accessories shall be used as appropriate and necessary in the field, in conjunction with the approved power machines. e. The use of cleaning devices such as rods, metal pigs, porcupines, root saws, snakes, scooters, sewer balls, kites, and other approved equipment, in conjunction with hand winching device, and/or gas, electric rod propelled devices, shall be considered normal cleaning equipment. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 04 50 - 5 CLEANING OF SEWER MAINS Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 SECTION 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavation, Embedment and Backfill for: a. Pressure Applications 1) Water Distribution or Transmission Main 2) Wastewater Force Main 3) Reclaimed Water Main b. Gravity Applications 1) Wastewater Gravity Mains 2) Storm Sewer Pipe and Culverts 3) Storm Sewer Precast Box and Culverts 2. Including: a. Excavation of all material encountered, including rock and unsuitable materials b. Disposal of excess unsuitable material c. Site specific trench safety d. Pumping and dewatering e. Embedment f. Concrete encasement for utility lines g. Backfill h. Compaction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 02 41 13 – Selective Site Demolition 4. Section 02 41 15 – Paving Removal 5. Section 02 41 14 – Utility Removal/Abandonment 6. Section 03 30 00 – Cast-in-place Concrete 7. Section 03 34 13 – Controlled Low Strength Material (CLSM) 8. Section 31 10 00 – Site Clearing 9. Section 31 25 00 – Erosion and Sediment Control 10. Section 33 05 26 – Utility Markers/Locators 11. Section 34 71 13 – Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 1. Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre-bid item and measured as provided under “Measurement” will be paid for at the unit price bid per cubic yard of “Imported Embedment/Backfill” delivered to the Site for: a) Various embedment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3. Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per cubic yard of “Concrete Encasement for Utility Lines” per plan quantity. c. The price bid shall include: 1) Furnishing, hauling, placing and finishing concrete in accordance with Section 03 30 00 2) Clean-up 4. Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid for “Ground Water Control” including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 f) Removal of ground water control system 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. 1.3 REFERENCES A. Definitions 1. General – Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 3. Deleterious materials – Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth – Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas – The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas – The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards: a. ASTM C33-08 Standard Specifications for Concrete Aggregates b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine f. ASTM D588 – Standard Test method for Moisture-Density Relations of Soil- Cement Mixture g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Method. i. ASTM 2487 – 10 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications k. ASTM D2922 – Standard Test Methods for Density of Soils and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) l. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in place by Nuclear Methods (Shallow Depth) m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculations of Relative Density 3. OSHA a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Utility Company Notification a. Notify area utility companies at least 48 hours in advance, excluding weekends and holidays, before starting excavation. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 b. Request the location of buried lines and cables in the vicinity of the proposed work. B. Sequencing 1. Sequence work for each section of the pipe installed to complete the embedment and backfill placement on the day the pipe foundation is complete. 2. Sequence work such that proctors are complete in accordance with ASTM D698 prior to commencement of construction activities. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to construction. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Provide detailed drawings and explanation for ground water and surface water control, if required. 2. Trench Safety Plan in accordance with Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 3. Stockpiled excavation and/or backfill material a. Provide a description of the storage of the excavated material only if the Contract Documents do not allow storage of materials in the right-of-way of the easement. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights-of-Way (ROW) a. Spoil, imported embedment and backfill materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 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 or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils, embedment or backfill materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone. B. Deliveries and haul-off - Coordinate all deliveries and haul-off. 1.11 FIELD [SITE] CONDITIONS A. Existing Conditions 1. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 2.2 MATERIALS A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: sand material consisting of durable particles, free of thin or elongated pieces, lumps of clay, loam or vegetable matter and meets the following gradation may be used for utility sand embedment/backfill, and graded with following limits when tested in accordance with ASTM C136. Sieve Size Percent Retained ½” 0 ¼” 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 #200 90-100 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 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 C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C131 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in-situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a. Sand 1) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps, ASTM C142, less than 0.5 percent (2) Lightweight pieces, ASTM 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 cement Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 c. Water 1) Potable water, free of soils, acids, alkalis, organic matter or other deleterious substances, meeting requirements of ASTM C94 d. Mix in a stationary pug mill, weigh-batch or continuous mixing plant. e. Strength 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM D1633, Method A 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill that exceeds the maximum compressive strength shall be removed by the Contractor for no additional compensation. f. Random samples of delivered product will be taken in the field at point of delivery for each day of placement in the work area. Specimens will be prepared in accordance with ASTM D1632. 10. Controlled Low Strength Material (CLSM) a. Conform to Section 03 34 13 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) High-tenacity monofilament polypropylene woven yarn 2) Percent open area of 8 percent 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. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Review all known, identified or marked utilities, whether public or private, prior to excavation. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 2. Locate and protect all known, identified and marked utilities or underground facilities as excavation progresses. 3. Notify all utility owners within the project limits 48 hours prior to beginning excavation. 4. The information and data shown in the Drawings with respect to utilities is approximate and based on record information or on physical appurtenances observed within the project limits. 5. Coordinate with the Owner(s) of underground facilities. 6. Immediately notify any utility owner of damages to underground facilities resulting from construction activities. 7. Repair any damages resulting from the construction activities. B. Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 3.3 PREPARATION A. Protection of In-Place Conditions 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. 1) Where desired to move equipment not licensed for operation on public roads or across pavement, provide means to protect the pavement from all damage. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Drainage a. Maintain positive drainage during construction and re-establish drainage for all swales and culverts affected by construction. 3. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. d. Conduct excavation, embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. f. Remove trees specifically designated to be removed in the Drawings in accordance with Section 31 10 00. 4. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings in accordance with Section 02 41 13 5. Traffic Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan c. Use traffic rated plates to maintain access until access is restored. 6. Traffic Signal – Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City’s Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City’s Traffic Services Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 7. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 3.4 INSTALLATION A. Excavation 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in-situ materials encountered in the trench. 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 4. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in-situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. 5. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 6. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. 7. Unacceptable Backfill Materials a. In -situ soils classified as unacceptable backfill material shall be separated from acceptable backfill materials. b. If the unacceptable backfill material is to be blended in accordance with this Specification, then store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be blended or modified. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 8. Rock – No additional compensation will be paid for rock excavation or other changed field conditions. B. Shoring, Sheeting and Bracing 1. Engage a Licensed Professional Engineer in the State of Texas to design a site specific excavation safety system in accordance with Federal and State requirements. 2. Excavation protection systems shall be designed according to the space limitations as indicated in the Drawings. 3. Furnish, put in place and maintain a trench safety system in accordance with the Excavation Safety Plan and required by Federal, State or local safety requirements. 4. If soil or water conditions are encountered that are not addressed by the current Excavation Safety Plan, engage a Licensed Professional Engineer in the State of Texas to modify the Excavation Safety Plan and provide a revised submittal to the City. 5. Do not allow soil, or water containing soil, to migrate through the Excavation Safety System in sufficient quantities to adversely affect the suitability of the Excavation Protection System. Movable bracing, shoring plates or trench boxes used to support the sides of the trench excavation shall not: a. Disturb the embedment located in the pipe zone or lower b. Alter the pipe’s line and grade after the Excavation Protection System is removed c. Compromise the compaction of the embedment located below the spring line of the pipe and in the haunching C. Water Control 1. Surface Water a. Furnish all materials and equipment and perform all incidental work required to direct surface water away from the excavation. 2. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soils. b. Do not allow the pipe to be submerged within 24 hours after placement. c. Do not allow water to flow over concrete until it has sufficiently cured. d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water Control Plan if any of the following conditions are encountered: 1) A Ground Water Control Plan is specifically required by the Contract Documents 2) If in the sole judgment of the City, ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 e. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be eligible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. h. Water Disposal 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulations. D. Embedment and Pipe Placement 1. Water Lines less than, or equal to, 12 inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. If ground water is in sufficient quantity to cause sand to pump, then use crushed rock as embedment. 1) If crushed rock is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. f. Place pipe on the bedding in accordance with the alignment of the Drawings. g. In no case shall the top of the pipe be less than 42 inches from the surface of the proposed grade, unless specifically called for in the Drawings. h. Place embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. i. Where gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. l. Place marker tape on top of the initial trench backfill in accordance with Section 33 05 26. 2. Water Lines 16-inches through 24-inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand may be used for embedment when the excavated trench depth is less than 15 feet deep. c. Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths 15 feet, or greater. d. Crushed rock shall be used for embedment for steel pipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 f. Place evenly spread bedding material on a firm trench bottom. g. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer’s recommendations. k. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. l. Where gate valves are present, the initial backfill shall extend to up to the valve nut. m. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test may be performed by City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 3. Water Lines 30-inches and greater in diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer’s recommendations. i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Where gate valves are present, the initial backfill shall extend to up to the valve nut. l. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 m. Density test may be performed by City to verify that the compaction of embedment meets requirements. n. Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with the grade shown on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer’s recommendations. i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. l. Density test may be performed by City to verify that the compaction of embedment meets requirements. m. Place trench geotextile fabric on top of the initial backfill. n. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 5. Storm Sewer (RCP) a. The bedding and the pipe zone up to the spring line shall be of uniform material. b. Crushed rock shall be used for embedment up to the spring line. c. The specified backfill material may be used above the spring line. d. Place evenly spread bedding material on a firm trench bottom. e. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. f. 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. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haunch. j. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. k. Density test may be performed by City to verify that the compaction of embedment meets requirements. l. Place trench geotextile fabric on top of pipe and crushed rock. 6. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be: 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within ±0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 7. Water Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 8. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfill 1. At a minimum, place backfill in such a manner that the required in-place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work. 2. Backfill Material a. Final backfill depth less than 15 feet 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backfill material, CSS, or CLSM when specifically required b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 1) Backfill depth from 0 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. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 1) Backfill with: a) Acceptable backfill material, or b) Blended backfill material d. Backfill for service lines: 1) Backfill for water or sewer service lines shall be the same as the requirement of the main that the service is connected to. 3. Required Compaction and Density a. Final backfill (depths less than 15 feet) 1) Compact acceptable backfill material, blended backfill material or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b. Final backfill (depths 15 feet and greater/under existing or future pavement) 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 2) CSS or CLSM requires no compaction. c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 1) Compact acceptable backfill material blended backfill material, or select backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 4. Saturated Soils a. If in-situ soils consistently demonstrate that they are greater than 5 percent over optimum moisture content, the soils are considered saturated. b. Flooding the trench or water jetting is strictly prohibited. c. If saturated soils are identified in the Drawings or Geotechnical Report in the Appendix, Contractor shall proceed with Work following all backfill procedures outlined in the Drawings for areas of soil saturation greater than 5 percent. d. If saturated soils are encountered during Work but not identified in Drawings or Geotechnical Report in the Appendix: 1) The Contractor shall: a) Immediately notify the City. b) Submit a Contract Claim for Extra Work associated with direction from City. 2) The City shall: a) Investigate soils and determine if Work can proceed in the identified location. b) Direct the Contractor of changed backfill procedures associated with the saturated soils that may include: (1) Imported backfill (2) A site specific backfill design 5. Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Flooding the trench or water setting is strictly prohibited. c. Place in loose lifts not to exceed 12 inches. d. Compact to specified densities. e. Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. f. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. g. Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 33 05 26. 6. Backfill Means and Methods Demonstration a. Notify the City in writing with sufficient time for the City to obtain samples and perform standard proctor test in accordance with ASTM D698. b. The results of the standard proctor test must be received prior to beginning excavation. c. Upon commencing of backfill placement for the project the Contractor shall demonstrate means and methods to obtain the required densities. d. Demonstrate Means and Methods for compaction including: 1) Depth of lifts for backfill which shall not exceed 12 inches 2) Method of moisture control for excessively dry or wet backfill Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. f. The City will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results as available on the job site. 7. Varying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctors. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 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) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Tests shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trench depths in excess of 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the City. d. For final backfill depths less than 15 feet and trenches of any depth not under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. e. For final backfill depths 15 feet and greater deep and under existing or future pavement: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. f. Make the excavation available for testing. g. The City will determine the location of the test. h. The City testing lab will provide results to Contractor and the City’s Inspector upon completion of the testing. i. A formal report will be posted to the City’s Buzzsaw site within 48 hours. j. Test reports shall include: 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Percent Proctor Density 3. Density of Embedment a. Storm sewer boxes that are embedded with acceptable backfill material, blended backfill material, cement modified backfill material or select material will follow the same testing procedure as backfill. b. The City may test fine crushed rock or crushed rock embedment in accordance with ASTM D2922 or ASTM 1556. B. Non-Conforming Work 1. All non-conforming work shall be removed and replaced. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 – Added Item for Concrete Encasement for Utility Lines Various Sections – Revised Depths to Include 15’ and greater 3.3.A – Additional notes for pavement protection and positive drainage. 3.4.E.2 – Added requirements for backfill of service lines. 3.4.E.5 – Added language prohibiting flooding of trench Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 10 - 20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 20 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 6/18/2013 D. Johnson 1.2.A.3 – Clarified measurement and payment for concrete encasement as per plan quantity 2.2.A – Added language for concrete encasement 12/12/16 Z. Arega 2.2.A.1.d Modify gradation for sand material Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 13 - 1 FRAME, COVER, AND GRADE RINGS-CAST IRON Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 22, 2016 SECTION 33 05 13 FRAME, COVER, AND GRADE RINGS – CAST IRON PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Cast iron frame, cover and grade rings used as access ports into water, sanitary sewer and storm drain structures such manholes or vaults B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure containing the frame, cover and grade rings. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per each structure complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM) a. ASTM A48 – Standard Specification for Gray Iron Castings b. ASTM A536 - Standard Specification for Ductile Iron Castings c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 3. American Association of State Highways and Transportation Officials (AASHTO) a. AASHTO M306 – Standard Specification for Drainage, Sewer, Utility and Related Castings 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 13 - 2 FRAME, COVER, AND GRADE RINGS-CAST IRON Page 2 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 22, 2016 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. All castings shall be cast with: a. Approved foundry’s name b. Part number c. Country of origin 2. Provide manufacturer’s: a. Specifications b. Load tables c. Dimension diagrams d. Anchor details e. Installation instructions B. Certificates 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO designations. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City’s Standard Products List will be considered as shown in Section 01 60 00. 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. Castings 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle loading with permanent deformation. 4. Covers Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 13 - 3 FRAME, COVER, AND GRADE RINGS-CAST IRON Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 22, 2016 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the frame and cover b. Provide with 2 inch wide pick slots in lieu of pick holes. c. Provide gasket in frame and cover. d. Standard Dimensions 1) Sanitary Sewer a) Provide a clear opening of 30 inches for all sanitary sewer frames and cover assemblies unless otherwise specified in the Contract Documents. 2) Storm Drain a) Provide a clear opening of 22 1/2 inches for all storm drain frames, inlets and cover assemblies unless otherwise specified in the Contract Documents. b) Provide a minimum clear opening of 30 inches for all storm sewer manholes and junction structures. e. Standard Labels 1) Water a) Cast lid with the word “WATER” in 2-inch letters across the lid. 2) Sanitary Sewer a) Cast lid with the word “SANITARY SEWER” in 2-inch letters across the lid. 3) Storm Drain a) Cast lid with the word “STORM DRAIN” in 2-inch letters across the lid. f. Hinge Covers 1) Provide water tight gasket on all hinged covers. 2) Water a) Provide hinged covers for all water structures. 3) Sanitary Sewer a) Provide hinged covers for all manholes or structures constructed over 24-inch sewer lines and larger and for manholes where rim elevations are greater than 12 inches above the surface. C. Grade Rings 1. Provide grade rings in sizes from 2-inch up to 8-inch. 2. Use concrete in traffic loading areas. 3. In non-traffic areas concrete or HDPE can be used. D. Joint Sealant 1. Provide a pre-formed or trowelable bitumastic sealant in an extrudable or flat tape form. 2. Provide sealant that is not dependant on a chemical action for its adhesive properties or cohesive strength. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 13 - 4 FRAME, COVER, AND GRADE RINGS-CAST IRON Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 22, 2016 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Grade Rings 1. Place as shown in the water and sanitary sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Seal each grade ring with sealant specified in this Specification and as shown on the City Standard Details. B. Frame and Cover 1. Water a. For water structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 2. Sanitary Sewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 3. Storm Drain a. For storm drain structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 4. Hinge Cover a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain and where specified on the Drawings. C. Joint Sealing 1. Seal frame, grade rings and structure with specified sealant. D. Concrete Collar 1. Provide concrete collar around all frame and cover assemblies. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 13 - 5 FRAME, COVER, AND GRADE RINGS-CAST IRON Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 22, 2016 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 6/25/2014 F. Griffin Corrected error in Part 2-2.2-B-4-d-2-a. Cover size should be 22 ½ inches rather than 19 ¾ inches. 1/22/2016 F. Griffin Part 2-2.2-B-4-d-2-a., Cover size updated to 30 inches to match Detail 33 05 16 - D417. 8/30/2017 W. Norwood Change specification name to add Cast Iron Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 16 - 1 CONCRETE WATER VAULTS Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 05 16 CONCRETE WATER VAULTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete vaults to be used in water utility applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 03 30 00 – Cast-In -Place Concrete 4. Section 03 80 00 – Modifications to Existing Concrete Structures 5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to Water Meter and Vault. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per each “Water Meter and Vault” complete in place and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Concrete Institute (ACI): a. 350, Code Requirements for Environmental Engineering Concrete Structures and Commentary. 4. ASTM International (ASTM): a. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. b. C857, Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures c. C858, Standard Specification for Underground Precast Concrete Utility Structures Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 16 - 2 CONCRETE WATER VAULTS Page 2 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 d. C891, Standard Practice for Installation of Underground Precast Concrete Utility Structures. e. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. 5. Occupational Safety and Health Administration (OSHA) a. 1910.23, Guarding Floor and Wall Openings and Holes 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Vault 2. Connection materials 3. Pipe connections at vault walls 4. Stubs and stub plugs 5. Grade ring 6. Ladder 7. External coating material 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Meet the requirements of ACI 318. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver vault or panels (units) to project site in such quantity to assure continuity of installation. B. Store units at the project site in a manner which prevents cracking, distortion, staining or other physical damage. C. Lift units by designed lifting points or supports. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer’s Warranty shall be in accordance with Division 1. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 16 - 3 CONCRETE WATER VAULTS Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City’s Standard Products List will be considered as shown in Section 01 60 00. 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. Performance / Design Criteria 1. Vault a. Vault dimensions per the Drawings b. Opening per the Drawings c. Incorporate a sump into the base or floor of the vault. 1) Avoid conflicts with piping. 2) Do not locate directly under the access location if applicable. d. Place floor on a minimum 2 percent slope towards the sump. 2. Water Pipe Penetrations a. Use adjustable-linked rubber seal devices or grout, as shown in Drawings, to provide seals around pipe penetrations. 3. Vault Access a. Cover / Door 1) For non-traffic areas – non H-20 loading 30-inch x 36-inch steel single leaf door, Bilco Type J model or approved equal 2) For traffic areas – 32-inch hinged ductile iron frame and cover or as shown in manhole lid assembly in Drawings 3) With steel door, provide an automatic hold-open arm with release handle and locking device. 4) Provide Bilco type fall protection grating under aluminum door that meets OSHA 29 CFR 1910.23 requirements or approved equal. 5) Incorporate a drain gutter with an outlet routed to the exterior of the vault lid. b. Ladder 1) Provide aluminum ladder by Heron Industries or approved equal. 2) Provide ladder to dimensions shown on Drawings. C. Materials 1. Concrete for utility construction – Conform to Section 03 30 00. 2. Frame and Cover – Conform to Section 33 05 13. 3. Grade Ring – Conform to Section 33 05 13 and ASTM C 478. 4. Reinforcing Steel – Conform to Section 03 30 00. 5. Sewer Pipe Connections – Conform to ASTM C923 or ASTM C1628. 6. Adjustable-linked rubber seal devices a. Manufactured by Link-Seal or approved equal 7. Interior Coating or Liner – Conform to Section 33 39 60. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 16 - 4 CONCRETE WATER VAULTS Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 8. Exterior Coating a. Coal Tar Bitumastic for below grade damp proofing b. Dry film thickness (DFT) no less than 12 mils and no greater than 30 mils c. Solids content is 68 percent by volume ± 2 percent. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Vault a. Perform installation in accordance to ASTM C891. b. Construct vault to dimensions shown on Drawings. c. Precast Sections 1) Clean bell spigot and gaskets a) Lubricate and join 2) Minimize number of segments. d. Vault Base 1) Place vault base on 6-inch minimum base of compacted crushed rock (per Section 33 05 10) over undisturbed soils and grade level to elevation shown on the Drawings. 2. Water Pipe Penetrations a. Install adjustable-linked rubber seal devices around pipe penetrations in accordance with the manufacturer’s recommendation. 3. Modifications and pipe penetrations into vaults shall conform to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 16 - 5 CONCRETE WATER VAULTS Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.3 – Modified vault hatch door and ladder requirements 2.2.C.6 – Modified rubber seal requirements Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 17 - 1 CONCRETE COLLARS Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 05 17 CONCRETE COLLARS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete Collars for Manholes 2. This Item is intended for use in asphalt streets and unimproved areas – not for use in concrete streets. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 03 30 00 – Cast-In -Place Concrete 4. Section 03 80 00 – Modifications to Existing Concrete Structures 5. Section 33 05 13 – Frame, Cover, and Grade Rings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Concrete Collar” installed. c. The price bid will include: 1) Concrete Collar 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Pavement removal 8) Hauling 9) Disposal of excess material 10) Placement and compaction of backfill 11) Clean-up 12) Additional pavement around perimeter of concrete collar as required for rim adjustment on existing manhole. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 17 - 2 CONCRETE COLLARS Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. b. D4259, Standard Practice for Abrading Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [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 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. Concrete – Conform to Section 03 30 00. 2. Reinforcing Steel – Conform to Section 03 21 00. 3. Frame and Cover – Conform to Section 33 05 13. 4. Grade Ring – Conform to Section 33 05 13. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 17 - 3 CONCRETE COLLARS Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. 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. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A.2 – Blue text added to clarify where concrete collars are to be installed. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 24 - 1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 1 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised June 19, 2013 SECTION 33 05 24 1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner 6 plate at locations shown on the Drawings 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 – General Requirements 13 3. Section 33 01 30 – Sewer and Manhole Testing 14 4. Section 33 11 13 - Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate 18 a. Measurement 19 1) Measured horizontally along the surface from centerline to centerline of the 20 beginning of the casing/liner to the end of the casing/liner 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under “Measurement” shall be paid for at the 24 unit price bid per linear foot for “Sewer Carrier Pipe” complete in place for: 25 a) Various Sizes 26 c. The price bid shall include: 27 1) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/Tunnel 28 Liner Plate as specified by the Drawings 29 2) Mobilization 30 3) Grout 31 4) Casing Spacers 32 5) End seals 33 6) Excavation 34 7) Hauling 35 8) Disposal of excess material 36 9) Clean-up 37 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate 38 a. Measurement 39 1) Measured horizontally along the surface from centerline to centerline of the 40 beginning of the casing/liner to the end of the casing/liner Payment 41 33 05 24 - 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised June 19, 2013 b. Payment 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under “Measurement” shall be paid for at the 3 unit price bid per linear foot for “Water Carrier Pipe” complete in place for: 4 a) Various Sizes 5 c. The price bid shall include: 6 1) Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate 7 as specified by the Drawings 8 2) Mobilization 9 3) Grout 10 4) Joint restraint 11 5) Casing Spacers 12 6) End seals 13 7) Excavation 14 8) Hauling 15 9) Disposal of excess material 16 10) Clean-up 17 1.3 REFERENCES 18 A. Definitions 19 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 20 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the 21 ground and provides a stable underground excavation for installation of the carrier 22 pipe 23 B. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 2. American Society of Testing and Materials (ASTM) 28 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 29 Specimens. 30 b. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 31 Mortars (Using 2-in or [50 mm] Cube Specimens). 32 c. D638, Standard Test Method for Tensile Properties of Plastics. 33 3. International Organization for Standardization (ISO): 34 a. 9001, Quality Management Systems - Requirements. 35 4. Occupational Safety and Health Administration (OSHA) 36 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 37 1926, Subpart S, Underground Construction and Subpart P, Excavation. 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS 40 A. Submittals shall be in accordance with Section 01 33 00. 41 B. All submittals shall be approved by the City prior to delivery. 42 33 05 24 - 3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 3 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised June 19, 2013 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 1 A. Product Data 2 1. Casing Isolators/Spacers 3 a. Material Data 4 2. Grout Mix 5 a. Material Data 6 B. Shop Drawings 7 1. Required for 24-inch and larger pipe installations 8 2. Submit Work Plan describing the carrier pipe installation equipment, materials and 9 construction methods to be employed. 10 3. Casing Spacers/Isolators 11 a. Detail drawings and manufacturer’s information for the casing isolators/spacers 12 that will be used. 13 1) Include dimension and component materials and documentation of 14 manufacturer’s ISO 9001:2000 certification. 15 b. Alternatives to casing spacers/isolators may be allowed by the City on a case-16 by-case basis. 17 c. For consideration of alternate method, submit a detailed description of method 18 including details. 19 4. End seal or bulkhead designs and locations for casing/liners. 20 5. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Work 21 Plan and Methods including: 22 a. Grouting methods 23 b. Details of equipment 24 c. Grouting procedures and sequences including: 25 1) Injection methods 26 2) Injection pressures 27 3) Monitoring and recording equipment 28 4) Pressure gauge calibration data 29 5) Materials 30 d. Grout mix details including: 31 1) Proportions 32 2) Admixtures including: 33 a) Manufacturer’s literature 34 b) Laboratory test data verifying the strength of the proposed grout mix 35 c) Proposed grout densities 36 d) Viscosity 37 e) Initial set time of grout 38 (1) Data for these requirements shall be derived from trial batches from 39 an approved testing laboratory. 40 e. Submit a minimum of 3 other similar projects where the proposed grout mix 41 design was used. 42 f. Submit anticipated volumes of grout to be pumped for each application and 43 reach grouted. 44 g. For pipe installations greater than 36-inches, without hold down jacks or a 45 restrained spacer, provide buoyant force calculations during grouting and 46 measures to prevent flotation. 47 33 05 24 - 4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised June 19, 2013 1) Calculations sealed by a licensed Engineer in the State of Texas. 1 h. Description of methods and devices to prevent buckling of carrier pipe during 2 grouting of annular space, if required 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Certifications 7 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 8 ISO9001:2000. 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Manufacturers 16 1. Only the manufacturers as listed on the City’s Standard Products List will be 17 considered as shown in Section 01 60 00. 18 a. The manufacturer must comply with this Specification and related Sections. 19 2. Any product that is not listed on the Standard Products List is considered a 20 substitution and shall be submitted in accordance with Section 01 25 00. 21 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 22 regularly engaged in the manufacturing of casing spacers/isolators. 23 B. Design Criteria and Materials 24 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 25 indicated in PART 3 of this Specification, incorporating all support/insulator 26 dimensions required. 27 Diameter (inches) Material Specification Reference Water Line 6-12 DIP (Restrained) 33 11 10 16-20 DIP (Restrained) AWWA C303 (Restrained) 33 11 10 33 11 13 24 and greater DIP (Restrained) AWWA C303 (Restrained) AWWA C301 (Restrained) 33 11 10 33 11 13 33 11 15 Sanitary Sewer Line 8-16 DIP (with Ceramic Epoxy) PVC C900 DR14 33 11 10 33 31 20 18 and greater DIP (with Ceramic Epoxy) Fiberglass 33 11 10 33 31 13 33 05 24 - 5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised June 19, 2013 2. Grout of annular space 1 a. For gravity sewer carrier pipe installation: 2 1) Fill all voids between the carrier pipe and the casing or liner with grout. 3 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces 4 shall be in contact with the grout. 5 b. For water line installation: 6 1) No annular space fill will be used. 7 3. Grout Mixes 8 a. Low Density Cellular Grout (LDCC) 9 1) Annular space (between sewer carrier pipe and casing/liner) grout shall be 10 LDCC. 11 2) The LDCC shall be portland cement based grout mix with the addition of a 12 foaming agent designed for this application. 13 3) Develop 1 or more grout mixes designed to completely fill the annular 14 space based on the following requirements: 15 a) Provide adequate retardation to completely fill the annular space in 1 16 monolithic pour. 17 b) Provide less than 1 percent shrinkage by volume. 18 c) Compressive Strength 19 (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days 20 d) Design grout mix with the proper density and use proper methods to 21 prevent floating of the carrier pipe. 22 e) Proportion grout to flow and to completely fill all voids between the 23 carrier pipe and the casing or liner. 24 4. End Seals 25 a. Provide end seals at each end of the casing or liner to contain the grout backfill 26 or to close the casing/liner ends to prevent the inflow of water or soil. 27 1) For water piping less than 24-inch diameter, use hard rubber seals, Model 28 PL Link Seal as manufactured by the Thunderline Corporation or approved 29 equal. 30 2) For water piping 24-inch diameter and greater, use pull-on, 1/8 inch thick, 31 synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and 32 Insulator, Inc. or approved equal. 33 3) For sewer piping, no end seals are required since the annular space between 34 the carrier pipe and the casing will be grouted. 35 b. Design end seals to withstand the anticipated soil or grouting pressure and be 36 watertight to prevent groundwater from entering the casing. 37 5. Casing Spacers/Insulators 38 a. Provide casing spacers/insulators to support the carrier pipe during installation 39 and grouting (where grout is used). 40 1) For concrete pressure pipe, mortar bands may be allowed in lieu of casing 41 spacers/isolators. 42 2) Mortar bands shall be in accordance with Section 33 11 13. 43 b. Casing Spacers/Isolators material and properties: 44 1) Shall be minimum 14 gage 45 2) For water pipe, utilize Stainless Steel. 46 3) For sewer pipe, utilize Coated Steel. 47 4) Suitable for supporting weight of carrier pipe without deformation or 48 collapse during installation 49 33 05 24 - 6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised June 19, 2013 c. Provide restrained-style casing spacers to hold all pipes stable during grouting 1 operations and prevent floating or movement. 2 d. Provide dielectric strength sufficient to electrically isolate each component 3 from one another and from the casing. 4 e. Design risers for appropriate loads, and, as a minimum: 5 1) Provide 10 gage steel risers 6 a) Provide stainless steel bands and risers for water installations. 7 f. Band material and criteria 8 1) Provide polyvinyl chloride inner liner with: 9 a) Minimum thickness of 0.09 inches 10 b) Durometer “A” of 85-90 hardness 11 c) Minimum dielectric strength of 58,000 volts 12 g. Runner material and criteria 13 1) Provide pressure-molded glass reinforced polymer or UHMW with: 14 a) Minimum of 2 inches in width and a minimum of 11 inches in length. 15 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless 16 steel studs. 17 3) Runner studs and nuts shall be recessed well below the wearing surface of 18 the runner 19 a) Fill recess with a corrosion inhibiting filler. 20 h. Riser height 21 1) Provide sufficient height with attached runner allow a minimum clearance 22 of 2 inches between the outside of carrier pipe bells or couplings and the 23 inside of the casing liner surface. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 INSTALLATION 31 A. General 32 1. Carrier pipe installation shall not begin until the following tasks have been 33 completed: 34 a. All required submittals have been provided, reviewed and accepted. 35 b. All casing/liner joints are watertight and no water is entering casing or liner 36 from any sources. 37 c. All contact grouting is complete. 38 d. Casing/liner alignment record drawings have been submitted and accepted by 39 City to document deviations due to casing/liner installation. 40 e. Site safety representative has prepared a code of safe practices and an 41 emergency plan in accordance with applicable requirements. 42 33 05 24 - 7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised June 19, 2013 2. The carrier pipe shall be installed within the casings or liners between the limits 1 indicated on the Drawings, to the specified lines and grades and utilizing methods 2 which include due regard for safety of workers, adjacent structures and 3 improvements, utilities and the public. 4 B. Control of Line and Grade 5 1. Install Carrier pipe inside the steel casing within the following tolerances: 6 a. Horizontal 7 1) ± 2 inches from design line 8 b. Vertical 9 1) ±1 inch from design grade 10 2. Check line and grade set up prior to beginning carrier pipe installation. 11 3. Perform survey checks of line-and-grade of carrier pipe during installation 12 operations. 13 4. The Contractor is fully responsible for the accuracy of the installation and the 14 correction of it, as required. 15 a. Where the carrier pipe installation does not satisfy the specified tolerances, 16 correct the installation, including if necessary, redesign of the pipe or structures 17 at no additional cost to City. 18 C. Installation of Carrier Pipe 19 1. Pipe Installation 20 a. Remove all loose soil from casing or liner. 21 b. Grind smooth all rough welds at casing joints. 22 2. Installation of Casing Spacers 23 a. Provide casing spacers, insulators or other approved devices to prevent 24 flotation, movement or damage to the pipe during installation and grout backfill 25 placement. 26 b. Assemble and securely fasten casing spacers to the pipeline to be installed in 27 casings or tunnels. 28 c. Correctly assemble, evenly tighten and prevent damage during tightening of the 29 insulators and pipe insertion. 30 d. Install spacers in accordance with manufacturer’s recommendations. 31 e. Install carrier pipe so that there is no metallic contact between the carrier pipe 32 and the casing. 33 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in 34 the casing/liner in a manner that could damage the pipe or coatings. 35 1) If guide rails are allowed, place cement mortar on both sides of the rails. 36 g. Coat the casing spacer runners with a non-corrosive/environmentally safe 37 lubricant to minimize friction when installing the carrier pipe. 38 h. The carrier pipe shall be electrically isolated from the carrier pipe and from the 39 casing. 40 i. Grade the bottom of the trench adjacent to each end of the casing to provide a 41 firm, uniform and continuous support for the pipe. If the trench requires some 42 backfill to establish the final trench bottom grade, place the backfill material in 43 6-inch lifts and compact each layer. 44 j. After the casing or tunnel liner has been placed, pump dry and maintain dry 45 until the casing spacers and end seals are installed. 46 3. Insulator Spacing 47 33 05 24 - 8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised June 19, 2013 a. Maximum distance between spacers is to be 6 feet. 1 b. For 18 and 20 foot long joints, install a minimum of 4 spacers. 2 1) Install 2 spacers within 1 foot on each side of the bell or flange. 3 2) Remaining 2 spacers shall be spaced equally. 4 c. If the casing or pipe is angled or bent, reduce the spacing. 5 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 6 of size of casing and pipe or type of spacer used. 7 e. Install spacers on PVC pipe at the insertion line to prevent over-insertion of the 8 spigot into the bell. 9 4. After installation of the carrier pipe: 10 a. Mortar inside and outside of the joints, as applicable 11 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 12 1) If continuity exists, remedy the short, by all means necessary including 13 removing and reinstalling the carrier pipe, prior to applying cellular grout. 14 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 15 casing. 16 d. If steel pipe is used and not welded prior to installation in casing/liner, welding 17 of pipe will only be allowed after grouting of annular space is complete. 18 D. Installation of End Seals 19 1. For Water Pipes 20 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 21 b. Place pull-on synthetic rubber end seals on the pipe and pull over the end of the 22 casing. Securely fasten with stainless steel bands. 23 2. For Sewer Pipes 24 a. Grout annular space between carrier pipe and casing as indicated in this 25 Specification. 26 E. Annular Space Grouting (For Sewer Only) 27 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 28 operation as necessary. 29 2. Mixing of Grout 30 a. Mix material in equipment of sufficient size to provide the desired amount of 31 grout material for each stage in a single operation. 32 1) The equipment shall be capable of mixing the grout at the required densities 33 for the approved procedure and shall be capable of changing the densities 34 as required by field conditions. 35 3. Backfill Annular Space with Grout 36 a. Prior to filling of the annular space, test the carrier pipe in accordance with 37 Section 33 01 30. 38 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 39 do not exceed this pressure. 40 c. After the installation of the carrier pipe, the remaining space (all voids) between 41 the casing/liner and the carrier shall be filled with LDCC grout. 42 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 43 be in contact with the grout. 44 2) Grout shall be pumped through a pipe or hose. 45 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier 46 pipe during grouting. 47 33 05 24 - 9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised June 19, 2013 4. Injection of LDCC Grout 1 a. Grout injection pressure shall not exceed the carrier pipe manufacturer’s 2 approved recommendations or 5 psi (whichever is lower). 3 b. Pumping equipment shall be of a size sufficient to inject grout at a volume, 4 velocity and pressure compatible with the size/volume of the annular space. 5 c. Once grouting operations begin, grouting shall proceed uninterrupted, unless 6 grouting procedures require multiple stages. 7 d. Grout placements shall not be terminated until the estimated annular volume of 8 grout has been injected. 9 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 10 6. Protect and preserve the interior surfaces of the casing from damage. 11 3.5 REPAIR / RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD [OR] SITE QUALITY CONTROL 14 A. Reports and Records required for pipe installations greater than 48-inches and longer 15 than 350 feet 16 1. Maintain and submit daily logs of grouting operations. 17 a. Include: 18 1) Grouting locations 19 2) Pressures 20 3) Volumes 21 4) Grout mix pumped 22 5) Time of pumping 23 2. Note any problems or unusual observations on logs. 24 B. Grout Strength Tests 25 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 26 cylinder molds or grout cubes obtained during grouting operations. 27 2. City will perform field sampling during annular space grouting. 28 a. City will collect at least 1 set of 4 cylinder molds or grout cubes for each 100 29 cubic yards of grout injected but not less than 1 set for each grouting shift. 30 b. City will perform 24-hour and 28-day compressive strength tests per ASTM 31 C39 (cylindrical specimens) or ASTM C109 (cube specimens). 32 c. Remaining samples shall be tested as directed by City. 33 C. Safety 34 1. The Contractor is responsible for safety on the job site. 35 a. Perform all Work in accordance with the current applicable regulations of the 36 Federal, State and local agencies. 37 b. In the event of conflict, comply with the more restrictive applicable 38 requirement. 39 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 40 shafts/pits. 41 a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to 42 applicable local, State and Federal regulations. 43 33 05 24 - 10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised June 19, 2013 3. Methods of construction shall be such as to ensure the safety of the Work, 1 Contractor's and other employees on site and the public. 2 4. Furnish and operate a temporary ventilation system in accordance with applicable 3 safety requirements when personnel are underground. 4 a. Perform all required air and gas monitoring. 5 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 6 atmosphere free of toxic or flammable gasses in all underground work areas. 7 5. Perform all Work in accordance with all current applicable regulations and safety 8 requirements of the federal, state and local agencies. 9 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 10 Underground Construction and Subpart P, Excavations. 11 b. In the event of conflict, comply with the more stringent requirements. 12 6. If personnel will enter the pipe during construction, the Contractor shall develop an 13 emergency response plan for rescuing personnel trapped underground in a shaft 14 excavation or pipe. 15 a. Keep on-site all equipment required for emergency response in accordance with 16 the agency having jurisdiction 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 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 26 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.1 – Modified minimum water line diameter from 8-inches to 6-inches 6/19/2013 D. Johnson Added Blue Text for clarification 1.1.C – Added Concrete Pressure Pipe Specification reference. 2.2.B.5 – Added provisions for mortar bands on concrete pressure pipe. 3.4.C.3 – Revised language related to spacing of casing spacers to correspond to the City’s Standard Detail. 27 33 05 26 - 1 UTILITY MARKERS/LOCATORS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 05 26 UTILITY MARKERS/LOCATORS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Buried and surface utility markers for utility construction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for “Utility Markers”. 3. The price bid shall include: a. Furnishing and installing Utility Markers as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of backfill h. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Public Works Association (AWPA): a. Uniform Color Code. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 26 - 2 UTILITY MARKERS/LOCATORS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Buried Marker 2. Surface Marker 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City’s Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the manufacturing of Utility Markers/Locators. B. Materials 1. Buried Markers (Detectable Warning Tape) a. Provide detectable warning tape as follows: 1) 5.0 mil overall thickness 2) Width – 3 inch minimum 3) Weight – 27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low density polyethylene (2) Impervious to all known alkalis, acids, chemical reagents and solvents within soil (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub-off 7) Color and Legends a) Potable water lines Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 26 - 3 UTILITY MARKERS/LOCATORS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 (1) Color – Blue (in accordance with APWA Uniform Color Code) (2) Legend – Caution Potable Water Line Below (repeated every 24 inches) b) Reclaimed water lines (1) Color – Purple (in accordance with APWA Uniform Color Code) (2) Legend – Caution Reclaimed Water Line Below (repeated every 24 inches) c) Sewer Line (1) Color – Green (in accordance with APWA Uniform Color Code) (2) Legend – Caution Sewer Line Below (repeated every 24 inches) 2. Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant domes as follows: a) Water Lines (1) Color – Blue (in accordance with APWA Uniform Color Code) (2) Legend – Caution Potable Water Line Below b) Reclaimed water lines (1) Color – Purple (in accordance with APWA Uniform Color Code) (2) Legend – Caution Reclaimed Water Line Below c) Sewer lines (1) Color – Green (in accordance with APWA Uniform Color Code) (2) Legend – Caution Sewer Line Below 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Buried Markers (Detectable Warning Tape) 1. Install in accordance with manufacturer’s recommendations below natural ground surface and directly above the utility for which it is marking. a. Allow 18 inches minimum between utility and marker. b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum protection and detectability. B. Surface Markers 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3. Where possible, place surface markers near fixed objects. 4. Place Surface Markers at the following locations: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 26 - 4 UTILITY MARKERS/LOCATORS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. Buried Features 1) Place directly above a buried feature. b. Above-Ground Features 1) Place a maximum of 2 feet away from an above-ground feature. c. Water lines 16-inches and larger 1) Each right-of-way line (or end of casing pipe) for: a) Highway crossings b) Railroad crossings 2) Utility crossings such as: a) High pressure or large diameter gas lines b) Fiber optic lines c) Underground electric transmission lines d) Or other locations shown on the Drawings, or directed by the City d. Surface markers not required for 12-inch and smaller water lines e. For sanitary sewer lines: 1) In undeveloped areas, place marker maximum of 2 feet away from an above-ground feature such as a manhole or combination air valve vault. 2) Place at 500-foot intervals along the pipeline. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Removed references to Utility Marker Balls throughout. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 30 - 1 LOCATION OF EXISTING UTILITIES Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 05 30 LOCATION OF EXISTING UTILITIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Locating and verifying the location and elevation of the existing underground utilities that may conflict with a facility proposed for construction by use of: a. Exploratory Excavation b. Vacuum Excavation B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Exploratory Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per each “Exploratory Excavation for Existing Utilities” specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 2. Vacuum Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 30 - 2 LOCATION OF EXISTING UTILITIES Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per each “Vacuum Excavation” specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 1.3 REFERENCES A. Definitions 1. Exploratory Excavation: Previously called “D-Hole” within the City, a method used to locate existing underground utility as shown on the plans through the use of standard excavation equipment. 2. Vacuum Excavation: Method used to locate existing underground utility as shown on the plans through the use of geophysical prospecting equipment such as vacuum excavation. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Civil Engineers (ASCE) a. ASCE Publication CI/ASCE 38 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratory Excavation of Existing Utilities. 2. Coordinate location of all other existing utilities within vicinity of excavation prior to commencing Exploratory Excavation. 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement. B. Sequencing 1. Exploratory Excavations shall be conducted prior to the construction of the entire project. C. Scheduling 1. For critical utility locations, the City may choose to be present during excavation. 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate City personnel. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 30 - 3 LOCATION OF EXISTING UTILITIES Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Report of Utility Location 1. Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b. Spring line of utility c. Existing ground 3. Material type, diameter and description of the condition of existing utility 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify location of existing utilities in accordance with the General Requirements, the General Notes and the Drawings. 3.3 PREPARATION A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Exploratory Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. a. Expose utility to spring line, as necessary. b. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 05 10. B. Vacuum Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 05 30 - 4 LOCATION OF EXISTING UTILITIES Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. Designate the horizontal position of the existing underground utilities that are to be located using geophysical prospecting equipment. a. Acquire record documentation from and coordinate with utility companies, as necessary to locate utility. 3. Perform excavation in general accordance with the recommended practices and procedures described in ASCE Publication CI/ASCE 38. C. Upon completion of the utility locating, submit a report of the findings. D. If location of utility is in conflict with the Drawings, notify the City Project Manager for appropriate design modifications. E. Place embedment and backfill in accordance with Section 33 05 10. F. Once necessary data is obtained, immediately restore surface to existing conditions to: 1. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 1.2 – Added Measurement of Payment for Vacuum Excavation 1.3 – Added Definitions 3.4 – Added requirements for Vacuum Excavation Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 05 - 1 BOLTS, NUTS, AND GASKETS Page 1 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 11 05 BOLTS, NUTS, AND GASKETS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. All nuts, bolts and gaskets associated with pressurized water utility lines including: a. T-Bolts and Nuts b. Flange Bolts and Nuts c. Threaded Rods d. Push-on Gaskets e. Mechanical Joint Gaskets f. Flange Gaskets g. Flange Isolation Kits h. Petrolatum Tape Systems B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 33 04 10 – Joint Bonding and Electrical Isolation 4. Section 33 11 10 – Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrocarbon Resistant Gaskets a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for all “Hydrocarbon Resistant Gaskets”. 2. All Other Items a. Measurement 1) The Items in this Section are considered subsidiary to the Item being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid for the Item being installed and no other compensation will be allowed. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 05 - 2 BOLTS, NUTS, AND GASKETS Page 2 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Iron and Steel Institute (AISI). 3. American Society of Mechanical Engineers (ASME): a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 4. American Society of Testing and Materials (ASTM): a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. c. A242, Standard Specification for High-Strength Low-Alloy Carbon Structural Steel d. B117, Salt Spray Testing e. F436, Standard Specification for Hardened Steel Washers 5. American Water Works Association (AWWA): a. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. b. C207, Steel Pipe Flanges for Waterworks Service – Sizes 4 In. Through 144 In. (100 mm Through 3,600 mm). c. C600, Installation of Ductile-Iron Mains and Their Appurtenances. d. M11, Steel Pipe. e. M41, Ductile-Iron Pipe and Fittings. 6. Fastener Quality Act (FQA) a. Public Law 106-34 (P.L. 106-34) 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 8. Society for Protective Coating (SSPC) Surface Preparation Standards (SP): a. SP2, Hand Tool Cleaning b. SP3, Power Tool Cleaning 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Bolts and nuts for mechanical and or flange joints 2. Gaskets B. Certificates Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 05 - 3 BOLTS, NUTS, AND GASKETS Page 3 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Furnish an affidavit certifying that all fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford Corporation, or a Whitford Corporation certified Applicator. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Fastener manufacturing operations (bolts, nuts, gaskets and coatings) shall be performed under the control of the manufacturer. b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or exceed the requirements of this Specification. B. Preconstruction Testing 1. The City may, at its own cost, subject random fittings for destructive testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 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 on the City’s Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Regulatory Requirements 1. All fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). All fasteners shall meet the marking requirements set forth by this Act. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 05 - 4 BOLTS, NUTS, AND GASKETS Page 4 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 C. T-Bolts and Nuts 1. Standard Xylan Coated T-bolt and Nut a. High strength, corrosion-resistant, low-carbon weathering steel in accordance with AWWA/ANSI C111/A21.11 and ASTM A242 b. Xylan Coating in accordance with this Section 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut a. Stainless Steel T-bolt and Nut in accordance with AISI 304. b. Coat nut with Xylan in accordance with this Section. D. Flange Bolts and Nuts 1. Stainless Steel Bolt and Xylan Coated Nut a. Meet requirements of AWWA C207 b. Bolts: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution treated) c. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers 1) Coat nut with Xylan in accordance with this Section. E. Threaded Rods 1. Meet requirements of AWWA C207 2. Rods: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution treated) 3. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers a. Coat nut with Xylan in accordance with this Section. F. Push-on Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA C111/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. 5. Gaskets shall be the size and shape required to provide an adequate compressive force against the plain end and socket after assembly to affect a positive seal under all combinations of joint and gasket tolerances. G. Mechanical Joint Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA C111/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. H. Flange Gaskets 1. Class E Flanges Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 05 - 5 BOLTS, NUTS, AND GASKETS Page 5 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. Full face b. Manufactured true to shape from minimum 80 durometer SBR rubber stock of a thickness not less than 1/8 inch c. Virgin stock d. Conforming to the physical and test requirements specified in AWWA/ANSI C111/A21.11 e. All gaskets shall meet or exceed the latest revisions NSF 61. f. Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. g. Frayed cut edges are not acceptable. h. Field cut sheet gaskets are not acceptable. I. Hydrocarbon Resistant Gaskets 1. Furnish Viton® (Fluorocarbon) Rubber, hydrocarbon resistant gaskets, when required. J. Flange Isolation Kits 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform to Section 33 04 10. 2. For bolts used with isolation sleeves per Section 33 04 10, threading must extend to bolt head with no grip to ensure sleeves fit properly. K. Petrolatum Tape System 1. Petrolatum Tape Primer: Denso Paste, or approved equal 2. Molding and Filler mastic: Densyl Mastic, or approved equal 3. All Purpose Petrolatum Tape: Densyl Tape, or approved equal L. Xylan Coating a. Coat nuts and bolts with a ceramic-filled, baked on fluorocarbon resin, when required. b. Coated nuts and bolts shall be prepared “near white” or “white” when coated to the coating manufacturer’s recommended thickness by a certified applicator. c. Coating shall be of Xylan as manufactured by Whitford Corporation and applied by Whitford Corporation or Whitford Corporation Recommended Coater. d. Coating shall be free from holidays and defects. e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shall be such that the nut turns freely on the bolt. f. Coating shall conform to the performance requirements of ASTM B117, “Salt Spray Test” and shall include, if required, a certificate of conformance. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 05 - 6 BOLTS, NUTS, AND GASKETS Page 6 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Mechanical Joints 1. Assemble mechanical joints in accordance with ANSI/AWWA C111/A21.11 Appendix A, AWWA C600 and AWWA Manual M41. 2. Use Standard Xylan Coated T-bolts and Nuts. a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be used when specifically required in the Drawings. B. Flanged Joints 1. Install in accordance with ASME PCC-1-2012. 2. Use Stainless Steel Bolts and Xylan Coated Nuts. 3. Wrap all buried steel flanges for AWWA C200, C301 or C303 pipe with Petrolatum Tape System. a. If only 1 flange in a joint is steel (AWWA C200, C301, or C303), petrolatum tape wrapping will be required. b. If a joint is made between two ductile iron flanges, the joint should be polyethylene encased in accordance with Section 33 11 10. 4. Flange bolts are normally spaced evenly around the flange. 5. During assembly, tighten nuts gradually and equally using a three-pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. c. Allow a minimum of 1 hour to pass to provide time for settlement between bolts and nuts and gasket relaxation. d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut should be tightened until it will no longer turn. This step compensates for elastic interaction and brings all bolts into parity. 6. The threads of the bolts should protrude a minimum of ½-inch from the nuts. C. Flanged Joints with Isolation Kit 1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 2. City will verify Isolation in accordance with Section 33 04 10. D. Threaded Rod 1. Install as part of joint harness assembly in accordance with AWWA Manual M11. 2. Space rods evenly around the pipe. 3. During assembly, tighten nuts gradually and equally using a three-pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. 4. The threads of the bolts should protrude a minimum of ½-inch from the nuts. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 05 - 7 BOLTS, NUTS, AND GASKETS Page 7 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 5. Wrap joint harness assembly with Petrolatum Tape System. E. Petrolatum Tape System 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 1) High pressure wash of 3,000 to 7,000 psi is also suitable. b. Surfaces may be damp but shall not have droplets or continuous film of water. 2. Apply a uniform, thin coat of Petrolatum Tape Primer to the entire surface by stiff brush, gloved hand or rag at normal ambient temperatures. 3. By hand application, apply Molding and Filler Mastic to a rounded configuration to fill irregular shapes and reduce sharp-edged surfaces. 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. a. For severely corrosive environments, an overlap of 55 percent is recommended. b. Press air pockets out and smooth all lap seams. 5. For additional mechanical protection, overwrap may be applied to increase impact strength and electrical resistance. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 10 - 1 DUCTILE IRON PIPE Page 1 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 11 10 DUCTILE IRON PIPE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Ductile Iron Pipe 3-inch through 64-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. Section 33 01 31 – Closed Circuit Television (CCTV) Inspection 4. Section 33 04 10 – Joint Bonding and Electrical Isolation 5. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 7. Section 33 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate 8. Section 33 11 05 – Bolts, Nuts, and Gaskets 9. Section 33 11 11 – Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Ductile Iron Pipe 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 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 “DIP” installed for: a) Various sizes b) Various types of backfill c) Various linings d) Various Depths, for miscellaneous sewer projects only e) Various restraints f) Various uses c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the Drawings Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 10 - 2 DUCTILE IRON PIPE Page 2 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2) Mobilization 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Thrust restraint, if required in Contract Documents 13) Bolts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 1.3 REFERENCES A. Definitions 1. Gland or Follower Gland a. Non-restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4. ASTM International (ASTM): a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. f. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association (AWWA): Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. c. M41, Ductile-Iron Pipe and Fittings. 6. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C104/A21.4, Cement–Mortar Lining for Ductile-Iron Pipe and Fittings. b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. c. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. d. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. e. C150/A21.50, Thickness Design of Ductile-Iron Pipe. f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. g. C600, Installation of Ductile-Iron Water Mains and their Appurtenances 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 8. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Interior lining a. If it is other than cement mortar lining in accordance with AWWA/ANSI C104/A21.4, including: 1) Material 2) Application recommendations 3) Field touch-up procedures 2. Thrust Restraint a. Retainer glands, thrust harnesses or any other means 3. Gaskets a. If hydrocarbon or other special gaskets are required B. Shop Drawings – Furnish for Ductile Iron 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 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 10 - 4 DUCTILE IRON PIPE Page 4 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown in the Drawings. 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all Ductile Iron 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/ANSI C151/A21.51. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed under the control of the manufacturer. c. Ductile Iron Pipe 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 a) Perform quality control tests and maintain results as outlined within standard to assure compliance. 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration of at least 10 seconds. B. Preconstruction Testing 1. The City may, at its own cost, subject random lengths of pipe for testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as stated in AWWA M41. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. Secure and maintain a location to store the material in accordance with Section 01 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 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Pipe 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI C150/A21.15, and AWWA/ANSI C151/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: Diameter (inches) Min Pressure Class (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI C151/A21.51. Minimum pipe markings shall be as follows: a. “DI” or “Ductile” shall be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe was cast d. Manufacturer’s mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 10 - 6 DUCTILE IRON PIPE Page 6 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI C150/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench construction, using the following parameters: 1) Unit Weight of Fill (w) = 130 pcf 2) Live Load = AASHTO HS 20 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 4) Bedding Conditions = Type 4 5) Working Pressure (Pw) = 150 psi 6) Surge Allowance (Ps) = 100 psi 7) Design Internal Pressure (Pi) = Pw + Ps or 2:1 safety factor of the actual working pressure plus the actual surge pressure, whichever is greater. a) Test Pressure = (1) No less than 1.25 minimum times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. (2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. 8) Maximum Calculated Deflection (Dx) = 3 percent 9) Restrained Joint Safety Factor (Sf) = 15 percent c. Trench depths shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. 7. Provisions for Thrust a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means through casing and for a sufficient distance each side of casing. c. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. d. Restrained joints, when 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) Valves shall be calculated as dead ends. 2) Design pressure shall be greater than the working pressure of the pipe or the internal pressure (Pi) whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push- on restrained joints as listed in the City’s Standard Products List as shown in Section 01 60 00. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings, AWWA M41, and the following: 1) The weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil conditions 3) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 10 - 7 DUCTILE IRON PIPE Page 7 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 8. Joints a. General – Comply with AWWA/ANSI C111/A21.11. b. Push-On Joints c. Mechanical Joints d. Push-On Restrained Joints 1) Restraining Push-on joints by means of a special gasket a) Only those products that are listed in Section 01 60 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the Drawings 2) Push-on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 01 60 00. b) Pressure rating shall exceed the working and test pressure of the pipe line. e. Flanged Joints – AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 f. Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. g. Field fabricated flanges are prohibited. 9. Gaskets a. Provide Gaskets in accordance with Section 33 11 05. 10. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 11. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 11 05. b. Flanged Ends 1) Meet requirements of AWWA C115. a) Provide bolts and nuts in accordance with Section 33 11 05. 12. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 11 05. 13. Ductile Iron Pipe Exterior Coatings a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified in the Contract Documents. 14. Polyethylene Encasement a. All buried Ductile Iron Pipe shall be polyethylene encased. b. Only manufacturers listed in the City’s Standard Products List as shown in Section 01 60 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to AWWA/ANSI C105/A21.5 and ASTM A674. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 10 - 8 DUCTILE IRON PIPE Page 8 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 e. Marking: At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: 1) Manufacturer’s name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning – Corrosion Protection – Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with “RECLAIMED WATER”, b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with “WASTEWATER”; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths Polyethylene Tube and Sheet Sizes for Push-On Joint Pipe Nominal Pipe Diameter (inches) Min. Width – Flat Tube (inches) Min. Width – Sheet (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 15. Ductile Iron Pipe Interior Lining a. Cement Mortar Lining Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 10 - 9 DUCTILE IRON PIPE Page 9 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.04 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the City’s Standard Products List as shown in Section 01 60 00. 2) Apply lining at a minimum of 40 mils DFT. 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. b) Care should be taken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer’s recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. 6) Test the interior lining of all pipe barrels for pinholes with a non- destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 8) For all Ductile Iron Pipe in wastewater service where the pipe has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA M41 and in accordance with the pipe manufacturer’s recommendations. 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 10 - 10 DUCTILE IRON PIPE Page 10 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3. Lay pipe to the lines and grades as indicated in the Drawings. 4. Excavate and backfill trenches in accordance with Section 33 05 10. 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 6. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the interior lining. c. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash – during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. Bolt the follower ring into compression against the gasket with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push-on Joints a. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to conform to AWWA C600. 3. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in one direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer’s recommendation may be used with the approval of the Engineer. D. Polyethylene Encasement Installation Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 10 - 11 DUCTILE IRON PIPE Page 11 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between pipe and polyethylene. b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase with minimum space between polyethylene and pipe. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell-spigot interfaces, bolted joints or fittings and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent pipe section and bunching it accordion-fashion lengthwise until it clears pipe ends. c. Lower pipe into trench and make up pipe joint with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next pipe in same manner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points; secure ends. d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion-fashion lengthwise. e. After completing joint, pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching it until it clears the pipe ends. c. Wrap polyethylene around pipe so that it circumferentially overlaps top quadrant of pipe. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 e. Lower wrapped pipe into trench and make up pipe joint with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next section of pipe in same manner. 5. Pipe-Shaped Appurtenances a. Cover bends, reducers, offsets and other pipe-shaped appurtenances with polyethylene in same manner as pipe and fittings. 6. Odd-Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses, and other odd-shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together, folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area and secured in place. 8. Openings in Encasement a. Provide openings for branches, service taps, blow-offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c. Service taps may also be made directly through polyethylene, with any resulting damaged areas being repaired as described above. 9. Junctions between Wrapped and Unwrapped Pipe: a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with circumferential turns of tape. c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 3.5 REPAIR/RESTORATION A. Patching 1. Excessive field-patching is not permitted of lining or coating. 2. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. 3. In general, there shall not be more than 1 patch on either the lining or the coating of any 1 joint of pipe. 4. Wherever necessary to patch the pipe: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the City. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 5. Promptly remove rejected pipe from the site. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.1.b. – Updated Payment types 1.3 – Added definitions of gland types for clarity 2.2.B.9, 10, 11 and 12 – Added reference to Section 33 11 05 and removed material specification for bolts, nuts and gaskets Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 11 - 1 DUCTILE IRON FITTINGS Page 1 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 11 11 DUCTILE IRON FITTINGS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 2. All mechanical joint fittings shall be mechanically restrained using restrained wedge type retainer glands. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 03 30 00 – Cast-in-Place Concrete 4. Section 33 04 10 – Joint Bonding and Electrical Isolation 5. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 7. Section 33 11 05 – Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Ductile Iron Water Fittings with Restraint a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C153/A21.53. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per ton of “Ductile Iron Water Fittings with Restraint”. c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 11 - 2 DUCTILE IRON FITTINGS Page 2 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2) Polyethylene encasement 3) Lining 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess material 8) Furnishing and installing bolts, nuts, and restraints 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 2. Ductile Iron Sewer Fittings a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C153/A21.53. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per ton of “Ductile Iron Sewer Fittings”. c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Epoxy Coating 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing and installing bolts, nuts, and restraints 10) Furnishing, placement and compaction of embedment 11) Furnishing, placement and compaction of backfill 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 11 - 3 DUCTILE IRON FITTINGS Page 3 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.3 REFERENCES A. Definitions 1. Gland or Follower Gland a. Non-restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting, consisting of multiple gripping wedges incorporated into a follower gland meeting the applicable requirements of ANSI/AWWA C110/A21.10. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 3. ASTM International (ASTM): a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 4. American Water Works Association (AWWA): a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. c. M41, Ductile-Iron Pipe and Fittings. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C104/A21.4, Cement–Mortar Lining for Ductile-Iron Pipe and Fittings. b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. c. C110/A21.10, Ductile-Iron and Gray-Iron Fittings. d. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. e. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. g. C153/A21.53, Ductile-Iron Compact Fittings for Water Service. 6. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 7. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 11 - 4 DUCTILE IRON FITTINGS Page 4 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Ductile Iron Fittings a. Pressure class b. Interior lining c. Joint types 2. Polyethylene encasement and tape a. Planned method of installation b. Whether the film is linear low density or high density cross linked polyethylene c. The thickness of the film provided 3. The interior lining, if it is other than cement mortar lining in accordance with AWWA/ANSI C104/A21.4 a. Material b. Application recommendations c. Field touch-up procedures 4. Thrust Restraint a. Retainer glands b. Thrust harnesses c. Any other means 5. Gaskets a. Provide Gaskets in accordance with Section 33 11 05. 6. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 7. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 11 05. b. Flanged Ends 1) Meet requirements of AWWA C115. a) Provide bolts and nuts in accordance with Section 33 11 05. 8. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 11 05. B. Certificates 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings meet the provisions of this Section and meet the requirements of AWWA/ANSI C110/A21.10 or AWWA/ANSI C153/A21.53. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 11 - 5 DUCTILE IRON FITTINGS Page 5 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Fittings manufacturing operations (fittings, lining, and coatings) shall be performed under the control of the manufacturer. b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI C110/A21.10 or AWWA/ANSI C153/A21.53. 1) Perform quality control tests and maintain the results as outlined in these standards to assure compliance. B. Preconstruction Testing 1. The City may, at its own cost, subject random fittings for destructive testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 2. Secure and maintain a location to store the material in accordance with Section 01 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 on the City’s Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Ductile Iron Fittings 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, AWWA/ANSI C153/A21.53. 2. All fittings for potable water service shall meet the requirements of NSF 61. 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of the pipe which the fitting is connected, unless specifically indicated in the Drawings. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 11 - 6 DUCTILE IRON FITTINGS Page 6 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 4. Fittings Markings a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. b. Minimum markings shall include: 1) “DI” or “Ductile” cast or metal stamped on each fitting 2) Applicable AWWA/ANSI standard for that the fitting 3) Pressure rating 4) Number of degrees for all bends 5) Nominal diameter of the openings 6) Year and country fitting was cast 7) Manufacturer’s mark 5. Joints a. Mechanical Joints with mechanical restraint 1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of ANSI/AWWA C110/A21.10. 2) The retainer gland shall have the following working pressure ratings based on size and type of pipe: a) Ductile Iron Pipe (1) 3-inch – 16-inch, 350 psi (2) 18-inch – 48-inch, 250 psi b) PVC C900 and C905 (1) 3-inch – 12-inch, 305psi (2) 14-inch – 16-inch, 235psi (3) 18-inch – 20-inch, 200psi (4) 24-inch – 30 –inch 165psi c) Ratings are for water pressure and must include a minimum safety factor of 2 to 1 in all sizes 3) Retainer glands shall have specific designs for Ductile Iron and PVC and it should be easy to differentiate between the 2. 4) Gland body, wedges and wedge actuating components shall be cast from grade 65-45-12 ductile iron material in accordance with ASTM A536. 5) Mechanical joint restraint shall require conventional tools and installation procedures per AWWA C600, while retaining full mechanical joint deflection during assembly as well as allowing joint deflection after assembly. 6) Proper actuation of the gripping wedges shall be ensured with torque limiting twist off nuts. 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. b. Push-On, Restrained Joints 1) Restraining Push-on joints by means of a special gasket a) Only those products that are listed in 01 60 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the drawings 2) Push-on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 01 60 00 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 11 - 7 DUCTILE IRON FITTINGS Page 7 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b) Pressure rating shall exceed the working and test pressure of the pipe line c. Flanged Joints 1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 2) Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. 3) Field fabricated flanges are prohibited. 6. Gaskets a. Provide Gaskets in accordance with Section 33 11 05. 7. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 8. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 11 05. b. Flanged Ends 1) Meet requirements of AWWA C115. a) Provide bolts and nuts in accordance with Section 33 11 05. 9. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 11 05. 10. Ductile Iron Fitting Exterior Coatings a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil thick, on the exterior, unless otherwise specified in the Contract Documents. 11. Polyethylene Encasement a. All buried Ductile Iron Fittings shall be polyethylene encased. b. Only manufacturers listed in the City’s Standard Products List as shown in Section 01 60 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried fittings shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to conforming to AWWA/ANSI C105/A21.5 and ASTM A674. e. Marking: At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: 1) Manufacturer’s name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning – Corrosion Protection – Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with “RECLAIMED WATER”, b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 11 - 8 DUCTILE IRON FITTINGS Page 8 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with “WASTEWATER”; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths Polyethylene Tube and Sheet Sizes for Push-On Joint Fittings Nominal Fittings Diameter (inches) Min. Width – Flat Tube (inches) Min. Width – Sheet (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 12. Ductile Iron Fittings Interior Lining a. Cement Mortar Lining 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Fittings for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the Standard Products List as shown in Section 01 60 00. 2) Apply lining at a minimum of 40 mils DFT 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 11 - 9 DUCTILE IRON FITTINGS Page 9 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b) Care should be taken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer’s recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. 6) Test the interior lining of all fittings for pinholes with a non-destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 8) For all Ductile Iron Fittings in wastewater service where the fitting has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA M41, and in accordance with the fittings manufacturer’s recommendations. 2. Lay fittings to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with 33 05 10. 4. Embed Ductile Iron Fittings in accordance with 33 05 10. B. Joint Making 1. Mechanical Joints with required mechanical restraint a. All mechanical joints require mechanical restraint. b. Bolt the retainer gland into compression against the gasket, with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. c. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push-on Joints (restrained) a. All push-on joints shall be restrained push-on type. b. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. c. Wipe clean the gasket seat inside the bell of all extraneous matter. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 11 - 10 DUCTILE IRON FITTINGS Page 10 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 d. Place the gasket in the bell in the position prescribed by the manufacturer. e. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. f. When using a field cut plain end piece of pipe, refinished the field cut and scarf to conform to AWWA M-41. 3. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in 1 direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer’s recommendation may be used with the approval of the Engineer. C. Polyethylene Encasement Installation 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between fittings and polyethylene. b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase with minimum space between polyethylene and fittings. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell-spigot interfaces, bolted joints or fittings, and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than fittings section. b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent pipe section and bunching it accordion-fashion lengthwise until it clears fittings ends. c. Lower fittings into trench with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling fittings make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the fitting and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 11 - 11 DUCTILE IRON FITTINGS Page 11 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 g. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next fitting in same manner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately 1 foot shorter than fitting section. b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each end. c. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting, securing fold at quarter points; secure ends. d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion-fashion lengthwise. e. After completing joint, pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each fitting, bunching it until it clears the fitting ends. c. Wrap polyethylene around fitting so that it circumferentially overlaps top quadrant of fitting. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped fitting into trench with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of fittings in same manner. 5. Pipe-Shaped Appurtenances a. Cover bends, reducers, offsets, and other pipe-shaped appurtenances with polyethylene in same manner as pipe and fittings. 6. Odd-Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses and other odd-shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together, folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area, and secure in place. 8. Openings in Encasement a. Provide openings for branches, service taps, blow-offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 11 - 12 DUCTILE IRON FITTINGS Page 12 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c. Service taps may also be made directly through polyethylene, with any resulting damaged areas being repaired as described above. 9. Junctions between Wrapped and Unwrapped Fittings a. Where polyethylene-wrapped fitting joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with circumferential turns of tape. c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for minimum clear distance of 3 feet away from cast or Ductile Iron Fittings. D. Blocking 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, crosses and plugs in the pipe lines as indicated in the Drawings. 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, normal to the thrust. 3. The supporting area for each block shall be at least as great as that indicated on the Drawings and shall be sufficient to withstand the thrust, including water hammer, which may develop. 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 5. If the Contractor encounters soil that appears to be different than that which was used to calculate the blocking according to the Drawings, the Contractor shall notify the Engineer prior to the installation of the blocking. 3.5 REPAIR/RESTORATION A. Patching 1. Excessive field-patching is not permitted of lining or coating. 2. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. 3. In general, there shall not be more than 1 patch on either the lining or the coating of any fitting. 4. Wherever necessary to patch the fitting: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched fitting until the patch has been properly and adequately cured and approved for laying by the City. c. Promptly remove rejected fittings from the site. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 11 - 13 DUCTILE IRON FITTINGS Page 13 of 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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.1.c – Restraints included in price bid 1.2.A.2.c – Restraints included in price bid 1.3 – Added definitions of gland types for clarity 2.2.B.5 – Removed unrestrained push-on and mechanical joints 2.2.B.6, 7, 8, and 9 – Added reference to Section 33 05 10 and 33 04 10; removed material specifications for bolts, nuts and gaskets. 3.4 – Requirement for all mechanical and push-on joints to be restrained 3.4.D – Corrected reference 9/20/2017 W. Norwood 2.2.B.5.a.7 – Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 12 - 1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 1 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 16, 2018 SECTION 33 11 12 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 36-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. 33 01 31 – Closed Circuit Television (CCTV) Inspection 4. 33 04 40 – Cleaning and Acceptance Testing of Water Mains 5. 33 05 10 – Utility Trench Excavation, Embedment and Backfill 6. 33 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate 7. 33 11 11 – Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per linear foot of “PVC Water Pipe” installed for: 1) Various sizes 2) Various types of backfill b. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per linear foot of “Sewer Force Main” installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing PVC Pressure Pipe with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 12 - 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 16, 2018 f. Disposal of excess material g. Furnishing, placement and compaction of embedment h. Furnishing, placement and compaction of backfill i. Trench water stops j. Thrust restraint, if required by Contract Documents k. Gaskets l. 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 Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 4. American Water Works Association (AWWA): a. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittings for Water. c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN through 60 IN, for Water Transmission and Distribution. d. M23, PVC Pipe – Design and Installation. e. M41, Ductile-Iron Pipe and Fittings. 5. NSF International (NSF): a. 61, Drinking Water System Components – Health Effects. 6. Underwriters Laboratories, Inc. (UL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. For PVC Pressure Pipe that is used for water distribution, wastewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe b. Manufacturer c. Dimension Ratio Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 12 - 3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 3 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 16, 2018 d. Joint Types 2. Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint 3. Gaskets B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown on the Drawings. 3. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with AWWA C900. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 12 - 4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 16, 2018 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 2. Secure and maintain a location to store the material in accordance with Section 01 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 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Pipe 1. Pipe shall be in accordance with AWWA C900. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. 5. The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454. Outside diameters must be equal to those of cast iron and ductile iron pipes. 6. As a minimum the following Dimension Ratio’s apply: Diameter (inch) Min Pressure Class (psi) 4 through 12 DR 14 16 through 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900. Minimum pipe markings shall be as follows: 1) Manufacturer’s Name or Trademark and production record 2) Nominal pipe size 3) Dimension Ratio 4) AWWA C900 5) Seal of testing agency that verified the suitability of the pipe Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 12 - 5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 16, 2018 C. Pressure and Deflection Design 1. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E’ = 1,000 max e. Deflection Lag Factor = 1.0 f. Working Pressure (Pw) = 150 psi g. Surge Allowance (Ps) = 100 psi minimum h. Test Pressure = 1) No less than 1.25 times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection = 3 percent j. Restrained Joint Safety Factor (SF) = 1.5 k. Maximum Joint Deflection = 50 percent of the manufacturer’s recommendations. 2. Verify trench depths after existing utilities are located. a. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. In no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. c. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (Pi), whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push- on restrained joints as listed in the City’s Standard Products List as shown in Section 01 60 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist 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. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 12 - 6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 16, 2018 4. Joints a. Joints shall be gasket, bell and spigot and push-on type conforming to ASTM D3139. b. Since each pipe manufacturer has a different design for push-on joints, gaskets shall be part of a complete pipe section and purchased as such. c. Lubricant must be non-toxic and NSF approved for potable water applications. d. Push-On Restrained Joints shall only be as approved in the Standard Products List in Section 01 60 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe manufacturer’s recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 5. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 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. Joint Making 1. Mechanical Joints a. In accordance with Section 33 11 11. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 12 - 7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 16, 2018 2. Push-on Joints a. Install Push-On joints as defined in AWWA C900. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut to conform to AWWA C605. 3. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades shown in the Drawings. b. Joint deflection shall not exceed 50 percent of the manufacturer’s recommendation. D. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 11 12 - 8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 16, 2018 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.C.1 and 3.4.C.3 – revised maximum joint deflection requirements 3.4.C.1 – 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 4/1/2013 F. Griffin Change Section 2.2 B. 5. from “The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454-B.” to “The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454”. 11/14/2018 D.V. Magaña All references to the use of C905 are no longer applicable and are deleted. 1.3.A.4.c. – Updated to reflect C900 applicable on PVC pipe sizes 4” through 60”. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 10 - 1 WATER SERVICES 1-INCH TO 2-INCH Page 1 of 17 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised February 14, 2017 SECTION 33 12 10 WATER SERVICES 1-INCH TO 2-INCH PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Lead-free 1-inch to 2-inch water service lines from the water main to the right-of- way, fittings and water meter boxes complete in place, as shown on the Drawings, directed by the Engineer, and specified herein for: a. New Water Service b. New Water Service (Bored) c. Water Meter Service Relocate d. Private Water Service B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed but not Furnished Under this Section 1. Water meters for various sizes D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 5. Section 33 12 25 – Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. New Water Service a. Measurement 1) Measurement for this Item shall be per each new “Water Service” complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by open cut construction. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per each “Water Service” installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Service Line as specified by the Drawings 2) Submitting product data 3) Tapping saddle 4) Corporation stop 5) Curb stop 33 12 10 - 2 WATER SERVICES 1-INCH TO 2-INCH Page 2 of 17 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised February 14, 2017 6) Fittings 7) Service line installed by open cut 8) Connection to meter 9) Meter Box and Lid 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Surface Restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro-mulch paid separately) 15) Clean-up 16) Disinfection 17) Testing 2. New Bored Water Service a. Measurement 1) Measurement for this Item shall be per each new Water Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per each “Bored Water Service” installed for: a) Various sizes c. The price bid shall include: 1) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to meter 8) Meter Box and Lid 9) Pavement removal 10) Excavation 11) Hauling 12) Disposal of excess material 13) Surface restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro-mulch paid separately) 14) Clean-up 15) Disinfection 16) Testing 3. Water Meter Service Reconnect a. Measurement 1) Measurement for this Item shall be per each Water Meter Service Reconnect complete in place from public service line connection to private service line connection. b. Payment 33 12 10 - 3 WATER SERVICES 1-INCH TO 2-INCH Page 3 of 17 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised February 14, 2017 1) The work performed in conjunction with relocation of the meter, associated private service line, fittings and meter box 5 feet or less in any direction from centerline of existing meter location and the materials furnished in accordance with this Item will be paid for at the unit price bid per each “Water Meter Service, Reconnection” installed for: a) Various size of services c. The price bid shall include: 1) Private service line 2) Fittings 3) Private connection to water meter 4) Connection to existing private service line 5) Cut and crimp of existing service 6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter, as directed by City 7) Pavement removal 8) Excavation 9) Hauling 10) Disposal of excess material 11) Surface restoration for area disturbed for installation of meter box, excluding grass (seeding, sodding or hydro-mulch paid separately) 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 4. Private Water Service Relocation a. Measurement 1) Measurement for this Item shall be per linear foot of Private Service relocation complete in place from the meter box to a connection to the existing service line on private property. b. Payment 1) The work performed in conjunction with Private Service Line installation where the meter and meter boxes are moved more than 5 feet in any direction from centerline of existing meter location and materials furnished in accordance with the Item and measured as provided under “Measurement” will be paid for at the unit price bid per linear foot of “Private Water Service” performed for: a) Various service sizes c. The price bid shall include: 1) Obtaining appropriate permit 2) Obtaining Right of Entry 3) Submitting product data 4) Private service line 5) Fittings 6) Backflow preventer, check valve, and isolation valve relocation, if applicable 7) Connection to existing private service line 8) Pavement removal and replacement 9) Excavation 10) Hauling 11) Disposal of excess material 33 12 10 - 4 WATER SERVICES 1-INCH TO 2-INCH Page 4 of 17 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised February 14, 2017 12) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid separately) 13) Clean-up 14) Cleaning 15) Disinfection 16) Testing 1.3 REFERENCES A. Definitions 1. New Service a. Installation of new 1-inch to 2-inch Water Service Line by open cut construction from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service (Bored) a. Installation of new 1-inch to 2-inch Water Service Line by trenchless construction method from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service Reconnection a. Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that lies within 5 feet of the existing meter. 4. Private Service Relocation a. Relocation and reconnection of private service line behind the water meter where the existing meter to be abandoned and the new meter installed is greater than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. 5. Lead-free a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P.L. 111-380). B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A536, Standard Specification for Ductile Iron Castings. c. B88, Standard Specification for Seamless Copper Water Tube. d. B98, Standard Specification for Copper-Silicon Alloy Rod, Bar and Shapes. e. C131, Standard Specification for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. f. C150, Standard Specification for Portland Cement. g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. h. C857 (RL), Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures 33 12 10 - 5 WATER SERVICES 1-INCH TO 2-INCH Page 5 of 17 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised February 14, 2017 i. D883, Standard Terminology Relating to Plastics. j. D1693, Standard Test Method for Environmental Stress-Cracking of Ethylene Plastics 3. American Water Works Association (AWWA): a. C700, Cold-Water Meters - Displacement Type, Bronze Main Case. b. C800, Underground Service Line Valves and Fittings. 4. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 5. Reduction of Lead in Drinking Water Act a. Public Law 111-380 (P.L. 111-380) 6. General Services Administration (GSA): a. RR-F-621E, Frames, Covers, Gratings, Steps, Sump and Catch Basin, Manhole 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruptions and meet requirements of Division 0 and Division 1. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable: 1. Tapping Saddle 2. Corporation stop 3. Curb Stop 4. Service Line 5. Meter Box 6. Meter Box Lid B. Certificates and Test Reports 1. Prior to shipment of any Water Service components, the manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the components to be furnished comply with all regulatory requirements identified in this Section including: 1) The Reduction of Lead in Drinking Water Act (P.L. 111-380) 2) AWWA C800 3) NSF 61 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 33 12 10 - 6 WATER SERVICES 1-INCH TO 2-INCH Page 6 of 17 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised February 14, 2017 1. Manufacturers a. Water Services shall meet or exceed the latest revisions of AWWA C800, NSF 61, the Reduction of Lead in Drinking Water Act and shall meet or exceed the requirements of this Specification. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 4. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS A. Water meters for various sizes 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City’s Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 1. Regulatory Requirements a. All materials shall conform to the Reduction of Lead in Drinking Water Act (P.L. 111-380). This Act defines “Lead-free” for pipes and other appurtenances to be less than 0.25 percent lead. b. Water Services shall meet or exceed the latest revisions of AWWA C800 and shall meet or exceed the requirements of this Specification. c. All Water Services components in contact with potable water shall conform to the requirements of NSF 61. C. Materials/Design Criteria 33 12 10 - 7 WATER SERVICES 1-INCH TO 2-INCH Page 7 of 17 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised February 14, 2017 1. Service Lines a. Provide Type K Copper Tubing per ASTM B88. b. Furnish in the annealed conditions, unless otherwise specified in the Contract Documents. 2. Service Couplings a. Fitting Ends 1) Flared Copper Tubing with thread dimensions per AWWA C800 2) Provide coupling nuts with a machined bearing skirt of a length equal to the tubing outer diameter (O.D.). b. Provide with hexagonal wrench grip compatible with the coupling size. c. Provide lead-free service couplings in accordance with the Reduction of Lead in Drinking Water Act. 3. Corporation stops a. Provide brass castings per AWWA C800 for: 1) Bodies 2) Plugs 3) D washers 4) Bottom nuts b. Machining and Finishing of Surfaces 1) Provide 1 ¾ inch per foot or 0.1458 inch per inch ± 0.007 inch per inch taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there-through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/8-inch for 1-inch corporation stops b) Four 15/16-inch for 1 ½ -inch and 2-inch corporation stops c. Provide lead-free corporation stops in accordance with the Reduction of Lead in Drinking Water Act. 4. Curb Stops a. Provide brass castings per AWWA C800. b. Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Ball type c. Incorporate full flow porting. d. Provide for full 360 degree plug rotation clockwise or counter-clockwise. e. Overall Length 33 12 10 - 8 WATER SERVICES 1-INCH TO 2-INCH Page 8 of 17 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised February 14, 2017 1) 3-5/16 inch + 1/8 inch for 1-inch diameter 2) 4-1/32 inch + 9.32 for 1-inch diameter f. Cylindrical Plug Type 1) Provide O-ring seal at top and bottom. a) O-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 O-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. g. Tapered Plug Type 1) Provide O-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by O-rings or combination Teflon U- shaped seal rings backed with O-rings. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. h. Ball Plug Type 1) Provide double O-ring seals on the stem. 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports. 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. i. Provide lead-free curb stops in accordance with the Reduction of Lead in Drinking Water Act. 5. Straight Adapters a. Brass castings and threads per AWWA C800 b. Provide lead-free straight adapters in accordance with the Reduction of Lead in Drinking Water Act. 6. Three Part Copper Unions a. Brass castings and threads per AWWA C800 b. Provide lead-free Three Part Copper Unions in accordance with the Reduction of Lead in Drinking Water Act. 7. Straight Meter Couplings a. Brass castings per AWWA C800 b. Threads per AWWA C700 c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of meter nut. e. Machine inside and outside of tailpiece. 33 12 10 - 9 WATER SERVICES 1-INCH TO 2-INCH Page 9 of 17 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised February 14, 2017 f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of Lead in Drinking Water Act. 8. Branch Connections a. Brass castings per AWWA C800 b. Inlet and outlet connections per AWWA C800 c. Provide lead-free branch connections in accordance with the Reduction of Lead in Drinking Water Act. 9. Service Saddles a. Castings 1) Brass or Nylon coated ductile iron castings per AWWA C800 2) Free of porosity with sharp edges removed 3) Saddle a) Form to fit firmly against side of maximum diameter of water main with approximately 180 degrees wrap around. 4) Outlet a) Design outlet boss for no thread distortion by bending moments. b) Tapped for taper threaded corporation stop conforming to AWWA C800. b. Straps 1) Conform to ASTM B98. 2) Form flat to fit uniformly against the wall of the water main. 3) Shall be double straps 4) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 5) Straps shall be threaded 5/8 inch (11-NC-2A) for a distance such that ½ inch remains after clamp is fully tightened on the pipe. 6) Chamfer strap ends to protect the starting threads. 7) The threads shall be full and free from shear. 8) 4-inch and larger pipe shall be in accordance with Section 33 12 25. c. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (11-NC-2B) d. Gaskets 1) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a. For 1 ½-inch and 2-inch services b. Brass castings per AWWA C800 c. Valve Body with integral outlet flange and inlet wrenching flat d. Fit together key and body by turning key and reaming body 1) Key with O-ring seal seat at the upper end 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall contain an O-ring seat or a uniform flat drop-in flange gasket surface. 4) Drop-in flange gasket surface shall contain gasket retaining grooves milled circular about the axis of the flange. 33 12 10 - 10 WATER SERVICES 1-INCH TO 2-INCH Page 10 of 17 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised February 14, 2017 5) The size of the outlet flange and the diameter and spacing of the bolt holes shall conform to AWWA C700. 6) The flange on 2-inch angle valves shall be double drilled to permit connection to l ½ -inch meters. 7) The inlet port of the valve shall be tapered to conform to AWWA C800 taper pipe thread. 8) The key cap shall include a wrenching tee marked with a raised or recessed arrow to show whether the valve is open or closed. 9) Valve Assembly (main body, key, key cap) a) Brass material per AWWA C800 b) O-ring seal on the top of the key between the key and body seat c) Key cap shall complete the assembly by attaching to the key by means of a strong bronze pin with phosphor bronze spring washer(s) depressed between the key cap and the top of the valve main body. d) Provide with padlock wings for locking the valve in the closed position. e) There shall be a uniform application of cold water valve grease between the body and the key. f) The valve shall be capable of being easily opened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss, and shall be free of burrs or fins. h) The valve shall be strong, well designed, neat in appearance, water- tight and entirely adequate for the intended purpose. i) Provide with either a high quality rubber drop-in gasket or an O-ring seal depending on the manufacturer's flange seal surface design choice. e. Provide lead-free brass flanged angle valves in accordance with the Reduction of Lead in Drinking Water Act. 11. Meter Boxes shall: a. Be constructed of: 1) Polymer, black polyethylene material as defined in ASTM D883. a) Minimum wall thickness of 3/8-inch throughout with no blowing agents or foaming plastics b) Body shall be black throughout, blended at the time of manufacture, and shall have a molded recycled emblem with a minimum of 35 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. c) Have a tensile strength greater than 1700 pounds per square inch (psi). d) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. e) Exterior free from seams or parting lines. f) Have crush resistant ribbing along the outside of the box. g) Have a flange around the lid opening to help prevent settling and aide in adjustment to grade. h) Not to be installed in roadway – designed to withstand loading in non- deliberate and incidental traffic only. 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance with ASTM C150, portioned with lightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C131 (2) Minimum 28 day compressive strength of 3,000 psi 33 12 10 - 11 WATER SERVICES 1-INCH TO 2-INCH Page 11 of 17 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised February 14, 2017 b. Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d. Have pipe holes measuring a minimum of 2-1/2” x 3-1/4”. e. 1-inch Standard Meter Box (Class A) 1) For use with services utilizing 5/8-inch x ¾-inch, ¾-inch or 1-inch meter Single or Dual service meter. 2) Polymer a) Size: working of not less than 10 inches x 16 inches, 12 inches high 3) Concrete a) Size: working area not less than 10-inches x 16-inches, 12 inches high f. 2-inch Standard Meter Box (Class C) 1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. 2) Polymer a) Size: working area not less than 14-inches x 28-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 26-1/2-inches, 12 inches high g. Bullhead Standard Meter Box (Class B) 1) For use with services utilizing two 5/8-inch x ¾-inch or ¾-inch or 1-inch Single service meter. 2) Polymer a) Size: working area not less than 15-inches x 18-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 18-inches, 12 inches high 12. Meter Box Lid a. Meter Box Lids Shall: 1) Be solid throughout with reinforcing ribs. 2) Have City of Fort Worth ‘Molly’ logo molded into the lid. 3) Bear the Manufacturer’s IS (name or logo) and Country of Origin. 4) Be designed both with and without AMI receptacles 5) Have a molded tread-plate 6) Seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box. 7) Have a molded pick bar for use by meter reading tool. 8) Have Automated Meter Infrastructure (AMI) snap locking slide mounts for number of meters/endpoints associated with meter box 9) Have an opening to accept the AMI end-point. Opening shall accommodate an endpoint with a 1-7/8 inches diameter. 10) Have recessed AMI end point area, to alleviate a trip hazard, centered over AMI slide mount. Recess area should be 4-1/2 inches in diameter and 3/8” deep. 11) Have built-in anti-flotation devices. b. Cast Iron or Ductile Iron 1) Lids for Concrete Meter Boxes shall be constructed out of a cast iron and meet RRF-621 specification. 2) Shall withstand a minimum vertical load of 15,000 pounds 3) Coat castings with a bituminous emulsified asphalt unless otherwise specified in the Contract Documents, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. 33 12 10 - 12 WATER SERVICES 1-INCH TO 2-INCH Page 12 of 17 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised February 14, 2017 4) Dimensions shall be within industry standards of ±1/16 inch per foot. 5) Shall have a plug inserted in to the AMI receptacle to avoid water entering through opening until the AMI receptacle is used 6) Be a minimum of 1-3/4 inches thick at reinforcing ribs. 7) Casting weights may vary ±5 percent from drawing weight per industry standards. c. Plastic(Composite) 1) The lid shall : a) Constructed of Engineered Plastic as defined in ASTM D883 (1) Have a molded recycled emblem with a minimum of 50 percent Post Consumer Recycled and 50 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. (2) Be designed to fit a concrete box/cast iron box in retrofit installations. (3) Have a tensile strength greater than 1700 psi. (4) Have a ‘knock-out” plug to accept the AMI end- point. Knock-out diameter shall be 1-7/8 inch diameter. A removable plug may be substituted for the knock-out plug. (5) Be constructed out of a composite material blend for maximum durability and corrosion resistance. (6) Be black throughout with no blowing agents or foaming plastics (7) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. (8) Exterior free from seams or parting lines. (9) Have a molded tread-pattern- tread dimensions shall be .188-inch x .938-inch x .150-inch deep. (10) Have “City of Fort Worth” molded into the lid. (11) Have “Water Meter” molded into the lid- Font shall be standard Fadal CNC font with 1-inch characters x .150-inch deep. (12) Have a molded pick hole pocket- dimensions shall be 3-inch x 9/16-inch x Thru Hole with 3/16-inch 304 stainless steel rod. (13) Have 2 pieces of ½-inch rebar located in lid pockets for locatability as shown in Drawings. (14) Have location capability using metal detector. b) Domestic Manufacture Only-Made in USA molded on Lid. c) Not to be installed in roadway or parking area d) Be designed to withstand H-10 loading for non-deliberate and incidental traffic only as . e) Have ultraviolet protection. 2) 1-inch Standard Plastic Meter Box Lid (Class A) a) For use with services utilizing 5/8-inch x ¾-inch, ¾-inch or 1-inch meter Single or Dual service meter. b) Size: 11-7/8-inch x 17-7/8-inch, 1-1/2 inches high c) For use with Class A Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 3) 2-inch Standard Plastic Meter Box Lid (Class C) a) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. 33 12 10 - 13 WATER SERVICES 1-INCH TO 2-INCH Page 13 of 17 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised February 14, 2017 b) Size 27-inches x 15-1/4-inches, 1-7/8 inches high c) For use with Class C Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 4) Bullhead Standard Plastic Meter Box Lid (Class B) a) For use with services utilizing two 5/8-inch x ¾-inch or ¾-inch or 1- inch Single service meter: b) Size: 16-5/8-inch x 14—5/8-inch, 1-3/4 inches high c) For use with Class B Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 13. Horizontal Check Valve a. Equip 1 ½-inch and 2-inch Water Services with a horizontal check valve, with pipe plug, only if specified in the Drawings. b. If an existing backflow preventer is present, the Contractor is to leave it, and is not required to provide an additional horizontal check valve. c. Provide lead-free horizontal check valves in accordance with the Reduction of Lead in Drinking Water Act. 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. At the City’s option, the manufacturer shall be required to provide certification records showing conformance of materials, design and testing to these Specifications. 2. The test procedures shall conform to AWWA C800. a. In the event that a chosen valve fails the City’s hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. c. These tests will be the basis of acceptance or rejection of the remainder of the shipment by the City. 3. The City reserves the right to select products at random for testing. The failure of materials to conform to the applicable Specification may result in the rejection of the entire shipment. B. Marking 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon showing: a. Manufacturer’s name b. Type c. Size of Pipe 33 12 10 - 14 WATER SERVICES 1-INCH TO 2-INCH Page 14 of 17 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised February 14, 2017 PART 3 - EXECUTION 3.1 INSTALLERS A. A licensed plumber is required for installations on the outlet side of the service meter. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Water Services and appurtenances in accordance with AWWA C800. 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 feet or wider, or where shown on Drawings. 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless otherwise shown on the Drawings. 4. Install services at a minimum depth of 36 inches below final grade/proposed top of curb, unless otherwise specified in the Contract Documents. 5. Perform leak tests in accordance with Section 33 04 40. 6. Replace existing ¾-inch Service Lines with 1-inch new Service Line, tap, and corporation. 7. Install replaced or relocated services with the service main tap and service line being in line with the service meter, unless otherwise directed by the City. 8. Excavate, embed and backfill trenches in accordance with Section 33 05 10. B. Handling 1. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. 2. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash – during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Service Line Installation 1. Service Taps a. Only ductile iron pipe may be directly tapped. b. Install service taps and/or tap assemblies of the specified size as indicated on the Drawings, or as specified by the Engineer. c. Perform taps on a water system that is either uncharged or under pressure. d. Taps consist of: 1) For Concrete Pressure Pipe or Steel Pipe a) Standard internal pipe threaded holes in the pipe walls (1) Made during pipe fabrication (2) Provide tapered threaded outlet with cc threads for up to 2-inch. 33 12 10 - 15 WATER SERVICES 1-INCH TO 2-INCH Page 15 of 17 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised February 14, 2017 (3) Provide flange outlet with flange to thread insulator adaptor kits for 4-inch and larger taps. 2) Other pipe materials a) Bronze service clamp with a sealed, threaded port through which the pipe wall is drilled to complete a service port e. Tap Assemblies 1) Consist of corporation stop with iron to copper connection attached to: a) Copper tubing terminating as shown on the City’s Standard Detail b) May be required adjacent to gate valves c) Install as shown on the Drawings, or as directed by the Engineer. d) When required, shall be included in the unit price bid for installing gate valve. 2) Chlorination and testing purposes a) No separate payment will be made for taps required for testing and chlorination. 2. Installation of Water Services a. Install tap and Service Line in accordance with City Details. b. Install meter box in accordance with City Details. 1) Adjustment of the Service Line to proper meter placement height shall be considered as part of the Meter Box installation. 3. Trenching a. Provide a trench width sufficiently wide to allow for 2 inches of granular embedment on either side of the Service Line. 4. Bored Services a. Services shall be bored utilizing a pilot hole having a diameter ½ inch to ¾ inches larger than the Service Line. 5. Arrangement a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and other associate appurtenances as shown in the City Detail, and to the approval of the Engineer. 6. Service Marker a. When Meter Box is not installed immediately subsequent to service installation: 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the service and extending through the backfill approximately 6 inches above ground at the Meter Box location. b. Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normal to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters 1. Remove, tag and collect existing Water Service meter for pickup by the City for reconditioning or replacement. 2. After installation of the Water Service in the proposed location and receipt of a meter from the City inspector, install the meter. 33 12 10 - 16 WATER SERVICES 1-INCH TO 2-INCH Page 16 of 17 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised February 14, 2017 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the City. 4. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each Water Service installation for leaks and full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 33 12 10 - 17 WATER SERVICES 1-INCH TO 2-INCH Page 17 of 17 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised February 14, 2017 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Added Blue Text for clarification 1.2 A. – Revision to items included in price bid Specification modified to be in accordance with the Reduction of Lead in Drinking Water Act – All materials shall be lead free in accordance with this Act. 1.2.A.3 – Water Meter Service Relocate was renamed Water Meter Service Reconnect 1.6.B. – added certification submittals for compliance with regulatory requirements 2/13/2013 F. Griffin Added the phrase ‘, including grass’ to lines; Part 1, 1.2.A.1.c.14, Part1, 1.2.A.2.c.13, Part 1, 1.2.A.2.c.13, Part 1,1.2.A.3.c.11, Part1, 1.2.A.4.c.11 Added the phrase ‘and replacement’ to line Part 1,1.2.A.4.c.7 4/26/2013 F. Griffin Revised lines with ‘including grass’ replacing with ‘excluding grass (seeding, sodding or hydromulching paid separately)’ Included in Part 1, 1.2, A, 1, c, 14; Part 1, 1.2, A, 2, c, 13; Part 1, 1.2, A, 3, c, 11; Part 1, 1.2, A, 4, 2, 11 6/19/2013 D. Johnson 1.2.A.4.c – Addition of private water service appurtenances relocation to being included in the linear foot price of private water services 11/21/2016 W. Norwood Require meter box suitable for AMI meter. 2.2,C, 11 & 2.2,C,12 11/21/2016 W. Norwood Require service saddle with double straps. 2.2,C,9,b 2/14/17 W. Norwood 2.2, C, 9.a.3 Remove table “Fit Contour of pipe…” 2/14/17 W. Norwood 3.4, C, 1.d.(2) Remove nylon sleeve inserts, require cc threads. 33 12 11 - 1 LARGE WATER METERS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 12 11 LARGE WATER METERS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Large Water Meter, Vault, Bypass and Appurtenances (3-inch and larger) B. Products Installed but Not Furnished Under This Section 1. Water Meter and Strainer C. Deviations from this City of Fort Worth Standard Specification 1. None. D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 03 80 00 – Modifications to Existing Concrete Structures 4. Section 33 06 16 – Concrete Water Vaults 5. Section 33 11 10 – Ductile Iron Pipe 6. Section 33 11 11 – Ductile Iron Fittings 7. Section 33 12 10 – Water Services 1-inch to 2-inch 8. Section 33 12 20 – Resilient Seated Gate Valve 9. Section 33 12 50 – Water Sample Stations 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. b. Measurement includes meter, vault, piping, appurtenances, and bypass line (from upstream tee to downstream tee). 1) Piping upstream of bypass line tee is measured and paid separately as water pipe, by size. 2) Piping downstream of bypass line tee is measured and paid separately as water pipe, by size. a) Any licensing requirements for plumbing installation are included in this item’s measurement. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Water Meter and Vault” installed for: 1) Various meter sizes Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 11 - 2 LARGE WATER METERS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3. The price bid shall include: a. Excavation b. Pre-cast concrete vault and appurtenances c. Crushed rock foundation d. Access hatch e. Piping and appurtenances f. Fittings g. Horizontal thrust blocking h. Sample station and appurtenances i. Flushing points and appurtenances j. Installation of Compound Water Meter with Strainer k. Reinforced Concrete Pipe Sump l. Reconnection of Service m. Backfill n. Pavement removal o. Hauling p. Disposal of excess material q. Placement and compaction of backfill r. Plumbing Licensing requirements s. Clean-up t. Concrete Filled Steel Pipe Bollards as required u. Surface restoration around perimeter of water meter vault and piping as required. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. All submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Vault 2. Piping 3. Sample Station 4. Isolation Valves 5. Sample Tap and appurtenances 6. Hatch 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 11 - 3 LARGE WATER METERS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. Precast Concrete Vault – Conform to Section 33 05 16 2. Gate Valves – Conform to Section 33 12 20 3. Ductile Iron Pipe – Conform to Section 33 11 10 4. Ductile Iron Fittings – Conform to Section 33 11 11 5. Sample Station – Conform to Section 33 12 50 6. Sample and flushing point taps – Conform to Section 33 12 10 7. Hatch – Conform to Section 33 05 16 B. Meter and Strainer 1. Furnished by City 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Install vault in accordance with manufacturer’s recommendations and in accordance with Section 33 05 16. B. Pipe Penetrations 1. Conform to Section 03 80 00. C. Meter 1. Obtain meter and strainer from City Field Operations Warehouse. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 11 - 4 LARGE WATER METERS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 20 - 1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised December 20, 2012 SECTION 33 12 20 1 RESILIENT SEATED (WEDGE) GATE VALVE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 6 water mains 7 a. 24-inch and larger valves may require an integral bypass 8 2. Gate valves larger than 24-inches may be approved by the City on a case-by-case 9 basis. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 – General Requirements 16 3. Section 33 11 05 – Bolts, Nuts, and Gaskets 17 4. Section 33 11 10 – Ductile Iron Pipe 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Gate Valve 21 a. Measurement 22 1) Measurement for this Item shall be per each. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the unit price bid per each “Gate Valve” installed 26 for: 27 a) Various sizes 28 c. The price bid shall include: 29 1) Furnishing and installing Gate Valves with connections as specified in the 30 Drawings 31 2) Valve box 32 3) Extension 33 4) Extensions for valves in vaults 34 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 35 6) Petrolatum tape for connections to steel flanges 36 7) 2-inch risers (for 16-inch and larger gate valves) 37 8) Isolation kits when installed with flanged connections 38 9) Polyethylene encasement 39 10) Pavement removal 40 33 12 20 - 2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised December 20, 2012 11) Excavation 1 12) Hauling 2 13) Disposal of excess material 3 14) Furnishing, placement and compaction of embedment 4 15) Furnishing, placement and compaction of backfill 5 16) Clean-up 6 17) Cleaning 7 18) Disinfection 8 19) Testing 9 2. Cut-in Gate Valve 10 a. Measurement 11 1) Measurement for this Item shall be per each. 12 b. Payment 13 1) The work performed and the materials furnished in accordance with this 14 Item shall be paid for at the unit price bid per each “Cut-in Gate Valve” 15 installed for: 16 a) Various sizes 17 c. The price bid shall include: 18 1) Furnishing and installing Gate Valves with connections as specified in the 19 Drawings 20 2) System dewatering 21 3) Connections to existing pipe materials 22 4) Valve box 23 5) Extension 24 6) Extensions for valves in vaults 25 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 26 8) Petrolatum tape for connections to steel flanges 27 9) 2-inch risers (for 16-inch and larger gate valves) 28 10) Isolation kits when installed with flanged connections 29 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 30 12) Polyethylene encasement 31 13) Pavement removal 32 14) Excavation 33 15) Hauling 34 16) Disposal of excess material 35 17) Furnishing, placement and compaction of embedment 36 18) Furnishing, placement and compaction of backfill 37 19) Clean-up 38 20) Cleaning 39 21) Disinfection 40 22) Testing 41 1.3 REFERENCES 42 A. Abbreviations and Acronyms 43 1. NRS – Non Rising Stem 44 2. OS&Y – Outside Screw and Yoke 45 B. Reference Standards 46 33 12 20 - 3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised December 20, 2012 1. Reference standards cited in this Specification refer to the current reference 1 standard published at the time of the latest revision date logged at the end of this 2 Specification, unless a date is specifically cited. 3 2. American Association of State Highway and Transportation Officials (AASHTO). 4 3. American Society of Mechanical Engineers (ASME): 5 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 6 4. American Iron and Steel Institute (AISI). 7 5. ASTM International (ASTM): 8 a. A48, Standard Specification for Gray Iron Castings. 9 b. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 10 c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 11 Tensile Strength. 12 d. A536, Standard Specification for Ductile Iron Castings. 13 e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 14 f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 15 Steel. 16 6. American Water Works Association (AWWA): 17 a. C509, Resilient-Seated Gate Valves for Water Supply Service. 18 b. C515, Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service. 19 c. C550, Protective Interior Coatings for Valves and Hydrants. 20 d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN 21 through 12 IN, for Water Transmission and Distribution. 22 7. American Water Works Association/American National Standards Institute 23 (AWWA/ANSI): 24 a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. 25 b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 26 Fittings. 27 c. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 28 Threaded Flanges. 29 8. NSF International (NSF): 30 a. 61, Drinking Water System Components - Health Effects. 31 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 32 1.5 SUBMITTALS 33 A. Submittals shall be in accordance with Section 01 33 00. 34 B. All submittals shall be approved by the City prior to delivery. 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 36 A. Product Data 37 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 38 supplied, including: 39 a. Dimensions, weights, material list, and detailed drawings 40 b. Joint type 41 c. Maximum torque recommended by the manufacturer for the valve size 42 2. Polyethylene encasement and tape 43 33 12 20 - 4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised December 20, 2012 a. Whether the film is linear low density or high density cross linked polyethylene 1 b. The thickness of the film provided 2 3. Thrust Restraint, if required by contract Documents 3 a. Retainer glands 4 b. Thrust harnesses 5 c. Any other means 6 4. Instructions for field repair of fusion bonded epoxy coating 7 5. Gaskets 8 B. Certificates 9 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 10 the provisions of this Section, each valve meets Specifications, all inspections have 11 been made and that all tests have been performed in accordance with AWWA C509 12 or AWWA C515. 13 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 14 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five 15 years experience manufacturing Resilient Seated Gate Valves of similar service and 16 size with experience record. 17 4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or 18 controls any foreign factory/foundry that supplies valve casings and can certify that 19 the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality 20 control at the foreign factory/foundry. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE 24 A. Qualifications 25 1. Manufacturers 26 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 27 project. 28 1) Change orders, specials and field changes may be provided by a different 29 manufacturer upon City approval. 30 b. For valves less than 16-inch, valves of each size shall be the product of 1 31 manufacturer, unless approved by the City. 32 1) Change orders, specials and field changes may be provided by a different 33 manufacturer upon City approval. 34 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 35 d. For valves equipped with a bypass, the bypass valve must be of the same 36 manufacturer as the main valve. 37 e. Resilient Seated Gate Valves shall be new. 38 f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 39 successful experience manufacturing of Resilient Seated Gate Valves of similar 40 service and size, and indicated or demonstrate an experience record that is 41 satisfactory to the Engineer and City. This experience record will be thoroughly 42 investigated by the Engineer, and acceptance will be at the sole discretion of the 43 Engineer and City. 44 33 12 20 - 5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised December 20, 2012 g. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and 1 bypass; that are not manufactured within the United States of America, shall be 2 manufactured by factories/foundries that are owned or controlled (partial 3 ownership) such that the Resilient Seated Gate Valve Manufacturer can control 4 and guarantee quality at the foreign factory/foundry. 5 1.10 DELIVERY, STORAGE, AND HANDLING 6 A. Storage and Handling Requirements 7 1. Protect all parts so that no damage or deterioration will occur during a prolonged 8 delay from the time of shipment until installation is completed and the units and 9 equipment are ready for operation. 10 2. Protect all equipment and parts against any damage during a prolonged period at the 11 site. 12 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 13 strongly built and securely bolted thereto. 14 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 15 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 16 extremes in temperature. 17 6. Secure and maintain a location to store the material in accordance with Section 01 18 66 00. 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY 21 A. Manufacturer Warranty 22 1. Manufacturer’s Warranty shall be in accordance with Division 1. 23 PART 2 - PRODUCTS 24 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 25 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 26 A. Manufacturers 27 1. Only the manufacturers as listed on the City’s Standard Products List will be 28 considered as shown in Section 01 60 00. 29 a. The manufacturer must comply with this Specification and related Sections. 30 2. Any product that is not listed on the Standard Products List is considered a 31 substitution and shall be submitted in accordance with Section 01 25 00. 32 B. Description 33 1. Regulatory Requirements 34 a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and 35 shall meet or exceed the requirements of this Specification. 36 b. All valve components in contact with potable water shall conform to the 37 requirements of NSF 61. 38 C. Materials 39 33 12 20 - 6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised December 20, 2012 1. Valve Body 1 a. Valve body: ductile iron per ASTM A536 2 b. Flanged ends: Furnish in accordance with AWWA/ANSI C115/A21.15. 3 c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI 4 C111/A21.11. 5 d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 6 mils, meeting AWWA C550 requirements 7 e. Buried valves: Provide with polyethylene encasement in accordance with 8 AWWA/ANSI C105/A21.5. 9 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 10 2. Wedge (Gate) 11 a. Resilient wedge: rated at 250 psig cold water working pressure 12 b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a 13 permanently bonded EPDM rubber. 14 3. Bypass 15 a. For gate valves using a double roller, track and scrapper system, an integrally 16 cast bypass on the body of the valve is required. 17 1) Orient the bypass on the same side of the gate valve as the spur gear to 18 allow operation of both valves from the manhole opening. 19 2) The bypass shall be a minimum 4-inch in size. 20 4. Gate Valve Bolts and Nuts 21 a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM 22 A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non-buried service (4-inch 23 through 12-inch valves) or as specified in 2.2.C.4.b. 24 b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all 25 sizes) and for valves 16-inch through 36-inch (non-buried service) 26 5. Bolts and Nuts 27 a. Mechanical Joints 28 a) Provide bolts and nuts in accordance with Section 33 11 05. 29 b. Flanged Ends 30 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 31 material. 32 2) Provide bolts and nuts in accordance with Section 33 11 05. 33 3) Flanged isolation kits shall be provided when connecting to buried steel or 34 concrete pressure pipe. Kits shall conform to Section 33 04 10. 35 6. Joints 36 a. Valves: flanged, or mechanical-joint or any combination of these as specified 37 on the Drawings or in the project Specifications 38 1) Flanged-joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 39 a) Flange bolt circles and bolt holes shall match those of ASME B16.1, 40 Class 125. 41 b) Field fabricated flanges are prohibited. 42 2) Steel or concrete pressure pipe 43 a) Use flange-joints unless otherwise specified in the Contract 44 Documents. 45 3) Ductile Iron or PVC pressure pipe 46 a) Use mechanical joints with mechanically restrained retainer glands 47 unless otherwise specified in the Contract Documents. 48 33 12 20 - 7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised December 20, 2012 7. Operating Nuts 1 a. Supply for buried service valves 2 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 3 c. Cast an arrow showing the direction of opening with the word “OPEN” on the 4 operating nut base. 5 d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) 6 direction. Nut shall be painted red per AWWA specifications 7 e. Connect the operating nut to the shaft with a shear pin that prevents the nut 8 from transferring torque to that shaft or the gear box that exceeds the 9 manufacturer’s recommended torque. 10 f. Furnish handwheel operators for non-buried service, or when shown in the 11 Drawings. 12 8. Gearing 13 a. Gate valves that are 24 inch and larger: Equip with a spur gear. 14 b. Bevel gears for horizontally mounted valves are not allowed. 15 c. The spur gear shall be designed and supplied by the manufacturer of the valve 16 as an integral part of the gate valve. 17 9. Gaskets 18 a. Provide gaskets in accordance with Section 33 11 05. 19 2.3 ACCESSORIES 20 A. All gate valves shall have the following accessories provided as part of the gate valve 21 installation: 22 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 23 within 1 foot of the surface of the ground, when the operating nut on the gate valve 24 is 3 feet or more beneath the surface of the ground. Extension Stems are: 25 a. Not required on City stock orders 26 b. Not to be bolted or attached to the valve-operating nut 27 c. To be of cold rolled steel with a cross-sectional area of 1 square inch, fitting 28 loosely enough to allow deflection 29 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 30 sufficient quantity for assembly of each joint. 31 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve 32 boxes and covers 33 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 ¼-inch 34 shafts, screw type, consisting of a top section and a bottom section. 35 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 36 in attached in Section 01 60 00. 37 c. Valve box covers shall be so designed that they can be easily removed to 38 provide access to valve operating nut. 39 d. Valve box covers must be designed to stay in position and resist damage under 40 AASHTO HS 20 traffic loads. 41 e. Each cover shall be casted with the word “WATER” or “RECLAIMED” in 42 raised letters on the upper surface. 43 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 44 1) Valve box covers shall be round for potable water applications and square 45 for reclaimed water applications. 46 33 12 20 - 8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised December 20, 2012 g. Box extension material shall be AWWA C900 PVC or ductile iron. 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION [NOT USED] 6 3.4 INSTALLATION 7 A. General 8 1. All valves shall be installed in vertical position when utilized in normal pipeline 9 installation. 10 2. Valves shall be placed at line and grade as indicated on the Drawings. 11 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL 15 A. Field Inspections 16 1. Before acceptance of the installed valve, the City Field Operations Staff shall have 17 the opportunity to operate the valve. 18 2. The City shall be given the opportunity to inspect all buried flanges before they are 19 covered. 20 3. The Operator will be assessing the ease of access to the operating nut within the 21 valve box and ease of operating the valve from a fully closed to fully opened 22 position. 23 4. If access and operation of the valve meet the City’s criteria, then the valve will be 24 accepted as installed. 25 B. Non-Conforming Work 26 1. If access and operation of the valve or its appurtenances does not meet the City’s 27 criteria, the Contractor will remedy the situation until it meets the City’s criteria, at 28 the Contractor’s expense. 29 33 12 20 - 9 RESILIENT SEATED (WEDGE) GATE VALVE Page 9 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised December 20, 2012 3.8 SYSTEM STARTUP [NOT USED] 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 8 33 12 20 - 10 RESILIENT SEATED (WEDGE) GATE VALVE Page 10 of 10 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised December 20, 2012 END OF SECTION 1 2 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 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.1.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 05. 1.9.A.1 – Added requirement for bypass valve manufacturing 2.2.C. – Added requirement for 30-inch gate valves to have a bypass and bypass material requirements; Added reference to Section 33 11 05 and removed material specification for bolts, nuts and gaskets; Added requirement for flanged isolation kits; Added restraint requirements for mechanical joint connections with ductile iron or PVC pressure pipe. 2.3.3 – Modified acceptable cast iron from Class 40 to Class 35B; Added requirements for reclaimed water applications 6/24/2014 D. Townsend 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.B.3 Added Section. Requires Affidavit for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.6.B.4 Added Section – Requires Affidavit on Gate Valve manufacturers ownership in foreign factories/foundries providing components to certify on-site quality control. 1.9.A.1.f Added Section. Requirement for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.9.A.1.g Added Section. Requirement for Gate Valve manufacturers ownership (or control) in foreign factories/foundries providing components to certify on-site quality control 5/6/2015 D. Townsend 1.1.A.1 Revised maximum allowable Resilient Seated (Wedge) Gate Valve from 30-inch to 48-inch 1.1.A.1.a Revised minimum size gate valve requiring bypass from 30-inch to 24- inch. 2.2.C.3. Changed requirement for an integrally cast bypass from 30-inch and above resilient seated gate valves to all double roller, track and scrapper system resilient seated gate valves 2.2.C.3.2 Added the minimum size bypass shall be 4-inches. 2.2.C.7.d Added that nut shall be painted red per AWWA specifications 3 33 12 25 - 1 CONNECTION TO EXISTING WATER MAINS Page 1 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Connection to existing water mains to include, but not limited to: a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Installing a tapping sleeve and valve B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 – Location of Existing Utilities 6. Section 33 11 05 – 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 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 25 - 2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene encasement 8) Make-up pieces 9) Linings 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing 3. Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Tapping Sleeve and Valve” installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Tapping Sleeve and Tapping Valve 6) Remobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 25 - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 3. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both d. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. e. A283, Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- and Intermediate-Tensile Strength. g. B117, 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 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 25 - 4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 2. May also be required for connections that involve shutting water service off t o certain critical businesses 3. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time for the work to occur. 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 5. Review work procedures as submitted and any adjustments made for current field conditions. 6. Verify that all valves and plugs to be used have adequate thrust restraint or blocking. 7. Schedule a test shutdown with the City. 8. Schedule the date for the connection to the existing system. B. Scheduling 1. Schedule work to make all connections to existing 16-inch and larger mains: a. During the period from November through April, unless otherwise approved by the City b. During normal business hours from Monday through Friday, unless otherwise approved by the City 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to planned disruption to the existing water system. a. In the event that other water system activities do not allow the existing main to be dewatered at the requested time, schedule work to allow the connection at an alternate time acceptable to the City. 1) If water main cannot be taken out of service at the originally requested time, coordination will be required with the City to discuss rescheduling and compensation for mobilization. 2) No additional payment will be provided if the schedule was altered at the Contractor’s request. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable 1. Tapping Sleeve noting the pressure rating and coating system supplied including: a. Dimensions, weights, material list, and detailed drawings b. Maximum torque recommended by the manufacturer for the valve by size B. Submittals 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required by City that includes: a. Results of exploratory excavation b. Dewatering c. Procedure for connecting to the existing water main Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 25 - 5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 d. Time period for completing work from when the water is shut down to when the main is back in service e. Testing and repressurization procedures 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates, upon request, in accordance with AWWA C200. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect parts so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation is completed. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 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 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Description 1. Regulatory Requirements Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 25 - 6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Tapping Sleeve Materials 1. Body a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion applied per AWWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 2. Flange a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME B16.1 Class 125. b. Recessed for tapping valve per MSS SP-60 3. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 11 05. 4. Gaskets a. Provide gaskets in accordance with Section 33 11 05. 5. Test Plug a. ¾-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 05 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. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 25 - 7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Upon disruption of the existing water main, continue work until the connection is complete and the existing water main is back in service. B. Procedure 1. Expose the proposed connection point in accordance with Section 33 05 10. 2. Dewater the existing water line so the chlorinated water is not unlawfully discharged. 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Control the water in such a way that it does not interfere with the proper installation of the connection or create a discharge of chlorinated water. 4. If any discharge of chlorinated water occurs, discharged water shall be de- chlorinated in accordance with Section 33 04 40 5. Cut and remove existing water main in order to make the connection. 6. Verify that the existing pipe line is suitable for the proposed connection. 7. Place trench foundation and bedding in accordance with 33 05 10. 8. In the event that a tapping sleeve and valve is used, the coupon from the existing water main shall be submitted to the City. 9. Prevent embedment, 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 [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 25 - 8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.C.3 and 4 – Added reference to Section 33 11 05 and removed bolt, nu t and gasket material specification 2/6/2013 D. Townsend 3.4.B.4 Modified to refer to Section 33 04040 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 40 - 1 FIRE HYDRANTS Page 1 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 3, 2014 SECTION 33 12 40 FIRE HYDRANTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Dry-barrel fire hydrants with 51/4-inch main valve for use with potable water mains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 4. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 5. Section 33 11 10 – Ductile Iron Pipe 6. Section 33 11 11 – Ductile Iron Fittings 7. Section 33 11 14 – Buried Steel Pipe and Fittings 8. Section 33 12 20 – Resilient Seated (Wedge) Gate Valve 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Fire Hydrant and Extension 1) Measurement for this item shall be by the each hydrant, complete in place. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured under “Measurement” will be paid for at the unit prices bid per each “Fire Hydrant” installed. 3. The price bid shall include: a. Furnishing and installing Fire Hydrants with appurtenances as specified in the Drawings b. Dry-Barrel Fire Hydrant assembly from base to operating nut c. Extension barrel and stem d. Adjusting hydrant to the appropriate height e. Painting f. Pavement Removal g. Excavation h. Freight, loading, unloading and handling i. Disposal of excess material j. Furnish, placement and compaction of embedment k. Furnish, placement and compaction of backfill l. Blocking, Braces and Rest m. Clean up Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 40 - 2 FIRE HYDRANTS Page 2 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 3, 2014 n. Disinfection o. Testing 1.3 REFERENCES A. Definitions 1. Base: The lateral connection to the fire hydrant lead; also called a shoe B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association (AWWA): a. C502, Dry-Barrel Fire Hydrants b. Manual of Water Supply Practices M17 (AWWA Manual M17) – Installation, Field Testing, and Maintenance of Fire Hydrants 3. NSF International a. 61, Drinking Water System Components – Health Effects 4. National Fire Protection Association (NFPA) a. 1963, Standard for Fire Hose Connections 5. Underwriters Laboratories, Inc. (UL) a. 246, Hydrants for Fire-Protection Service 6. Factory Mutual (FM) a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for Private Fire Service 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to construction. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Dry-Barrel Fire Hydrant stating: a. Main valve opening size b. Nozzle arrangement and sizes c. Operating nut size d. Operating nut operating direction e. Working pressure rating f. Component assembly and materials g. Coatings and Finishes 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Dry-Barrel Fire Hydrants shall be the product of 1 manufacturer. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 40 - 3 FIRE HYDRANTS Page 3 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 3, 2014 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. 2. Dry-Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and FM 1510. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA C502 and AWWA Manual M17. 2. Protect all parts so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 3. Protect all equipment and parts against any damage during a prolonged period at the site. 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 7. Secure and maintain a location to store the material in accordance with Section 01 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 [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City’s Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 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. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 40 - 4 FIRE HYDRANTS Page 4 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 3, 2014 b. All Dry-Barrel Fire Hydrant components in contact with potable water shall conform to the requirements of NSF 61. C. Performance / Design Criteria 1. Capacities a. Rated working pressure of 250 psi or greater 2. Design Criteria a. Operating nut 1) Uniformly tapered square nut measuring: a) 1 inch at the base b) 7/8 inch at the top 2) Open by turning the operating nut to the right (clockwise) a) Provide operating direction clearly marked with an arrow and the word “OPEN”. 3) Provide weather shield with operating nut. b. Main Valve 1) Minimum 51/4-inch opening 2) Compression type a) Opening against pressure b) Closing with pressure c. Nozzles 1) ‘T’ shape, 3 nozzle arrangement 2) Nozzle sizes, threads and configuration in accordance with NFPA 1963 a) Hose nozzles (1) 2 x 21/2-inch (nominal size of connection) (a) 180 degrees apart (b) Thread Designation 2.5-7.5 NH (NFPA 1963) b) Pump nozzle (1) 4-inch (nominal size of connection) (a) Thread Designation 4-4 NH (NFPA 1963) d. Hydrant Barrel Configuration 1) Upper barrel 2) Breakable flange and stem a) To be installed above ground at the connection to the upper barrel 3) Extension barrel (if needed) and lower barrel a) Extension barrel and stem (1) Lengthen in 6-inch increments e. Drain Valve 1) Non-corrodible material 2) Spring operated drain valves are not allowed. D. Function 1. Drain Valve a. Drain fire hydrant barrels when main valve is closed. E. Materials 1. Furnish materials in accordance with AWWA C502. 2. Dry-Barrel Fire Hydrant Assembly a. Internal parts 1) Threads Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 40 - 5 FIRE HYDRANTS Page 5 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 3, 2014 a) Provide operating thread designed to avoid metal such as iron or steel threads against iron or steel parts. 2) Stem a) Stem Nuts (1) Provide bronze stem nuts. (a) Grades per AWWA C502 b) Where needed, stem shall be grooved and sealed with O-rings. 3. Provide crushed rock for placement around base conforming to Section 33 05 10. F. Finishes 1. Primer Materials a. Furnish primer for Dry-Barrel Fire Hydrants in accordance with AWWA C502. 2. Finish Materials a. Dry-Barrel Fire Hydrant 1) Exterior a) Above grade (1) Furnish exterior coating for above grade Dry-Barrel Fire Hydrant assembly components in accordance with AWWA C502. (2) Coating shall be Flynt Aluminum Paint in Silver. b) Below grade (1) Furnish exterior coating for below grade Dry-Barrel Fire Hydrant assembly components in accordance with AWWA C502. 2) Interior a) Interior coating for Dry-Barrel Fire Hydrants assemblies in accordance with AWWA C502 2.3 ACCESSORIES A. Polyethylene Encasement 1. Provide polyethylene encasement in accordance with Section 33 11 10. B. Embedment 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Dry-Barrel Fire Hydrants in accordance with AWWA C502. B. Markings 1. Provide each Dry-Barrel Fire Hydrant marked in accordance with AWWA C502. PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 40 - 6 FIRE HYDRANTS Page 6 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 3, 2014 1. Install in accordance with AWWA Manual of Water Supply Practice M17, manufacturer’s recommendations and as shown on the Drawings. 2. Provide vertical installation with braces, rest and blocking in accordance with City Standard Details. 3. Excavate and backfill trenches in accordance with 33 05 10. 4. Embed Dry-Barrel Fire Hydrant assemblies in accordance with 33 05 10. a. At the location of the weep holes, wrap barrel with polyethylene encasement and crushed rock with filter fabric to prevent dirt and debris from entering the fire hydrant. 5. Polyethylene encasement installation shall be in accordance with the applicable portion of Section 33 11 10. 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated in the Drawings. 7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in accordance with AWWA Manual of Water Supply Practice M17, to allow drain outlets to operate. a. The crushed rock should extend 6 inches above the drain outlets and a minimum of 1 foot on all sides of the fire hydrant base. 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. a. Cover is measured from the invert at the fire hydrant base, vertical to ground elevation. b. Fittings may be used along fire lead line to ensure minimum and maximum cover requirements are met. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD CONTROL A. Field Inspections 1. The Dry-Barrel Fire Hydrant and assembly shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. 2. City inspector will issue final inspection notice to City staff. 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to inspect and operate the hydrant, to ensure that the fire hydrant was installed in accordance with AWWA Manual of Water Supply Practice 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. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 40 - 7 FIRE HYDRANTS Page 7 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 3, 2014 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE 3.14 ATTACHMENTS END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.F.2.a.1).a).(2) Added paint manufacturer specification 2.2.C.2.c Revised pumper nozzle nominal diameter and added NFPA 1963 Thread Designations 11/27/2013 D. Townsend Specification Modified to be in accordance with the Reduction of Lead in Drinking Water Act (P.L. 111-380) – All material s to be lead-free in accordance with this act. Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1 Sections added are 1.3.A.2, 1.3.B.7, 1.6.B.1, 2.2.B.1.c, 2.4.B.2 1/3/2014 D. Townsend H.R. 3588 (P.L. 113-64) signed into law 1/2/2014 waived Reduction of Lead in Drinking Water Act (P.L. 111-380) requirement for fire hydrant. All previous revisions related to “lead-free” requirement are now deleted including those revisions made 11/27/2013, those being: Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1 Sections added are 1.3.A.2, 1.3.B.7, 1.6.B.1, 2.2.B.1.c, 2.4.B.2 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 50 - 1 WATER SAMPLING STATIONS Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 12 50 WATER SAMPLING STATIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Water sampling stations for potable water mains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed But Not Furnished Under This Section 1. 1-inch water service line a. From water main to curb stop (including tap) D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 03 30 00 – Cast-In -Place Concrete 4. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 6. Section 33 12 10 – Water Services 1-inch to 2-inch 7. Section 33 12 25 – Connections to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Water Sampling Station a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Water Sampling Station” completed in place. c. The price bid includes: 1) Furnishing and installing Sampling Station with appurtenances as specified in the Drawings 2) Meter box and Lid 3) Concrete support block 4) Curb stop 5) Fittings 6) Incidental 5 feet of service line 7) Pavement Removal 8) Excavation 9) Hauling Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 50 - 2 WATER SAMPLING STATIONS Page 2 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 10) Disposal of excess material 11) Clean up 12) Disinfection 13) Testing 2. Water Sampling Station installed per City Standard Details. a. Measurement 1) This Item is considered subsidiary to Water Meter Vault. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price per each Water Meter Vault (with Sampling Station) installed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. NSF International a. 61, Drinking Water System Components – Health Effects 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to construction. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Product Data submitted in accordance with Section 33 12 10. 2. Sampling Station 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 4. Secure and maintain a location to store the material in accordance with Section 01 66 00. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 50 - 3 WATER SAMPLING STATIONS Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS A. Water sampling station 1. Eclipse TM Number 88 Sampling Station, or approved equal, with 12-inch depth of bury 2. Lockable, aluminum weather shield enclosure 3. Brass internal piping and appurtenances 4. Galvanized riser pipe 5. Brass isolation valve with ¾-inch female iron pipe inlet 6. Removable parts that require no excavation 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City’s Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 1. Regulatory Requirements a. All Water Sampling Station components in contact with potable water shall conform to the requirements of NSF 61. C. Materials / Design Criteria 1. Water Service a. In accordance with Section 33 12 10 include: 1) 1-inch Water Service 2) ¾-inch Water Service 3) 1-inch Corporation Stop 4) 1-inch Curb Stop 5) Fittings 6) 1-inch standard plastic meter box 2. Concrete Pad a. In accordance with Section 03 30 00 b. Dimensions 1) 2 feet x 2 feet 2) 6 inches thick c. Design Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 50 - 4 WATER SAMPLING STATIONS Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) Class ‘B’ Concrete (2500 psi) 2) Reinforced with #4 Rebar 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests, Inspections and Markings 1. Conform to Section 33 12 10. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Sampling Station in accordance with City Standard Details and Section 33 12 10 Water to include: a. 1-inch Corporation Stop b. 1-inch Water Service c. 1-inch Curb Stop d. 1-inch 90 Degree Elbow e. 1 inch x ¾ inch Reducer f. ¾-inch Water Service g. Sampling Station h. 1-inch standard plastic meter box i. Concrete Pad 2. Where appropriate, place sampling station adjacent to power pole, elevated tank, street sign, tree or fire hydrant a. Typical installation on short side of street b. When placing adjacent to fire hydrant: 1) Maintain 4-foot offset from fire hydrant and lead. 2) Do not tap fire hydrant lead line. c. For installations adjacent to valves along large water mains, connect to existing large valve copper riser. 1) Do not tap main, unless approved by City. 3. Excavate, embed and backfill trenches in accordance with 33 05 10. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. See Section 33 12 10. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 12 50 - 5 WATER SAMPLING STATIONS Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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.1.c – 1-inch standard meter box added to price bid 2.2.C.1.a - 1-inch standard meter box added to materials list 3.4.A.1 - 1-inch standard meter box added to installation Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 31 20 - 1 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 1 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 19, 2013 SECTION 33 31 20 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) pipe 4-inch through 27-inch for gravity sanitary sewer applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 33 01 30 – Sewer and Manhole Testing 4. Section 33 01 31 – Closed Circuit Television (CCTV) Inspection 5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 26 – Utility Markers/Locators 7. Section 33 31 50 – Sanitary Sewer Service Connections and Service Line 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the manhole or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per linear foot of “PVC Pipe” installed for: 1) Various sizes 2) Various Standard Dimension Ratios 3) Various embedments 4) Various depths, for miscellaneous projects only 3. The price bid shall include: a. Furnishing and installing PVC gravity pipe with joints as specified by the Drawings b. Pavement removal c. Excavation d. Hauling e. Disposal of excess material f. Furnishing, placement and compaction of embedment g. Furnishing, placement and compaction of backfill Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 31 20 - 2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 2 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 19, 2013 h. Trench water stops i. Clean-up j. Cleaning k. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. b. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. c. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. e. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large-Diameter Plastic Gravity Sewer Pipe and Fittings. 4. Texas Commission on Environmental Quality (TCEQ): a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.53 – Pipe Design. b. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 – Criteria for Laying Pipe. c. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.57 – Testing Requirements for Installation of Gravity Collection System Pipes. 5. Underwriters Laboratories, Inc. (UL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Product data sheet 2. Manufacturer 3. Nominal pipe diameter 4. Standard dimension ratio (SDR) 5. Cell classification 6. Laying lengths B. Certificates Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 31 20 - 3 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 3 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 19, 2013 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 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size per project, unless otherwise approved by the City. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through 15-inch) and ASTM F679 (18-inch through 27-inch). 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance with the manufacturer’s guidelines. 2. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City’s Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 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 27-inch 46PS/115PS. c. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 31 20 - 4 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 4 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 19, 2013 d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. e. Use green coloring for ground identification as sanitary sewer pipe. f. PVC meeting the requirements of ASTM D1784, with a cell classification of 12454 or 12364 g. Deflection Design 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 2) Design pipe according to the Modified Iowa Formula as detailed by the Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the following parameters: a) Unit Weight of Fill (w) = 130 pounds per cubic foot b) Live Load = AASHTO HS 20 c) Trench Depth = 12 feet minimum, or as indicated in Drawings d) Maximum (E’) = 1,000 max e) Deflection Lag Factor (DL) = 1.0 f) Bedding Factor constant (K) = 0.1 g) Mean radius of the pipe (r), inches, as indicated in Drawings h) Marston’s load per unit length (W), pounds per inch, calculate per Drawings i) PVC modulus of elasticity (E) = 400,000 psi j) Moment of inertia of pipe wall per unit length, (I) = t3/12, (in4/in), per pipe type and size (1) Where (t) = pipe thickness, inches k) Maximum Calculated Deflection = 5 percent h. Pipe Flotation: If the pipe is buried in common saturated soil (about 120 pounds per cubic foot) with at least 1½ pipe diameters of cover, pipe is generally not subject to flotation. If shallower, check groundwater flotation potential. Flotation will occur if: Fb > Wp + Wf + Wd Where: Fb = buoyant force, pound per foot Wp = empty pipe weight, pound per foot Wf = weight of flooded soil, pound per foot Wd = weight of dry soil, pound per foot Values and formulas for the above variables can be obtained from the pipe manufacturer and site specific soil conditions. i. Verify trench depths after existing utilities are located. j. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. k. In no case shall pipe be installed deeper than its design allows. 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance with ASTM D2412. 3. Pipe markings a. Meet the minimum requirements of ASTM D3034 and ASTM F679. b. Minimum pipe markings shall be as follows: 1) Manufacturer’s Name or Trademark and production record 2) Nominal pipe size Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 31 20 - 5 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 5 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 19, 2013 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 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, specials and appurtenances as specified herein, as specified in Section 33 05 10, and in accordance with the pipe manufacturer’s recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC pipe in accordance with Section 33 05 10. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and 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. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 31 20 - 6 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 6 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 19, 2013 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 05 26. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Video Inspection a. Provide a Post-CCTV inspection in accordance with Section 33 01 31. 2. Air Test and Deflection (Mandrel) Test a. Perform in accordance with Section 33 01 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 6/18/13 D. Johnson 2.2.B.1.b – Pipe Material Clarification Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 31 50 - 1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 1 of 9 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised April 26, 2013 SECTION 33 31 50 1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Sanitary sewer service connection, service line and 2-way cleanout from the main 6 to the right-of-way, as shown on the Drawings, directed by the Engineer and 7 specified herein for: 8 a. New Service 9 b. New Service (Bored) 10 c. Private Service Relocation 11 d. Service Reinstatement 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 3. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 18 4. Section 33 11 10 – Ductile Iron Pipe 19 5. Section 33 11 11 – Ductile Iron Fittings 20 6. Section 33 31 20 – Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. New Sewer Service 24 a. Measurement 25 1) Measurement for this Item shall be per each “Sewer Service” complete in 26 place. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 will be paid for at the unit price bid per each “Sewer Service” installed for: 30 a) Various sizes 31 c. The price bid shall include: 32 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 33 the Drawings 34 2) Pavement removal 35 3) Excavation 36 4) Hauling 37 5) Disposal of excess material 38 6) Tee connection to main 39 7) Fittings 40 8) 2-way cleanout and cap with concrete pad 41 33 31 50 - 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 2 of 9 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised April 26, 2013 9) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid 1 separately) 2 10) Furnishing, placing and compaction of embedment 3 11) Furnishing, placing and compaction of backfill 4 12) Clean-up 5 2. New Ductile Iron Sewer Service 6 a. Measurement 7 1) Measurement for this Item shall be per each Ductile Iron Sewer Service 8 complete in place. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 will be paid for at the unit price bid per each “DIP Sewer Service” installed 12 for: 13 a) Various sizes 14 c. The price bid shall include: 15 1) Furnishing and installing New DIP Sanitary Sewer Service Line as 16 specified by the Drawings 17 2) Pavement removal 18 3) Excavation 19 4) Hauling 20 5) Disposal of excess material 21 6) Tee connection to main 22 7) Fittings 23 8) 2-way cleanout and cap with concrete pad 24 9) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid 25 separately) 26 10) Furnishing, placing and compaction of embedment 27 11) Furnishing, placing and compaction of backfill 28 12) Clean-up 29 3. New Bored Sewer Service 30 a. Measurement 31 1) Measurement for this Item shall be per each Bored Sewer Service complete 32 in place. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under “Measurement” will be paid for at the unit 36 price bid per each “Bored Sewer Service” installed for: 37 a) Various sizes 38 b) Various materials 39 c. The price shall include: 40 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 41 the Drawings 42 2) Pavement removal 43 3) Excavation 44 4) Hauling 45 5) Disposal of excess material 46 6) Tee connection to main 47 7) Service Line 48 8) Fittings 49 33 31 50 - 3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of 9 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised April 26, 2013 9) 2-way cleanout and cap with concrete pad 1 10) Surface restoration surrounding 2-way cleanout 2 11) Furnishing, placing and compaction of embedment and backfill 3 12) Clean-up 4 4. Private Service Relocation 5 a. Measurement 6 1) Measured horizontally along the surface from center line to center line of 7 the fitting, manhole or appurtenance 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item and measured as provided under “Measurement” will be paid for at the 11 unit price bid per linear foot for “Private Sewer Service” installed for: 12 a) Various sizes 13 b) Various materials 14 c. The price shall include: 15 1) Obtaining appropriate Permit 16 2) Obtaining Right of Entry 17 3) Performing relocation as specified in the Drawings 18 4) Excavation 19 5) Hauling 20 6) Disposal of excess material 21 7) Service Line - private side by plumber 22 8) Fittings 23 9) Furnishing, placing and compaction of embedment 24 10) Furnishing, placing and compaction of backfill 25 11) Clean-up – surface restoration, excluding grass (seeding, sodding or hydro-26 mulch paid separately) 27 5. Sewer Service Reconnection 28 a. Measurement 29 1) Measurement for this Item shall be per each “Sewer Service Reconnection” 30 complete in place from public service line connection to private service line 31 connection. 32 b. Payment 33 1) The work performed in conjunction with the relocation of a sewer service, 34 associated with private service line, fittings and cleanout 5 feet or less in 35 any direction from the centerline of the existing service line and the 36 materials furnished in accordance with this Item will be paid for at the unit 37 price per each “Sewer Service, Reconnection” performed for: 38 a) Various service sizes 39 c. The price bid shall include: 40 1) Private service line 41 2) Fittings 42 3) Private connection to sewer service 43 4) Pavement removal 44 5) Excavation 45 6) Hauling 46 7) Disposal of excess material 47 8) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid 48 separately) 49 33 31 50 - 4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of 9 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised April 26, 2013 9) 1 10) 2 11) Clean-up 3 6. 2-way Cleanout 4 a. Measurement 5 1) Measurement for this Item shall be per each when only a “2-way Cleanout” 6 is installed. 7 b. Payment 8 1) The work performed and the materials furnished in accordance with this 9 Item shall be paid for at the unit price bid per each “2-way Cleanout” 10 installed for: 11 a) Various sizes 12 b) Various materials 13 c. The price bid shall include: 14 1) Furnishing and installing the 2-way Cleanout and cap as specified in the 15 Drawings 16 2) Pavement removal 17 3) Concrete pad 18 4) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid 19 separately) 20 5) Hauling 21 6) Disposal of excess material 22 7) Furnishing, placing and compaction of backfill 23 8) Clean-up 24 7. Service Reinstatement 25 a. Measurement 26 1) Measurement for this Item shall be per each Reinstatement of Service 27 associated with the sewer main being rehabilitated by a trenchless method. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this item 30 and measured as provided under “Measurement” will be paid for at the unit 31 price bid per each “Sewer Service, Reinstatement” for: 32 a) Various sizes 33 c. The price bid shall include: 34 1) Tap to existing main (if required) 35 2) Pavement removal 36 3) Excavation 37 4) Hauling 38 5) Disposal of excess material 39 6) Tee connection to main 40 7) Service line (if required) 41 8) Fittings 42 9) Furnishing, placing and compaction of embedment and backfill 43 10) Clean-up – surface restoration, excluding grass (seeding, sodding or hydro-44 mulch paid separately)references 45 B. Definitions 46 1. New Service 47 a. New service applies to the installation of a service with connection to a new or 48 existing sewer main. 49 33 31 50 - 5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of 9 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised April 26, 2013 b. The service materials would include service line, fittings and cleanout. 1 2. Bored Service 2 a. Bored service applies to the installation of a service with connection to a new or 3 existing sewer main including a bore under an existing road. 4 b. The service materials would include service line, fittings and cleanout. 5 3. Private Service Relocation 6 a. Private service relocation applies to the replacement of the existing sewer 7 service line on private property typically associated with the relocation of the 8 existing main. 9 b. Typical main relocation will be from a rear lot easement or alley to the street. 10 4. Service Reinstatement 11 a. Service reinstatement applies to the reconnection of an existing service to an 12 existing main that has been rehabilitated by trenchless methods such as pipe 13 enlargement (pipe bursting), slip lining or CIPP. 14 C. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. ASTM International (ASTM): 19 a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) 20 (PVC) Sewer Pipe and Fittings 21 b. ASTM D1785 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic 22 Pipe, Schedules 40, 80 and 120. 23 c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic 24 Pipe for Sewers and Other Gravity-Flow Applications 25 d. ASTM D2412 Standard Test Method for Determination of External Loading 26 Characteristics of Plastic Pipe by Parallel-Plate Loading 27 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic 28 Pipes Using Flexible Elastomeric Seals 29 3. Texas Commission on Environmental Quality 30 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 – Criteria for Laying 31 Pipe and Rule 32 b. Title 30, Part I, Chapter 217, Subchapter C, 217.55 – Manholes and Related 33 Structures 34 1.3 ADMINISTRATIVE REQUIREMENTS 35 A. Scheduling 36 1. Provide advance notice for service interruption to property owner and meet 37 requirements of Division 0. 38 1.4 SUBMITTALS 39 A. Submittals shall be in accordance with Section 01 33 00. 40 B. All submittals shall be approved by the City prior to delivery. 41 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 42 A. Product data shall include, if applicable: 43 1. Tee connection or saddle 44 33 31 50 - 6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 9 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised April 26, 2013 2. Fittings (including type of cleanout) 1 3. Service line 2 B. Certificates 3 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 4 this Section. 5 1.6 CLOSEOUT SUBMITTALS [NOT USED] 6 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.8 QUALITY ASSURANCE [NOT USED] 8 1.9 DELIVERY, STORAGE, AND HANDLING 9 A. Storage and Handling Requirements 10 1. Gravity pipe shall be stored and handled in accordance with the manufacturer’s 11 guidelines. 12 2. Protect all parts such that no damage or deterioration will occur during a prolonged 13 delay from the time of shipment until installation is completed and the units and 14 equipment are ready for operation. 15 3. Protect all equipment and parts against any damage during a prolonged period at the 16 site. 17 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or 18 extremes in temperature. 19 5. Secure and maintain a location to store the material in accordance with Section 01 20 66 00. 21 1.10 FIELD [SITE] CONDITIONS [NOT USED] 22 1.11 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER-FURNISHED [NOT USED] 25 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 26 A. Manufacturers 27 1. Only the manufacturers as listed on the City’s Standard Products List will be 28 considered as shown in Section 01 60 00. 29 a. The manufacturer must comply with this Specification and related Sections. 30 2. Any product that is not listed on the Standard Products List is considered a 31 substitution and shall be submitted in accordance with Section 01 25 00. 32 3. The services and appurtenances shall be new and the product of a manufacturer 33 regularly engaged in the manufacturing of services and appurtenances having 34 similar service and size. 35 B. Materials/Design Criteria 36 1. Service Line and Fittings (including tee connections) 37 33 31 50 - 7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7 of 9 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised April 26, 2013 a. PVC pipe and fittings on public property shall be in accordance with Section 33 1 31 20. 2 b. PVC pipe and fittings on private property shall be Schedule 40 in accordance 3 with ASTM D1785. 4 c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance 5 with Section 33 11 10 and Section 33 11 11. 6 2. Service saddle 7 a. Service saddles shall only be allowed when connecting a new service to an 8 existing sanitary sewer main and shall: 9 1) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with 10 neoprene gasket for seal against main 11 2) Use saddle to fit outside diameter of main 12 3) Use saddle with grooves to retain band clamps 13 4) Use at least 2 stainless steel band clamps for securing saddles to the main 14 b. Inserta tees service connections may not be used. 15 3. Cleanout 16 a. Cleanout stack material should be in accordance with City Standard Details or 17 as shown on Drawings. 18 b. For paved areas, provide a cast iron cleanout and cast iron lid. 19 c. For unpaved areas, provide PVC cleanout and polyethylene lid. 20 4. Coupling 21 a. For connections between new PVC pipe stub out and existing service line, use 22 rubber sleeve couplings with stainless steel double-band repair sleeves to 23 connect to the line. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION [NOT USED] 27 3.1 INSTALLERS 28 A. A licensed plumber is required for installations of the service line on private property. 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 INSTALLATION 32 A. General 33 1. Install service line, fittings and cleanout as specified herein, as specified in Section 34 33 05 10 and in accordance with the pipe manufacturer’s recommendations. 35 B. Handling 36 1. Haul and distribute service lines, fittings and cleanouts at the project site and handle 37 with care to avoid damage. 38 a. Inspect each segment of service line and reject or repair any damaged pipe 39 prior to lowering into the trench. 40 2. Do not handle the pipe in such a way that will damage the pipe. 41 33 31 50 - 8 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of 9 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised April 26, 2013 C. Service Line 1 1. Lay service line at a minimum grade of 2 percent, as shown on City Standard 2 details, or at lines and grades as indicated in the Drawings. 3 2. If service line is installed by bore as an alternative to open cut, the cost associated 4 with open cut installation, such as pavement removal, trenching, embedment and 5 backfill and pavement patch will not be included as part of the bore installation. 6 3. Excavate and backfill trenches in accordance with 33 05 10. 7 4. Embed PVC Pipe in accordance with 33 05 10. 8 D. Cleanout 9 1. Install out of traffic areas such as driveways, streets and sidewalks whenever 10 possible. 11 a. When not possible, install cast iron cleanout stack and cap. 12 2. Install 2-way cleanout in non-paved areas in accordance with City Standard Details. 13 3. Install 2-way cleanout in paved areas in accordance with City Standard Details. 14 E. Service line connection to main 15 1. New service on new or replacement main 16 a. Determine location of service connections before main installation so the 17 service fittings can be installed during main installation. 18 b. Connect service line to main with a molded or fabricated tee fitting. 19 2. Reconnection to main after pipe enlargement 20 a. Tapping the existing main and installing a strap on tee connection may be used. 21 b. Allow the new main to recover from imposed stretch before tapping and service 22 installation. 23 1) Follow manufacturer’s recommendation for the length of time needed. 24 c. Tap main at 45 degree angle to horizontal when possible. 25 1) Avoid tapping the top of main. 26 d. Extend service line from main to property line or easement line before 27 connecting to the existing service line. 28 3. New service on existing main 29 a. Connect service line to main with a molded or fabricated tee fitting if possible. 30 b. Tapping the existing main and installing a strap on tee connection may be used. 31 F. Private Service Relocation 32 1. Requirements for the relocation of service line on private property 33 a. A licensed plumber must be used to install service line on private property. 34 b. Obtain permit from the Development Department for work on private property. 35 c. Pay for any inspection or permit fees associated with work on private property. 36 d. Verify (by Exploratory Excavation of Existing Utilities) the elevations at the 37 building cleanout and compare to data on the Drawings before beginning 38 service installation. 39 e. Submit elevation information to the City inspector. 40 f. Verify that the 2 percent slope installation requirement can be met. 41 1) If the 2 percent slope cannot be met, verify with the Engineer that line may 42 be installed at the lesser slope. 43 33 31 50 - 9 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 9 of 9 CITY OF FORT WORTH Altamesa Boulevard Extension for 46 Ranch Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-102575 Revised April 26, 2013 3.5 REPAIR / RESTORATION [NOT USED] 1 3.6 RE-INSTALLATION 2 A. Service Relocation 3 1. All relocations that are not installed as designed or fail to meet the City code shall 4 be reinstalled at the Contractor’s expense. 5 3.7 FIELD QUALITY CONTROL 6 A. Inspections 7 1. Private property service line requires approval by the City plumbing inspector 8 before final acceptance. 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] 16 END OF SECTION 17 18 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Throughout – Deep Sewer Service was removed 1.2 – Measurement and Payment Items were revised to include relocation and 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. 2/13/2013 F. Griffin Added the phrase ‘, including grass’ to lines; Part 1, 1.2.A.1.c.9, Part1, 1.2.A.2.c.9, Part 1,1.2.A.5.c.8, Part1, 1.2.A.6.c.4 Added the phrase ‘- surface restoration, including grass’ to lines; Part 1, 1.2.A.4.c.11, Part 1, 1.2.A.7.10 Removed the phrase ‘surrounding 2-way cleanout’ from lines; Part 1, 1.2.A.1.c.9, Part 1, 1.2.A.2.c.9, Part 1, 1.2.A.6.c.4 4/26/2013 F. Griffin Revised lines with ‘including grass’ replacing with ‘excluding grass (seeding, sodding or hydromulching paid separately)’ 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 19 33 39 10 - 1 CAST-IN-PLACE CONCRETE MANHOLE Page 1 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 39 10 CAST-IN-PLACE CONCRETE MANHOLE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Sanitary Sewer Cast-in-Place Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 03 30 00 – Cast-In -Place Concrete 4. Section 03 80 00 – Modifications to Existing Concrete Structures 5. Section 33 01 30 – Sewer and Manhole Testing 6. Section 33 05 13 – Frame, Cover, and Grade Rings 7. Section 33 39 60 – Epoxy Liners for Sanitary Sewer Structures 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Manhole” installed for: a) Various sizes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Concrete 5) Backfill 6) Foundation 7) Drop pipe 8) Stubs 9) Frame 10) Cover 11) Grade rings 12) Pipe connections 13) Pavement removal Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 10 - 2 CAST-IN-PLACE CONCRETE MANHOLE Page 2 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 14) Hauling 15) Disposal of excess material 16) Placement and compaction of backfill 17) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and the materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per vertical foot for “Extra Depth Manhole” specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 3. Sanitary Sewer Junction Structure a. Measurement 1) Measurement for this Item will be per each Sewer Junction Structure being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the lump sum bid per each “Sewer Junction Structure” location. c. Price bid will include: 1) Junction Structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 10 - 3 CAST-IN-PLACE CONCRETE MANHOLE Page 3 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 1.3 REFERENCES A. Definitions 1. Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection (s) c. Type “A” Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe d. Shallow Manhole (See City Standard Details) 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch c. See specific manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. b. D4259, Standard Practice for Abrading Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Drop connection materials Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 10 - 4 CAST-IN-PLACE CONCRETE MANHOLE Page 4 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. Pipe connections at manhole walls 3. Stubs and stub plugs 4. Admixtures 5. Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City’s Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Materials 1. Concrete – Conform to Section 03 30 00. 2. Reinforcing Steel – Conform to Section 03 21 00. 3. Frame and Cover – Conform to Section 33 05 13. 4. Grade Ring – Conform to Section 33 05 13. 5. Pipe Connections a. Pipe connections can be premolded pipe adapter, flexible locked-in boot adapter, or integrally cast gasket channel and gasket. 6. Interior Coating or Liner – Conform to Section 33 39 60, if required. 7. Exterior Coating a. Use Coal Tar Bitumastic for below grade damp proofing. b. Dry film thickness shall be no less than12 mils and no greater than 30 mils. c. Solids content is 68 percent by volume ± 2 percent. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 10 - 5 CAST-IN-PLACE CONCRETE MANHOLE Page 5 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate, creating a stable base for the manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Cast manhole foundation and wall monolithically. a. A cold joint with water stop is allowed when the manhole depth exceeds 12 feet. b. No other joints are allowed unless shown on Drawings. 3. Place, finish and cure concrete according to Section 03 30 00. a. Manholes must cure 3 days before backfilling around structure. B. Pipe connection at Manhole 1. Do not construct joints of sewer pipe within wall sections of manhole. C. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe-manhole connections. 2. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. Sewer pipe may be laid through the manhole and the top ½ of the pipe removed to facilitate manhole construction. 4. For all standard manholes provide full depth invert. 5. For example, if 8-inch pipe is connected to manhole, construct the invert to full 8 inches in depth. D. Drop Manhole Connection Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 10 - 6 CAST-IN-PLACE CONCRETE MANHOLE Page 6 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. E. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. F. Internal coating 1. Internal coating application will conform to Section 33 39 60, if required by Drawings. G. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure for 3 days before backfilling around structure. 3. Coat the same date the forms are removed. 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 5. Application will follow manufacturer’s recommendation. H. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. I. Junction Structures 1. All structures shall be installed as specified in Drawings. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 01 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 10 - 7 CAST-IN-PLACE CONCRETE MANHOLE Page 7 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.1.c. – reinforcing steel removed from items to be included in price bid Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 20 - 1 PRECAST CONCRETE MANHOLE Page 1 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 39 20 PRECAST CONCRETE MANHOLE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 03 30 00 – Cast-in-Place Concrete 4. Section 03 80 00 – Modifications to Existing Concrete Structures 5. Section 33 01 30 – Sewer and Manhole Testing 6. Section 33 05 13 – Frame, Cover, and Grade Rings 7. Section 33 39 60 – Epoxy Liners for Sanitary Sewer Structures 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each concrete manhole installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Manhole” installed for: a) Various sizes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 20 - 2 PRECAST CONCRETE MANHOLE Page 2 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per vertical foot for “Extra Depth Manhole” specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 1.3 REFERENCES A. Definitions 1. Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection(s) c. Type “A” Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe. d. Shallow Manhole (See City Standard Details) 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 20 - 3 PRECAST CONCRETE MANHOLE Page 3 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch 2) See specific manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using Rubber Gaskets b. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. c. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. d. D1187, Standard Specification for Asphalt-Base Emulsion for Use as Protective Coatings for Metal e. D1227, Standard Specification for Emulsified Asphalt Used as a Protective Coating for Roofing 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Manhole 2. Drop connection materials 3. Pipe connections at manhole walls 4. Stubs and stub plugs 5. Admixtures 6. Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 20 - 4 PRECAST CONCRETE MANHOLE Page 4 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 on the City’s Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Materials 1. Precast Reinforced Concrete Sections – Conform to ASTM C478. 2. Precast Joints a. Provide gasketed joints in accordance with ASTM C443. b. Minimize number of segments. c. Use long joints at the bottom and shorter joints toward the top. d. Include manufacturer’s stamp on each section. 3. Lifting Devices a. Manhole sections and cones may be furnished with lift lugs or lift holes. 1) If lift lugs are provided, place 180 degrees apart. 2) If lift holes are provided, place 180 degrees apart and grout during manhole installation. 4. Frame and Cover – Conform to Section 33 05 13. 5. Grade Ring – Conform to Section 33 05 13 and ASTM C478. 6. Pipe Connections a. Utilize either an integrally cast embedded pipe connector or a boot-type connector installed in a circular block out opening conforming to ASTM C923. 7. Steps a. No steps are allowed. 8. Interior Coating or Liner – Conform to Section 33 39 60. 9. Exterior Coating a. Coat with non-fibered asphaltic emulsion in accordance with ASTM D1187 Type I and ASTM D1227 Type III Class I. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 20 - 5 PRECAST CONCRETE MANHOLE Page 5 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate; creating a stable base for manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Precast Sections a. Provide bell-and-spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gaskets, lubricate and join. c. Minimize number of segments. d. Use long joints used at the bottom and shorter joints toward the top. B. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe-manhole connections. 2. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. For all standard manholes provide full depth invert. 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 inches in depth. C. Drop Manhole Connection 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. D. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 20 - 6 PRECAST CONCRETE MANHOLE Page 6 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. E. Internal coating 1. Internal coating application will conform to Section 33 39 60, if required by Drawings. F. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure manhole for 3 days before backfilling around the structure. 3. Application will follow manufacturer’s recommendation. G. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 01 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A.1 – Modified to include precast manholes for water and reclaimed water applications 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 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 60 - 1 LINERS FOR SANITARY SEWER STRUCTURES Page 1 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 SECTION 33 39 60 1 LINERS FOR SANITARY SEWER STRUCTURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes : 5 1. Application of a high-build epoxy coating system (or modified polymer liner 6 system, i.e. SpectraShield) to concrete utility structures such as manholes, lift 7 station wet wells, junction boxes or other concrete facilities that may need 8 protection from corrosive materials . This covers rehabilitation of existing sanitary 9 sewer structures and newly installed sanitary sewer structures. 10 2. For sanitary sewer mains 8-inch diameter and larger, use of a structural liner 11 system, Warren Environmental System 301, ARC S1HB by A.W. Chesterton 12 Company, is acceptable. 13 3. For sanitary sewer mains 8-inch diameter and smaller, and less than 6-feet in depth, 14 use of a liner system, SpectraShield, is acceptable. 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C. Related Specification Sections include but are not necessarily limited to: 18 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 19 Contract 20 2. Division 1 – General Requirements 21 3. Section 33 01 30 – Sewer and Manhole Testing 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Manholes 25 a. Measurement 26 1) Measurement for this Item shall be per vertical foot of coating as measured 27 from 2-inches below the bottom of the removable cover (not frame) to the top 28 of the bench. This includes lining of all exposed concrete, the bench and 29 invert, thru the use of flow control de vices (i.e. temporary plug s , sand 30 bags), to temporarily block flow. However, as a last resort and with prior 31 written approval from Water Field Operations, if the flow can not be 32 blocked temporarily, then the lining would stop 3 -inches from the edge of 33 the water in the pipe. This item covers the total vertical footage for the 34 specific bid items of various manhole sizes (i.e. 4 foot diameter, 5 foot 35 diameter, Specific Manhole Designs for lines larger than 36-inch, etc.) and 36 specific types (Standard Manhole, Drop Manhole, Type “A” Manhole, 37 Shallow Manhole, including additional depth beyond 6 foot). 38 b. Payment 39 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 60 - 2 LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 1) The work performed, and materials furnished in accordance with this Item 1 and measured as provided under “Measurement” will be paid for at the unit 2 price bid per vertical foot of “Manhole Liner” applied. 3 c. The price bid shall include: 4 1) Removal of roots 5 2) Removal of existing coatings 6 3) Eliminating any leaks 7 4) Removal of steps 8 5) Repair/seal connection of the existing frame to chimney 9 6) Repair s of any cracks in the existing s tructure chimney, corbel (cone), wall, 10 bench, including any replacement of damaged rebar , pipe 11 7) Surface cleaning 12 8) Furnishing and installing Liner as specified by the Drawings 13 9) Hauling 14 10) Disposal of excess material 15 11) Site Clean -up 16 12) Manhole and Invert Cleaning 17 13) Testing 18 14) Re-Testing 19 2. Non-Manhole Structures 20 a. Measurement 21 1) Measurement for this Item shall be per square foot of area where the 22 coating is applied. 23 b. Payment 24 1) The work performed, and materials furnished in accordance with this Item 25 and measured as provided under “Measurement” shall be paid for at the unit 26 price bid per square foot of “Structure Liner ” applied. 27 c. The price bid shall include: 28 1) Removal of roots 29 2) Removal of existing coatings 30 3) Eliminating any leaks 31 4) Removal of steps 32 5) Repair/seal connection of the existing frame to chimney 33 6) Repairs of any cracks in the existing structure chimney, corbel (cone), wall, 34 bench, including any replacement of damaged rebar, pipe 35 7) Surface cleaning 36 8) Furnishing and installing Liner as specified by the Drawing s 37 9) Hauling 38 10) Disposal of excess material 39 11) Site Clean -up 40 12) Manhole and Invert Cleaning 41 13) Testing 42 14) Re-Testing 43 1.3 REFERENCES 44 A. Reference Standards 45 1. Ref erence standards cited in this Specification refer to the current reference 46 standard published at the time of the latest revision date logged at the end of this 47 Specification, unless a date is specifically cited. 48 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 60 - 3 LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 2. ASTM International (ASTM): 1 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical 2 Reagents. 3 b. D638, Standard Test Method for Tensile Properties of Plastics . 4 c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 5 d. D790, Standard Test Methods for Flexural Properties of Unreinforced and 6 Reinforced Plastics and Electrical Insulating Materials . 7 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 8 the Taber Abraser. 9 f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 10 Gages . 11 g. D7234, Stand Test Method for Pull-Off Adhesion strength of Coatings on 12 Concrete Using Portable Pull-Off Adhesion Testers. 13 3. Environmental Protection Agency (EPA). 14 4. NACE International (NACE). Published standards from the National 15 Association of Corrosion Engineers 16 5. Occupational Safety and Health Administration (OSHA). Employ a trench 17 safety system in accordance with Section 18 6. Resource Conservation and Recovery Act, (RCRA). 19 7. The Society for Protective Coatings/NACE International (SSPC/NACE): 20 a. SP 13/NACE No. 6, Surface Preparation of Concrete. This includes 21 monitoring for hydrogen sulfide, methane, or low oxygen. Also includes 22 flow control equipment. Surface preparation equipment may include high 23 pressure water cleaning (3500 psi) and shall be suited to provide a surface 24 compatible for installation of the liner system. Surface preparation shall 25 produce a clean, abraded, and sound surface, with no evidence of loose 26 concrete, loose brick, loose mortar, oil, grease, rust, scale, other 27 contaminants or debris, and shall display a surface profile suitable for 28 application of the liner system. 29 b. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on 30 Conductive Subs trates 31 1.4 ADMINISTRATIVE REQUI REMENTS [NOT USED] 32 1.5 SUBMITTALS 33 A. Submittals shall be in accordance with Section 01 33 00. 34 B. All submittals shall be approved by the City prior to delivery. 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTA LS 36 A. Product Data 37 1. Technical data sheet on each product used 38 2. Material Safety Data Sheet (MSDS) for each product used 39 3. Copies of independent testing performed on the coating product indicating the 40 product meets the requirements as specified herein 41 4. Technical data sheet and project specific data for repair materials to be topcoated 42 with the coating product including application, cure time and surface preparation 43 procedures 44 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 60 - 4 LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 5. Material and method for repair of leaks or cracks in the structure. This 1 applies to repair work on both existing structures, manholes and new installed 2 manholes (including Developer projects) that have been identified with cracks, 3 voids, signs of infiltration, other structural defects or other related 4 construction damage. 5 B. Contractor Data 6 1. Current documentation from coating product manufacturer certifying Contractor’s 7 training (and/or licensed) as an approved installer and equipment complies with the 8 Quality Assurance requirements specified herein 9 2. 5 recent references of Contractor indicating successful application of coating 10 product(s) of the same material type as specified herein, applied by spray 11 application within the municipal wastewater environment. References shall include 12 at least the following: owner name, City inspector name and phone number, project 13 name/number, size and linear footage of sanitary sewer main, manhole diameter, 14 structure dimensions and number of each, square feet (or vertical feet) of product 15 installed, contract cost, and contract duration. Contractor must demonstrate a 16 successful history of installing the product in structures of similar size and scope 17 and update this each time the contractor applies for and renews its Prequalification 18 for the Water Department. 19 3. For Developer Projects – at the time of Contractor selection, the 20 Prequalification Statement, Section 00 45 12 shall be submitted to the City, 21 clearly indicating the contractor prequalified for installation of 22 structure/manhole liner. No other bid submittals shall be accepted that 23 include lining contractors whose prequalification term has expired or is not on 24 the active contractor list at the time of Contractor selection. If the submitted 25 forms for this project not acceptable, t he City will refer to the current active 26 contractor prequalification list, and the Contractor shall select the appropriate 27 manhole lining subcontractor based on the project scope of work. The 28 Contractor shall then provide the revised Prequalification Statement Section 29 00 45 12 for review and acceptance. 30 4. This Specification (along with the CCTV Specification) and the associated 31 submittals including the work plan, QA/QC, testing, closeout documents, etc. 32 shall be discussed as part of the Pre-Construction Agenda for each project 33 (Developer projects included). 34 5. For any project, Developer projects included - If the Contractor proceeds with 35 application of an unapproved lining product and/or using an unqualified 36 subc ontractor for lining, the City shall recommend either repair and/or 37 removal of any defective lining material and have the Contractor select an 38 approved subcontractor that can apply the approved lining materials. This 39 work shall be at no additional cost to the City. 40 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 60 - 5 LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 6. Schedule and Sequence of Construction – Considering this is a specialized 1 installation performed by only certified applicators, the schedule for this work 2 has a lead time that shall be included in the Contractor’s schedule. If the 3 Contractor does not provide written notification and/or fails to schedule the 4 subcontractor in advance, the City shall not be responsible for any additional 5 costs and/or delays caused by the Contractor. Contractor shall provide the 6 updated construction schedule and work plan (including manhole preparation, 7 repairs, lining, testing, etc.) in accordance with Section 01 32 16 at least 1 week 8 prior to start of lining activities to the City Inspector, City Project Manager, 9 Water Field Operations, and Water Capital Projects. Equipment shall be on -10 site and in working order for the testing. If the Contractor is unable to have 11 equipment ready for testing, the test date shall be rescheduled acco rdingly 12 with the Inspector. The u pdated construction schedule shall clearly indicate 13 all related construction activities at the manholes before and after lining. All 14 paving activities, including any final grade adjustments for manholes outside 15 pavement, shall be completed before Contractor begins lining work. After 16 liner installation, Contractor shall wait a minimum of 48 hours to allow the 17 liner material to fully cure before returning the system to normal service. 18 CCTV per Section 33 01 31 shall be scheduled after the lining has been 19 completed to document and confirm the manholes have been lined. 20 1.7 CLOSEOUT SUBMITTALS 21 A. Testing Documentation 22 1. Provide test results required in Section 2.4 and Section 3.7 to City. 23 a. Include the following manhole or structure locat ion information: 24 1) Existing s anitary sewer main/lateral number. For Developer Projects, 25 provide proposed sanitary sewer line number as designated on the plans 26 and provide the existing sanitary sewer main/lateral number at 27 connection to the existing manhole (if applicable). 28 2) Station number 29 3) GIS ID number (if provided during construction). 30 b. Inspection report of each manhole/structure tested (See attached sample 31 reports to be used for Wet Film Thickness, Manhole Holiday/Spark 32 Detection, and Manhole Adhesion Test). 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE 35 A. Qualifications 36 1. Contractor 37 a. Be trained by, or have training approved and certified by, the coating product 38 manufacturer for the handling, mixing, application and inspection of the coating 39 product(s) to be used as specified herein 40 b. Initiate and enforce quality control procedures consistent with the coating 41 product(s) manufacturer recommendations and applicable NACE or SSPC 42 standards as referenced herein 43 1.10 DELIVERY, STORAGE, AND HANDLING 44 A. Keep materials dry, protected from weather and stored under cover. 45 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 60 - 6 LINERS FOR SANITARY SEWER STRUCTURES Page 6 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 B. Store coating materials between 50 degrees F and 90 degrees F. 1 C. Do not store near flame, heat or strong oxidants. 2 D. Handle coating materials according to their material safety data sheets . 3 1.11 FIELD [SITE] CONDITIONS 4 A. Provide c onfined space entry, flow diversion and/or bypass plans as necessary to 5 perform the specified work. Active flows shall be diverted with flow through plugs as 6 required to ensure that flow is maintained off the surfaces to be lined. 7 1.12 WARRANTY 8 A. Contractor Warranty 9 1. Contractor’s Warranty shall be in accordance with Division 0. 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED [OR ] OWNER -SUPPLIED PRODUCTS [NOT USED] 12 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 13 A. Repair and Resurfacing Products 14 1. Compatible with the specified coating product(s) in order to bond effectively, thus 15 forming a composite system 16 2. Used and applied in accordance with the manufacturer’s recommendations 17 3. The repair and resurfacing products must meet the following: 18 a. 100 percent solids, solvent-free epoxy grout specifically formulated for epoxy 19 topcoating compatibility 20 b. Factory blended, rapid setting, high early strength, fiber reinforced, non-shrink 21 repair mortar that can be toweled or pneumatically spray applied and 22 specifically formulated to be suitable for topcoating with the specified coating 23 product used 24 B. Coating Product 25 1. Capable of being installed and curing properly within a manhole or concrete utility 26 environment 27 2. Resistant to all forms of chemical or bacteriological attack found in municipal 28 sanitary sewer systems; and, capable of adhering to typical manhole structure 29 substrates 30 3. The 100 percent solids, solvent-free ultra high-build epoxy system shall exhibit the 31 following characteristics: 32 a. Application Temperature – 50 degrees F, minimum 33 b. Thickness – 125 mils minimum for newly installed structures; 250 mils 34 minimum for rehabilitation of existing structures (Warren Environmental 35 System 301, ARC S1HB by A.W. Chesterton Company) 36 c. Color – White, Light Blue, or Beige 37 d. Compressive Strength (per ASTM D695) – 8,800 psi minimum 38 e. Tensile Strength (per ASTM D638) – 7,500 psi minimum 39 f. Hardness, Shore D (per ASTM D4541) – 70 minimum 40 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 60 - 7 LINERS FOR SANITARY SEWER STRUCTURES Page 7 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 g. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) – 80 mg loss 1 maximum 2 h. Flexural Modulus (per ASTM D790) – 400,000 psi minimum 3 i. Flexural Strength (per ASTM D790) – 12,000 psi minimum 4 j. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) 5 failure 6 k. Chemical Resistance (per ASTM D543/G20) all types of service for: 7 1) Municipal sanitary sewer environment 8 2) Sulfuric acid, 70 percent 9 3) Sodium hydroxide, 20 percent 10 4. Or, the multi-layer modified polyurea and polyurethane shall exhibit the following 11 characteristics: 12 a. Application Temperature – 50 degrees F, minimum 13 b. Thickness – 500 mils minimum (SpectraShield) 14 c. Moisture Barrier and Final Corrosion Barrier 15 1) Color – Pink 16 2) Tensile Strength (per ASTM D412) – 2550 psi minimum 17 3) Hardness, Shore D (per ASTM D2240) – 56 minimum 18 4) Abrasion Resistance (per ASTM D4060) – 20 mg loss maximum 19 5) Percent Elongation (per ASTM D412) – 269 20 d. Surfacer 21 1) Compressive Strength (per ASTM D1621) – 100 psi minimum 22 2) Density (per ASTM D1622) – 5 lbs/cu ft minimum 23 3) Shear Strength (per ASTM C273) – 230 psi minimum 24 4) Closed Cell Content (per ASTM D1940) – >95% 25 C. Coating Application Equipment 26 1. Manufacturer approved heated plural component spray equipment 27 2. Hard to reach areas, primer application and touch-up may be performed using hand 28 tools. 29 3. Applicator shall use approved specialty equipment that is adequate in size, capacity, 30 and number sufficient to accomplish the work in a timely manner. 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURC E QUALITY CONTROL 33 A. Coating Thickness Testing 34 1. Film Thickness Testing for epoxy systems 35 a. Take wet film thickness gauge measurements per ASTM D4414 – Standard 36 Practice for Measurement of Wet Film Thickness by Notch Gages at 3 locations 37 within the manhole, 2 spaced equally apart along the wall and 1 on the bench. 38 1) Document and attest measurements and provide to the City. 39 2. Thickness Testing for modified polymer liner system 40 a. Upon installation of the Final Corrosion Barrier insert probe in to substrate for 41 depth of system measurement at 3 locations within the manhole, 2 spaced 42 equally apart along the wall and 1 on the bench. 43 3. Document all testing results and provide to the City. 44 B. Non-Conforming Work 45 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 60 - 8 LINERS FOR SANITARY SEWER STRUCTURES Page 8 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 1. City reserves the right to require additional testing depending on the rate of failure. 1 2. City will select testing locations. 2 C. Testing Frequency 3 1. Projects with 10 or less manholes and/or structures test all. 4 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25 5 percent of manholes and/or structures after the first 10. 6 3. City will select the manholes and/or structures to be tested. 7 PART 3 - EXECUTION 8 3.1 INSTALLERS 9 A. All installers shall be certified applicators approved by the manufacturers. Applicator 10 shall use adequate number of skilled workmen that have been trained and experienced for 11 the approved product. 12 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION 15 A. Manhole Preparation 16 1. Stop active flows via damming , plugging or diverting as required to ensure all 17 liquids are maintained below or away from the surfaces to be coated. 18 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 19 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 20 source. 21 a. Where varying surface temperatures do exist, coating installation should be 22 scheduled when the temperature is falling versus rising. 23 B. Surface Preparation 24 1. Remove oils, roots, grease, incompatible existing coatings, waxes, form release, 25 curing compounds, efflorescence, sealers, salts or other contaminants which may 26 affect the performance and adhesion of the coating to the substrate. Remove any 27 steps found in the structure. 28 2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other 29 means of degradation so that only sound substrate remains. 30 3. Surface preparation method, or c ombination of methods, that may be used include 31 high pressure water cleaning, high pressure water jetting, abrasive blasting, 32 shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and 33 others as described in SSPC SP 13/NACE No. 6. 34 4. All methods used shall be performed in a manner that provides a uniform, sound, 35 clean, neutralized, surface suitable for the specified coating product. 36 5. After completion of surface preparation, inspect for leaks, cracks, holes, exposed 37 rebar, ring and cover condition, invert condition, and inlet/outlet pipe condition. 38 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 60 - 9 LINERS FOR SANITARY SEWER STRUCTURES Page 9 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 6. After defects in the structure have been identified, seal cracks, repair exposed rebar 1 with new rebar to match existing, repair leaks and cracks with grout or other 2 methods approved by the Manufacturer. All new rebar shall be embedded in 1 ½ 3 inch epoxy mastic. Replace/seal connection between existing frame and chimney if 4 it is found loose or not attached. 5 7. The repair materials shall be trowel or spray applied by the lining Contractor 6 utilizing proper equipment on to specified surfaces. The equipment shall be 7 specially designed to accurately ratio and apply the specified materials and 8 shall be regularly maintained and in proper working order. The repair 9 mortar and epoxy topcoat must share the same epoxy matrix to ensure a 10 bonded weld. No cementitious repair material , quick setting high strength 11 concrete with latex or curing agent additives, or quick set mortars will be 12 allowed. Proper surface preparation procedures must be followed to ensur e 13 adequate bond strength to any surface to be coated. New cement cure time is 14 at least 30 days prior to coating. The repair materials as specified in this 15 Section shall apply to both existing structures and new installed structures. 16 This includes Developer projects , in which new installed structures/manholes 17 have been identified with either cracks, voids, signs of infiltration, other 18 structural defects or other related construction damage . 19 3.4 INSTALLATION 20 A. General 21 1. Perform coating after the sewer line replacement/repairs, grade adjustments and 22 grouting are complete. 23 2. Perform application procedures per recommendations of the coating product 24 manufacturer, including environmental controls, product handling, mixing and 25 application. 26 B. Temperature 27 1. Only perform application if surface temperature is between 40 and 120 degrees F. 28 2. Make no application if freezing is expected to occur inside the manhole within 24 29 hours after application. 30 C. Coating 31 1. Spray apply per manufacturer’s recommendation at a minimum film thickness as 32 noted in Section 2.2.B. 33 2. Apply coating from bottom of manhole frame to the bench/trough, including the 34 bench/trough. 35 3. After walls are coated, remove bench covers and spray bench/trough to at least the 36 same thickness as the walls. 37 4. Apply any topcoat or additional c oats within the product’s recoat window. 38 a. Additional surface preparation is required if the recoat window is exceeded. 39 5. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating 40 flow. 41 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 60 - 10 LINERS FOR SANITARY SEWER STRUCTURES Page 10 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 3.5 REPAIR / RESTORATION [NOT USED] 1 3.6 RE-INSTALLATIO N [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. Each structure will be visually inspected by the City the same day following the 4 application. 5 B. Groundwater infiltration of the system shall be zero. 6 C. All pipe connections shall be open and clear. 7 D. The inspector will chec k for deficienc ies, pinholes , voids, cracks, uncured spots, 8 delamination, and thin spots. Any deficiencies in the liner shall be marked and repaired 9 according to the procedures outlined by the Manufacturer. 10 E. If leaks are detected they will be chipped back, plugged and coated immediately with 11 protective epoxy resin coating. 12 1. Make repair 24 hours after leak detection. 13 F. Post Installation Coating Tests 14 1. After liner installation, conduct post-CCTV in accordance with Section 33 01 15 31. Video camera shall be lowered from the top of the manhole to the invert, 16 to video all lined surfaces, prior to beginning post-CCTV of the main. 17 Payment for this work is subsidiary to the cost for the post-CCTV of the main. 18 2. Holiday Detection Testing 19 a. Holiday Detection test the liner per NACE SP0188 – Discontinuity (Holiday) 20 Testing of New Protective Coatings on Conductive Substrates. Mark all 21 detected holidays. Repair all holidays in accordance to coating manufacturer’s 22 recommendations. 23 1) Document and attest all test results repairs m ade and provide to the 24 City (see attached sample structure/manhole report). 25 2) For example, the typica l testing requirements are 100 volts per mil to 26 12,500 volts to test 125 mils. Contractor shall mark any location that 27 shows a spark or potential for a pinhole and repair these locations per 28 manufacturer recommendations. 29 3. Adhesion Testing 30 a. Adhesion test the liner at a minimum of three locations (cone area, mid-section, 31 and bottom of the structure). For structures exceeding 6-feet add one additional 32 test for every additional 6-feet. For example: 6-foot manhole – 3 tests. 6-feet, 1-33 inch manhole thru 11-feet, 11-inch manhole – 4 tests, 12-foot manhole – 5 tests. 34 Etc… Tests performed per ASTM D7234 – Standard Test Method for Pull-Off 35 Adhesion Strength of Coatings on Concrete Using Portable Pull-Off Adhesion 36 Testers. 37 1) The adhesive used to attach the dollies shall have a tensile strength greater 38 that the liner. 39 2) Failure of the dolly adhesive is deemed a non-test and requires retesting. 40 3) 2/3rds of the pulls shall exceed 300 psi or concrete failure with more than 41 50% of the subsurface adhered to the coating. If over 1/3rd fail, additional tests 42 may be required by the City. If additional tests fail the City may require 43 removal and replacement of the liner at the contractor’s expense. 44 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 60 - 11 LINERS FOR SANITARY SEWER STRUCTURES Page 11 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 4. A bonded third-party testing company shall perform the testing. 1 5. Or Contractor may perform tests if witnessed by representative of the coating 2 manufacturer. Coating manufacturer representative to provide certification that 3 Contractor performed tests in accordance with noted standards. 4 G. Non-Conforming Work 5 1. City reserves the right to require additional testing depending on the rate of failure. 6 2. City will select testing locations. 7 3. Repair all defects according to the manufacturer’s recommendations. 8 H. Testing Frequency 9 1. Projects with 10 or less manholes and/or structures test all. 10 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25 11 percent of manholes and/or structures after the first 10. 12 3. City will select the manholes an d/or structures to be tested. 13 I. Test manhole for final acceptance according to Section 33 01 30. 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES 18 A. Provide all test results from testing per Section 2.4 and applicator certifications per 19 Section 3.1. and in accordance with Section 1.7. 20 B. Upon final completion of the work, the manufacturer and/or the testing firm will 21 provide a written certification of proper application to the City. 22 C. The certification will confirm that the deficient areas were repaired in accordance with 23 the procedure set forth in this Specification. The final report will detail the location of the 24 repairs in the structure and description of the repairs. See attached testing forms. 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS 28 A. Pos t Installation Inspection Form – Vacuum T est 29 B. Pos t Installat ion I nspection Form – Wet Film Thickness 30 C. Post Installation Inspection Form – Holida y/Spark Detection 31 D. Post Installation Ins pection Form – Manhole Adhesion T est 32 END OF SECTION 33 34 35 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 39 60 - 12 LINERS FOR SANITARY SEWER STRUCTURES Page 12 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 Revision Log DATE NAME SUMMARY OF CHANGE 0 9 -2 3 -2020 J. Kasavich Further clarification on the sizes and types of manholes under Part 1.2. Removal of Raven Lining system and inclusion of SpectraShield and Warren Environmental System 301, and ARC S1HB by A.W. Chesterton Company . Additional source quality control and field quality control test requirements. Added testing forms for Wet Film Thickness, Manhole Holiday/Spark Detection, and Manhole Adhesion Test . 1 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 POST INSTALLA TION MANHOLE VACUUM TEST FORM Company Name : Address: Phone #: Cell: Work: Coating Date: Crew Leader: Project Name: Project #: Contractor: Owner: Indicate Pass/Fail: Location of Structure : Manhole Pour or Placement Date: MANHOLE INFORMATION Line & Station #: Other: Structure Type: (check one) 4’ DI MH TYPE A FLDW DIV BOX 5’ DI MH TYPE B FLDW DIV BOX 6’ DI MH JUNCTION BOX 7’ DI MH SPHIPHON ENTRY BOX METERING STATION Vacuum Test Results Inspection Date: Repair Locations Inspection Company: Inspector Name: Repair Date: Repair Location: Type of Repair: Repair Materials: Comments: POST INSTALLA TION MANHOLE LINER INSPECTION FORM WET FILM THICKNESS Company Name : Address: Phone #: Cell: Work: Coating Date: Crew Leader: Project Name: Project #: Contractor: Owner: Thickness of Coating: Location of Structure : MANHOLE INFORMATION Line & Station #: Other: Structure Type: (check one) 4’ DI MH TYPE A FLDW DIV BOX 5’ DI MH TYPE B FLDW DIV BOX 6’ DI MH JUNCTION BOX 7’ DI MH SPHIPHON ENTRY BOX METERING STATION Wet Film Thickness Measurements Wet Film Thickness Gauge per ASTM D4414 at 3 Locations Within the Manhole Two (2) Spaced Equally Apart Along the Wall and One (1) on the Bench Steps: Yes / No Structure Material: MH Depth: MH Width: Lining Material: Bench: Yes / No Mil (Gauge ) 125 / 250 Invert (Sprayed) Yes / *No Comments: *If No, Justify Indicate Measurements on the Diagram Above POST INSTALLA TION MANHOLE HOLIDAY /SPARK DETECTION TEST FORM Company Name : Address: Phone #: Cell: Work: Coating Date: Crew Leader: Project Name: Project #: Contractor: Owner: Thickness of Coating: Location of Structure : MANHOLE INFORMATION Line & Station #: Other: Structure Type: (check one) 4’ DI MH TYPE A FLDW DIV BOX 5’ DI MH TYPE B FLDW DIV BOX 6’ DI MH JUNCTION BOX 7’ DI MH SPHIPHON ENTRY BOX METERING STATION Holiday Detection Test Results (NACE SP0188) Liner Material: Indicate defect locations on drawing Spark Tester Serial #: Voltage Setting: Inspection Date: Inspection Company: Inspector Name: Repair Date: Comments: *Non -Manhole Structures may require additional sketches to indicate testing location for all testing procedures. Include additional sketches as needed. POST INSTALLA TION MANHOLE ADHESION TEST FORM Company Name : Address: Phone #: Cell: Work: Coating Date: Crew Leader: Project Name: Project #: Contractor: Owner: Thickness of Epoxy Coating: Location of Structure : MANHOLE INFORMATION Line & Station #: Other: Structure Type: (check one) 4’ DI MH TYPE A FLDW DIV BOX 5’ DI MH TYPE B FLDW DIV BOX 6’ DI MH JUNCTION BOX 7’ DI MH SPHIPHON ENTRY BOX METERING STATION Adhesion Test Results (ASTM D7234) Inspection Date: Indicate test locations on drawing Inspection Company: Inspector Name: Manhole Depth: Number of Tests: Test Results: Comments: *Non -Manhole Structures may require additional sketches to indicate testing location for all testing procedures. Include additional sketches as needed. 33 41 10 - 1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 1 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 33 41 10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing and installing reinforced concrete storm drain pipe and culverts, including: a. Pipe or box fittings b. Connection of drain lines to curb inlets c. All joints d. All connections to new or existing pipe or headwalls, manholes, etc., to the lines and grades shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 33 01 31 – Closed Circuit Television (CCTV) Inspection 4. Section 03 30 00 – Cast-in-Place Concrete 5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 23 – Hand Tunneling 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Reinforced Concrete Storm Drain Pipe a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per linear foot of “RCP” installed for: a) Various sizes b) Various classes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Mobilization 3) Pavement removal 4) Excavation Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 41 10 - 2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 2 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage structures 2. Reinforced Concrete Storm Drain Culverts a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per linear foot of “Box Culvert” installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage structures 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO): a. T111, Inorganic Matter or Ash in Bituminous Materials. 3. ASTM International (ASTM): a. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. b. A497, Standard Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete. c. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 41 10 - 3 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 3 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 d. C361, Standard Specification for Reinforced Concrete Low-Head Pressure Pipe. e. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets. f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe. h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm Drain, and Sewer Pipe. i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. j. C1433, Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers. k. D4, Standard Test Method for Bitumen Content. l. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic Compounds. m. D36, Standard Test Method for Softening Point of Bitumen (Ring-and-Ball Apparatus). n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt (Displacement Method). o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester. p. D113, Standard Test Method for Ductility of Bituminous Materials. q. D217, Standard Test Methods for Cone Penetration of Lubricating Grease. 4. TxDOT Test Procedures (Tex): a. Tex-704-I, Making, Curing, and Testing Compression Test Specimens for Precast Concrete 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS A. Certificates 1. Furnish manufacturer’s certificate of compliance that their product meets the physical testing requirements of this Specification for the materials referenced including, but not limited to: a. Reinforced concrete pipe b. Concrete box culvert c. Jointing materials Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 41 10 - 4 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 4 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 66 00. 2. Keep pipe clean and fully drained during storage. 3. Transport, handle and store pipe and fittings as recommended by manufacturer. 4. Repair or replace any damaged pipe before installation per the manufacturer’s recommendation. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Fabrication 1. Precast Reinforced Concrete Pipe a. Provide precast storm sewer pipe that conforms to ASTM C76, ASTM C506 or ASTM C507 for circular, arch or elliptical pipe respectively. b. Utilize a machine made process or cast by a process that will provide uniform placement of a mixture of cement, aggregate and water proportional to provide a homogeneous concrete meeting the specified strength requirements. c. Mix concrete in a central batch plant or other approved batching facility where the quality and uniformity of the concrete is assured. d. Do not use transit mixed concrete to manufacture precast concrete pipe. 2. Concrete Box Culvert a. Cast-in-Place 1) Conform to Section 03 30 00. b. Precast 1) Furnish machine made precast boxes in accordance with ASTM C1433. 2) Utilize a machine made process or cast by a process that will provide uniform placement of a mixture of cement, aggregate, and water proportional to provide a homogeneous concrete meeting the specified strength requirements. 3) Concrete water to cement ratio not to exceed 0.53 by weight 4) Utilize minimum 470 pounds of cement per cubic yard of concrete unless mix designs with lower cement content demonstrate that the quality and performance of the sections meet the requirements of this Specification. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 41 10 - 5 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 5 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 5) Mix concrete in a central batch plant or other approved batching facility where the quality and uniformity of the concrete is assured. 6) Do not use transit mixed concrete to manufacture precast concrete box culvert. 7) Utilize welded wire fabric steel reinforcement conforming to ASTM A185 or ASTM A497. 3. Jointing Materials a. Use any of the materials described in this Section for the making of joints. 1) Furnish a manufacturer’s certificate of compliance for all jointing materials. 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants a) Provide flexible joint sealants that meet the requirements of ASTM C990. b) Utilize 1 continuous gasket conforming to the joint shape for each joint. c) Plastic gasket shall be produced from blends of refined hydrocarbon resins and plasticizing compounds reinforced with inert mineral filler and shall contain no solvents, irritating fumes or obnoxious odors. d) Use flexible joint sealants that do not depend on oxidizing, evaporating or chemical action for its adhesive or cohesive strength. e) Supply in extruded rope form of suitable cross section and size as to fill the joint space when the pipes are joined. f) Provide a size of the pre-formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint and obtain the squeeze out as described under construction methods. g) The gasket joint sealer shall be protected by a suitable removable 2- piece wrapper, and the 2-piece wrapper shall be so designed that ½ may be removed longitudinally without disturbing the other ½ to facilitate application as noted below. h) The chemical composition of the gasket joint sealing compound as shipped shall meet the requirements of Table 1 when tested in accordance with the test methods shown. Table 1. Sealing Compound Chemical Composition Composition Test Method Percent by Weight Bitumen ASTM D4 Bitumen Content 50-70 Ash-Inert Mineral Matter AASHTO T111 30-50 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of Oil and Asphaltic Compounds 2.0 Max i) Gasket joint sealing compound when immersed for 30 days at ambient room temperature separately in 5 percent solution of caustic potash, a mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfuric acid and a saturated hydrogen sulfide (H2S) solution shall show no visible deterioration. j) The physical properties of the gasket joint sealing compound as shipped shall meet the requirements in Table 2 when tested in accordance with the test methods shown. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 41 10 - 6 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 6 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 Table 2. Sealing Compound Physical Properties Property Test Method Typical Analysis Specific Gravity at 77 degrees F ASTM D71 1.20 to 1.35 Ductility at 77 degrees F ASTM D113 5.0 centimeters minimum Softening Point at 77 degrees F ASTM D36 320 degrees F minimum Penetration 32 degrees F (300-gms) 60-seconds ASTM D217 75 minimum 77 degrees F (150-gms) 5-seconds 50 to 120 115 degrees F (150-gms) 5-seconds 150 max Flash Point C.O.C. ASTM D92 600 degrees F Fire Point C.O.C 625 degrees F 3) Rubber Gaskets a) Provide gaskets that conform to ASTM C361 or ASTM C443. b) Meet the requirements of ASTM C443 for design of the joints and permissible variations in dimensions. B. Design Criteria 1. Reinforced Concrete Pipe a. Unless otherwise indicated on the Drawings, furnish Class III concrete pipe with shell thickness, circumferential reinforcement and strength conforming to the requirements of ASTM C76, ASTM C506 or ASTM C507 for circular, arch or elliptical pipe respectively, except as modified below: 1) Manufacture pipes larger than 60-inch diameter by using 2 lines of circular reinforcement. 2) For Class III pipes larger than 60-inch diameter, manufacturer may, at its option, furnish pipe manufactured with either Wall "B" or Wall "C" minimum thicknesses and the applicable minimum steel area as listed for circular cages in Table II of ASTM C76, provided test strength requirements for Class III pipe are satisfactorily met. b. Jacking, Boring, or Tunneling 1) Design pipe for jacking, boring or tunneling conforming to the requirements of Section 33 05 23. 2) When requested, provide design notes and drawings signed and sealed by a Texas licensed professional engineer. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Reinforced Concrete Pipe a. Acceptance of pipe will be determined by the results of the following tests: 1) Material tests required in ASTM C76, ASTM C506 or ASTM C507. 2) Absorption tests in accordance with ASTM C497. 3) 3-edge bearing tests in accordance with ASTM C497. a) Testing Rate (1) If tested for 0.01-inch crack only: (a) Test 0.8 percent of pipe sections for each size included in order (2) If tested for 0.01-inch crack and ultimate load: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 41 10 - 7 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 7 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 (a) Test 0.2 percent of pipe sections for each size included in order b) Pipes that have been tested only to the formation of a 0.01 inch crack and that meet the 0.01 inch test load requirements shall be accepted for use. c) Failed Pipe (1) Test 2 consecutive joints in the same mix series if a specimen fails to meet test requirements. (2) Entire pipe series will be rejected if 1 of the consecutive joints fails to meet test requirements. d) Pipes larger than 1 inch in diameter may be accepted on the basis of material tests and inspection of completed product as an alternate to 3- edge bearing test, at the option of the manufacturer. (1) Acceptance of pipe will be determined by the results of the material tests as required in ASTM C76, ASTM C506 or ASTM C507. (a) Perform crushing tests on cores taken from barrel of completed and cured pipe. (b) Perform absorption tests on samples from pipe wall. (c) Inspect finished pipe including amount and placement of reinforcement. (2) Manufacturer will furnish facilities and personnel for taking core samples from pipe barrel and for determining compressive strength of samples. (3) Manufacturer will plug and seal core holes if samples meet strength requirements. (a) Plug and seal sections in a manner that the pipe section will meet all test requirements of ASTM C76, ASTM C506 or ASTM C507. (b) Pipe sections plugged and sealed as described above will be accepted for use. 4) Inspect the finished pipe to determine its conformance with the required design. 2. Cast-in-Place Concrete Box Culvert a. Provide test specimens that meet the requirements of Division 03. 3. Precast Box Culvert a. Make test specimens in test cylinders at the same time and in the same manner as the box sections they represent. b. Make a minimum of 4 test cylinders for each day’s production run and each mix design. c. Cure test cylinders in the same manner and for the same times as the boxes they represent. d. Test the specimens in accordance with Tex-704-I. B. Sizes and Permissible Variations 1. Reinforced Concrete Pipe a. Ensure that variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible under run of length are in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 41 10 - 8 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 8 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 b. Where rubber gasket pipe joints are to be used, the design of joints and permissible variations in dimensions shall be in accordance with ASTM C443, Sections 7 and 8. 2. Cast-in-Place or Precast Box Culvert a. Ensure that precast sections of either type meet the following requirements: 1) The inside vertical and horizontal dimensions do not vary from Drawing requirements by more than 1/2 inch or 1 percent, whichever is greater. 2) The horizontal or vertical plane at each end of the box section does not vary from perpendicular by more than 1/2 inch or 1 percent, whichever is greater, measured on the inside faces of the section. 3) The sides of a section at each end do not vary from being perpendicular to the top and bottom by more than 1/2 inch or 1 percent, whichever is greater, when measured diagonally between opposite interior corners. b. Ensure that wall and slab thicknesses are not less than shown on the Drawings except for occasional deficiencies not greater than 1/4 inch or 5 percent, whichever is greater. 1) If proper jointing is not affected, thicknesses in excess of Drawing requirements are acceptable. c. Deviations from the above tolerances will be acceptable if the sections can be fitted at the plant or job site and the joint opening at any point does not exceed 1 inch. 1) Use match marks for proper installation on sections that have been accepted in this manner. C. Workmanship and Finish 1. Reinforced Concrete Pipe a. Ensure that pipe is substantially free from fractures, large or deep cracks and surface roughness. b. Ensure that ends of pipe are normal to the walls and centerline of the pipe within the limits of variations allowed as stated previously. 2. Cast-in-Place or Precast Box Culvert a. Fine cracks on the surface of the member that do not extend to the plane of the nearest reinforcement are acceptable unless the cracks are numerous and extensive. b. Repair cracks that extend into the plane of the reinforcing steel in an approved manner. c. Excessive damage, honeycomb or cracking will be subject to structural review. d. The City may accept boxes with repairs that are sound, properly finished and cured in conformance with pertinent Specifications. e. When fine cracks on the surface indicate poor curing practices, discontinue further production of precast sections until corrections are made and proper curing is provided. D. Curing 1. Cure pipe/box in accordance with the applicable ASTM Specification for each type of pipe as referred to above. E. Marking 1. Reinforced Concrete Pipe a. Clearly mark the following information on each section of pipe: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 41 10 - 9 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 9 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1) Class of pipe 2) ASTM designation 3) Date of manufacture 4) Identification of plant 5) Name or trademark of the manufacturer 6) Pipe to be used for jacking and boring b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end of each section during the process of manufacture or immediately after with the following: 1) The location of the top or bottom of the pipe as it should be installed, unless the external shape of the pipe is such that the correct position of the top and bottom is obvious 2) Mark the pipe section by indenting or painting with waterproof paint. 2. Cast-in-Place or Precast Box Culvert a. Mark precast boxes with the following: 1) Name or trademark of the producer 2) Date of manufacture 3) Box size 4) Minimum and maximum fill heights b. For boxes without lifting holes, mark 1 end of each box section on the inside and outside walls to indicate the top or bottom as it will be installed. c. Indent markings into the box section or paint them on each box with waterproof paint. F. Pipe/Box Rejection 1. Individual sections of pipe/box may be rejected if any of the Specification requirements are not met or if any of the following exist: a. Fractures or cracks passing through the shell, with the exception of a single end crack that does not exceed the depth of the joint b. Defects that indicate imperfect proportioning, mixing and molding c. Surface defects indicating honeycombed or open texture d. Damaged ends which would prevent making a satisfactory joint e. Any continuous crack having a surface width of 0.01 inch or more and extending for a length of 12 inch or more 2. Mark rejected pipe/box with painted “REJECTED”. 3. Remove rejected pipe/box immediately from job site and replace with pipe/box meeting the requirements of this Specification. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 41 10 - 10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 10 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1. Conform to the requirements of Section 33 05 10 for excavation and embedment for open-cut type installation. 2. Conform to the requirements of Section 33 05 23 when jacking, boring or tunneling methods are specified on Drawings. 3. Establish and maintain lines and grades. B. Pipe/Box Laying – Trench Installation 1. Ensure that pipe/box and fittings are laid and jointed in firm trench bottom conditions. 2. Start laying pipe/box on the bedding at the outlet or downstream end with the spigot or tongue end of the pipe joint pointing downstream, and proceed toward the inlet or upstream end with the abutting sections properly matched, true to the established lines and grades. 3. Provide appropriate facilities for hoisting and lowering the sections of pipe/box according to manufacturer’s recommendation. 4. Lift and lower sections of pipe/box into trench without damaging pipe or disturbing the prepared bedding or sides of trench. 5. Carefully clean pipe/box ends before pipe is placed in trench. 6. Protect pipe/box open end to prevent entrance of earth or bedding material as each length of pipe/box is laid. 7. Fit, match and lay pipe/box to form a smooth, uniform conduit. 8. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, lay the pipe in trench so that the markings for top or bottom are not more than 5 degrees from the vertical plane through the longitudinal axis of the pipe 9. Remove and re-lay, without extra compensation, pipe/box that is not in alignment or that shows excessive settlement after laying. C. Multiple Barrel Box Culvert Placement 1. Fill the annular space between multiple boxes with crushed rock or CLSM according to 03 34 13. a. Water jetting will not be allowed between parallel boxes. 2. Start the laying of boxes on the bedding at the outlet end and proceed toward the inlet end with the abutting sections properly matched. 3. Fit, match and lay boxes to form a smooth, uniform conduit true to the established lines and grades. D. Jointing 1. Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants a. Brush-apply a suitable primer, recommended by the manufacturer of the gasket joint sealer, to tongue and groove joint surfaces and end surfaces. 1) Ensure that surface to be primed is clean and dry when primer is applied. 2) Ensure that primer is not applied over mud, sand, dirt or sharp cement protrusions. 3) Allow primer to dry and harden. b. Attach plastic gasket sealer around tapered tongue or tapered groove near the pipe joint hub or shoulder, before laying pipe in trench. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 41 10 - 11 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 11 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 c. Remove paper wrapper from 1 side only of the 2-piece wrapper on gasket and press it firmly to the clean, dry pipe joint surface. 1) Do not remove the outside wrapper until immediately before pushing pipe into its final position. d. Align the tongue correctly with the flare of the groove. e. Remove outside wrapper on the gasket and pull or push pipe home with sufficient force (back hoe shovel, chain hoist, ratchet hoist or winch) to cause evidence of gasket material squeeze-out on inside or outside around complete pipe joint circumference. 1) Remove any joint material that pushed out into the interior of pipe. 2) Ensure that pipe is pulled home in a straight line with all parts of pipe on line and grade at all times. f. Proceed with backfilling of pipe laid with plastic gasket joints as soon as joint has been inspected and approved by the Engineer or Inspector. 1) Take special precautions in placing and compacting backfill to avoid damage to joints. g. When the atmospheric temperature is below 60 degrees F, store pre-formed flexible joint sealants in an area warmed to above 70° degrees F or artificially warmed to this temperature in a manner satisfactory to the Engineer. 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, followed by connection to previously laid pipe. 2. Rubber Gaskets a. Make the joint assembly according to the recommendations of the gasket manufacturer. b. When using rubber gaskets, make joints watertight. c. Backfill after the joint has been inspected and approved. E. Backfill 1. Conform to the requirements of Section 33 05 10 for backfilling pipe/box trenches. F. Pipe fittings 1. Poured Concrete Pipe Collars a. Provide collars for locations shown on Drawings. b. Collar cost is considered subsidiary to bid price for furnishing and installing reinforced concrete pipe. No extra payment will be made for installation of concrete pipe collars shown on the Drawings. 2. Shop and Field-Fabricated Wyes, Tees, Crosses and Bends a. Furnish and install shop or field-fabricated wyes, tees, crosses or bends as indicated on Drawings or required by the Engineer. b. Shop-fabricate fittings for maximum pipe size less than 24-inches in diameter for the larger pipe. c. Field-fabricate fittings with 24-inch or greater diameter for the larger pipe. d. Field-fabricate fittings for box culverts. e. Take care in fabrication that concrete walls of pipe are broken back only enough to provide the required finished opening. f. Join reinforcing mesh or bars by bending, twisting or spot welding to provide a rigid connection. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 41 10 - 12 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 12 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 g. Concrete or mortar (as specified in this segment) shall be wiped over the reinforcing wires connecting the 2 pipe joints, compacted by light blows, shaped to the contour of the pipe barrels, lightly brushed for finish and cured under wet burlap. 3. Poured Concrete Pipe Plugs a. Plug pipe ends with a fabricated unit as shown on Drawings, when conduit lines terminate at locations with no connection to drainage structures. b. Concrete pipe plug cost is considered subsidiary to bid price for furnishing and installing reinforced concrete pipe. No extra payment will be made for installation of concrete pipe plugs shown on the Drawings. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Video Inspection a. Perform post-construction TV inspection of all installed reinforced concrete pipes/boxes conforming to the requirements of Section 33 01 31. 2. Ensure that pipes/boxes are installed correctly and are free of significant debris. a. At the City’s discretion, replace any pipe/box that is determined to have jointing problems, cracking or significant debris. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 49 10 - 1 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 1 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 49 10 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Storm drain cast-in-place concrete manholes and junction boxes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Division 3 – Concrete 4. Section 03 30 00 – Cast-In-Place Concrete 5. Section 31 23 16 – Unclassified Excavation 6. Section 31 50 00 – Excavation Support and Protection 7. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 8. Section 33 05 13 – Frame, Cover and Grade Rings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Storm Drain Manhole Risers a. Measurement 1) Measurement for this Item shall be per each Manhole Riser complete, or completed to the stage of construction required by Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item and will be paid for at the unit price bid per each “Manhole Riser” installed for: a) Various Sizes c. The price bid shall include: 1) Mobilization 2) Excavation 3) Hauling 4) Disposal of excess materials 5) Furnishing, placement and compaction of embedment 6) Furnishing, placement and compaction of backfill 7) Manhole construction 8) Manhole frames 9) Steps 10) Ring and Cover 11) Clean-up Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 49 10 - 2 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 2 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. Storm Junction Boxes a. Measurement 1) Measurement for this Item shall be per each Junction Box complete, or completed to the stage of construction required by Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each “Storm Junction Box” installed for: a) Various sizes c. The price bid shall include: 1) Mobilization 2) Excavation 3) Hauling 4) Disposal of excess materials 5) Furnishing, placement and compaction of embedment 6) Furnishing, placement and compaction of backfill 7) Junction Box construction 8) Junction Box frames 9) Steps 10) Ring and Cover 11) Clean-up 3. Storm Junction Structure a. Measurement 1) Measurement for this Item shall be per each Junction Structure complete, or completed to the stage of construction required by Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid per each “Storm Junction Structure” location. c. The price bid shall include: 1) Mobilization 2) Excavation 3) Hauling 4) Disposal of excess materials 5) Furnishing, placement and compaction of embedment 6) Furnishing, placement and compaction of backfill 7) Junction Box construction 8) Junction Box frames 9) Steps 10) Ring and Cover 11) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 49 10 - 3 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 3 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. b. D4101, Standard Specification for Polypropylene Injection and Extrusion Materials. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS A. Certificates 1. Furnish manufacturer’s certificate of compliance that their product meets the physical testing requirements of this Specification for the materials referenced. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Concrete 1. Furnish concrete that conforms to the provisions of Section 03 30 00. B. Reinforcing Steel 1. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. C. Frames, Grates, Rings, and Covers 1. Provide frames, grates, rings and covers that conform to dimensions and materials shown on Drawings and Section 33 05 13. 2. Ensure that covers and grates fit properly into frames and seat uniformly and solidly. D. Steps 1. Provide polypropylene supports and steps to the shape and dimensions shown on Drawings that meet the requirements of ASTM D4101 and ASTM C478, Section 16, “Steps and Ladders.” Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 49 10 - 4 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 4 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Perform all concrete work in accordance with Division 3. 2. Use of forms is required for all concrete walls, except where the nature of the surrounding material is such that it can be trimmed to a smooth vertical face a. Outside form for concrete bases supporting brick walls may be omitted with approval from the Engineer. 3. Cast polypropylene supports and steps into concrete walls when concrete is placed or drill and grout steps in place after concrete placement. B. Excavation and Embedment 1. Conform to the requirements of Section 31 23 16, Section 31 50 00 and Section 33 05 10, where applicable. C. Manholes for Precast Concrete Drain Pipes 1. Construct manholes for precast concrete pipe drains as soon as is practicable after drain lines into or through the manhole locations are completed. 2. Neatly cut all drain pipes at the inside face of the walls of the manhole and point up with mortar. D. Manholes for Monolithic Drain Pipes 1. Construct bases for manholes on monolithic drain pipes either monolithically with the drain pipe or after the pipe is constructed. E. Manholes for Box Drains 1. Cast bases for manholes for box drains as an integral part of the drainage system. 2. Manholes may be constructed prior to backfilling or, if the Contractor so elects, manhole opening may be temporarily covered with timber to facilitate compaction of backfill for the pipe system as a whole with tractor equipment. a. Perform required excavation for manhole, construct manhole and backfill in accordance with Drawings. 3. For manholes that are over 5-feet deep, include all manhole steps required in the wall of the box drain. F. Junction Structures 1. All structures shall be installed as specified in Drawings. G. Inverts Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 49 10 - 5 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 5 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Shape and route floor inverts passing out or through the manhole as shown on the Drawings. 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing the required additional material with the base. H. Curing 1. Cure all exposed concrete as required in Division 3. I. Finishing 1. Finish all concrete as required in Division 3. J. Form Removal 1. Remove concrete form as required in Division 3. K. Placement and Treatment of Castings, Frames, and Fittings 1. Place castings, frames and fittings in positions indicated on Drawings or as directed by Engineer, true to line and correct elevation. 2. Frames or fittings set in new concrete or mortar a. Place and position anchors or bolts before concrete mortar is placed. b. Do not disturb unit until mortar or concrete has set. 3. Frames or fittings placed upon previously constructed masonry a. Bring bearing surface or masonry true to line and grade, and present an even bearing surface, so that entire face or back of unit will come in contact with masonry. b. Set unit in mortar beds or anchor to masonry, as indicated on Drawings or as directed and approved by the Engineer. 4. Ensure that units are set firm and secure. 5. Allow concrete or mortar to harden for a minimum 7 days. 6. Replace and fasten down grates or covers. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 49 10 - 6 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 6 of 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 49 20 - 1 CURB AND DROP INLETS Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 49 20 CURB AND DROP INLETS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Construction of inlets, complete in place or to the stage detailed a. Including furnishing and installing frames, grates, rings and covers B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Division 3 – Concrete 4. Section 02 41 13 – Selective Site Demolition 5. Section 03 30 00 – Cast-In-Place Concrete 6. Section 03 80 00 – Modifications to Existing Concrete Structures 7. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 8. Section 33 05 13 – Frame, Cover and Grade Rings 9. Section 33 05 14 – Adjusting Manholes, Inlets, Valve Boxes and Other Structures to Grade 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each inlet complete in place. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Inlet” installed for: 1) Various types 2) Various sizes 3. The price bid shall include: a. Furnishing and installing the specified Inlet b. Mobilization c. Excavation d. Hauling e. Disposal of excess materials f. Furnishing, placement and compaction of embedment g. Furnishing, placement and compaction of backfill h. Concrete i. Reinforcing steel j. Mortar Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 49 20 - 2 CURB AND DROP INLETS Page 2 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 k. Aluminum and castings l. Frames m. Grates n. Rings and covers o. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C478, Standard Specification for Precast Reinforced Concrete Manhole and Inlet Sections. b. D4101, Standard Specification for Polypropylene Injection and Extrusion Materials. c. C309, Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. 3. Texas Department of Transportation (TxDOT). a. Departmental Materials Specification (DMS): 1) 7340, Qualification Procedure for Multi-Project Fabrication Plants of Precast Concrete Manholes and Inlets. 1.4 ADMINISTRATIVE REQUIREMENT [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Inlet 2. Pipe connections at inlet walls 3. Stubs and stub plugs 4. Admixtures 5. Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 49 20 - 3 CURB AND DROP INLETS Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Materials 1. Concrete a. Furnish concrete that conforms to the provisions of Section 03 30 00. 2. Reinforcing Steel a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 3. Mortar a. Furnish mortar per Section 03 80 00. 4. Steps a. Provide polypropylene supports and steps conforming to the shape and dimensions shown on the Drawings that meet the requirements of ASTM D4101 and ASTM C478, Section 16, “Steps and Ladders.” 5. Curing Materials a. Curing materials shall conform to the provisions of Division 3. 6. Frames, Grates, Rings and Covers a. Provide frames, grates, rings and covers that conform to dimensions and materials shown on Drawings and Section 33 05 13. b. Ensure that covers and grates fit properly into frames and seat uniformly and solidly. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Removal 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 2. Drill, dowel, and grout in accordance with Section 03 30 00. 3.4 INSTALLATION A. Interface with Other Work 1. All types of inlets may be built either in 1 stage or in 2 stages, described as Stage I and Stage II. a. Build inlets designed to match the final roadway surface in stages. 2. Construct the Stage I portion of inlets as shown on the Drawings or as specified in this Section. a. Furnish and install a temporary cover as approved by the Engineer. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 49 20 - 4 CURB AND DROP INLETS Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3. Construct Stage II after the pavement structure is substantially complete unless otherwise approved by the Engineer. a. For Stage II, construct the remaining wall height and top of inlet and furnish and install any frames, grates, rings and covers, manhole steps, curb beams or collecting basins required. B. Cast-In -Place Inlets 1. Construct cast-in-place inlets in accordance with Section 03 30 00. a. Forms will be required for all concrete walls. b. Outside wall forms for cast-in-place concrete may be omitted with the approval of the Engineer if the surrounding material can be trimmed to a smooth vertical face. 2. Cast polypropylene steps into the concrete walls when the concrete is placed, or drill and grout steps in place after concrete placement. C. Inlets for Precast Concrete Drain Pipes 1. Construct inlets for precast concrete drain pipes as soon as is practicable after storm drain lines into or through the inlet locations are completed. a. Neatly cut all pipes at the inside face of the walls of the inlet and point up with mortar. D. Inlets for Monolithic Drain Pipes 1. Construct bases for inlets on monolithic drain pipes either monolithically with the storm drain or after the storm drain is constructed. E. Inverts 1. Shape and route floor inverts passing out or through the inlet as shown on the Drawings. 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing the required additional material with the base. F. Finishing Complete Inlets 1. Complete inlets in accordance with the Drawings. 2. Backfill to original ground elevation in accordance with Section 33 05 10. G. Finishing Stage I Construction 1. Complete Stage I construction by constructing the walls to the elevations shown on the Drawings and backfilling to required elevations in accordance with Section 33 05 10. H. Stage II Construction 1. Construct subgrade and base course or concrete pavement construction over Stage I inlet construction, unless otherwise approved by the Engineer. 2. Excavate to expose the top of Stage I construction and complete the inlet in accordance with the Drawings and these Specifications, including backfill and cleaning of all debris from the bottom of the manhole or inlet. I. Form Removal 1. Forms used in the construction of “Inlets” which support vertical loads will remain in place at least 24 hours after the concrete is placed. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 49 20 - 5 CURB AND DROP INLETS Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. Other forms shall remain in place for a minimum time 24 hours after concrete is placed, unless otherwise directed by the Engineer. J. Curing 1. Cure all exposed concrete as required in Section 03 30 00. K. Finishing 1. Conform to Section 03 30 00. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING A. Refer to Section 33 05 14. 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 49 40 - 1 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 33 49 40 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Storm drain headwalls, wingwalls, and safety end treatments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 02 41 13 – Selective Site Demolition 4. Section 03 30 00 – Cast-In-Place Concrete 5. Section 31 37 00 – Riprap 6. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 7. Section 33 41 10 – Reinforced Concrete Storm Sewer Pipe/Culverts D. Standard Details 1. Concrete Headwall - Refer to TXDOT Fort Worth District Details 2. Concrete Wingwall - Refer to TXDOT Fort Worth District Details 3. Safety End Treatment - Refer to TXDOT Fort Worth District Details 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Headwall a. Measurement 1) Measurement for this Item shall be per each “Headwall” satisfactorily completed as specified on the Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each “Headwall” installed for: a) Various pipe sizes b) Various types c) Various number of pipes c. The price bid shall include: 1) Constructing, furnishing, transporting and installing the Concrete Headwall 2) Connecting to the existing structure 3) Breaking back, removing and disposing of portions of the existing structure 4) Replacing portions of the existing structure to make connections 5) Excavation 6) Hauling Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 49 40 - 2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 2 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 7) Disposal of excess material 8) Furnishing, placing and compaction of backfill 9) Concrete, as required by Drawings 10) Reinforcing Steel, if required by Drawings 11) Corrugated metal pipe, if required by Drawings 12) Reinforced concrete pipe, if required by Drawings 13) Clean-up 2. Safety End Treatment a. Measurement 1) Measurement for this Item shall be per each “SET” satisfactorily completed as specified on the Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each “SET” installed for: a) Various types b) Various pipe sizes c) Various number of pipes c. The price bid shall include: 1) Constructing, furnishing, transporting and installing the Concrete Headwall 2) Connecting to the existing structure 3) Breaking back, removing and disposing of portions of the existing structure 4) Replacing portions of the existing structure to make connections 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placing and compaction of backfill 9) Concrete, as required by Drawings 10) Reinforcing Steel, if required by Drawings 11) Corrugated metal pipe, if required by Drawings 12) Reinforced concrete pipe, if required by Drawings 13) Clean-up 1.3 REFERENCES A. Definitions 1. Headwalls - all walls, including wings, at the ends of single-barrel and multiple- barrel pipe culvert structures 2. Wingwalls - all walls at the ends of single-barrel or multiple-barrel box culvert structures B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS 1. Refer to Section 03 30 00. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 49 40 - 3 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. Marking a. Before shipment from the casting or fabrication yard, clearly mark the following on each precast unit: 1) Date of manufacture 2) Name or trademark of the manufacturer 3) Type and size designation 2. Causes for Rejection a. Precast units may be rejected for not meeting any one of the Specification requirements. b. Individual units may also be rejected for fractures or cracks passing through the wall or surface defects indicating honeycombed or open texture surfaces. c. Remove rejected units from the project, and replace them with acceptable units meeting the requirements of this Section. B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 66 00. 2. Store precast units on a level surface. 3. Do not place any loads on precast concrete units until design strength is reached. 4. Do not ship units until design strength requirements have been met. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Materials 1. Concrete a. Furnish concrete that conforms to the provisions of Section 03 30 00. 2. Reinforcing Steel a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. B. Fabrication 1. Fabricate cast-in-place concrete units and precast units in accordance with Section 03 30 00. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 49 40 - 4 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1) Safety End Treatment will be precast for 30-inch and smaller diameters and cast in place for greater than 30-inch diameters. 2. Fabrication Tolerances a. Lifting Holes 1) For precast units, provide no more than 4 lifting holes in each section. 2) Lifting holes may be cast, cut into fresh concrete after form removal or drilled. 3) Provide lifting holes large enough for adequate lifting devices based on the size and weight of the section. a) The maximum hole diameter is 3 inches at the inside surface of the wall and 4 inches at the outside surface. b) Do not cut more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when locating lift holes. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Removal 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 2. Drill, dowel and grout in accordance with Section 03 30 00. 3.4 INSTALLATION A. Interface with Other Work 1. Make connections to new or existing structures in accordance with the details shown on the Drawings. 2. Furnish jointing material in accordance with Section 33 41 10, or as shown on the Drawings. B. Excavation, Shaping, Bedding and Backfill a. Excavate, shape, bed and backfill in accordance with Section 33 05 10. b. Take special precautions in placing and compacting the backfill to avoid any movement or damage to the units. c. Bed precast units on foundations of firm and stable material accurately shaped to conform to the bases of the units. C. Placement of Precast Units a. Provide adequate means to lift and place the precast units. 1) Utilize sufficient number of lifting holes to ensure that the units are not damaged during lifting. b. Fill lifting holes with mortar or concrete and cure. 1) Precast concrete or mortar plugs may be used. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 33 49 40 - 5 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 3.5 REPAIR A. Occasional imperfections in manufacture or accidental damage sustained during handling may be repaired. 1. The repaired units will be acceptable if they conform to the requirements of this Section and the repairs are sound, properly finished and cured in conformance with pertinent Specifications. B. Repair spalled areas around lifting holes. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 1 TRAFFIC SIGNALS Page 1 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 SECTION 34 41 10 TRAFFIC SIGNALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. LED Traffic Signal Head Assemblies 2. LED Countdown Pedestrian Signal Head Assemblies 3. Pedestrian Push Button Assemblies 4. Accessible Pedestrian Signals (APS) 5. Radar Detection Equipment and Cable 6. Hybrid Vehicle Detection System and Cable 7. Vehicle Loop Detectors (Sawcut) 8. Emergency Vehicle Preemption Equipment and Cable 9. Battery Back-up (BBU) System for Signal Cabinets 10. Multi-conductor Cable 11. Power Lead-in Cable 12. Grounding Conductors 13. Ground Rod 14. Ground Boxes 15. Traffic Signal Structures 16. Foundations 17. Hardware Signal Pole Paint 18. Signal Controller 19. Controller Cabinet Assembly 20. Roadside Flashing Beacon Assembly 21. School Zone Flasher Assembly 22. Rectangular Rapid Flashing Beacon (RRFB) Assembly 23. Louvered Back Plates 24. Powder Coating Signal Structures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 03 30 00 – Cast-in-Place Concrete 4. Section 26 05 00 – Common Work Results for Electrical 5. Section 26 05 33 – Raceways and Boxes for Electrical Systems Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 2 TRAFFIC SIGNALS Page 2 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 6. Section 31 23 16 – Unclassified Excavation 7. Section 31 24 00 – Embankments 8. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 9. Section 33 05 30 – Location of Existing Utilities 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. LED Traffic Signal Head Assemblies a. Measurement 1) Measurement for this Item shall be per each LED traffic signal head assembly installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each “Signal Head Assmbly” installed for: a) Various numbers of sections c. The price bid shall include: 1) Furnishing and installing LED Traffic Signal Head Assembly and appurtenances including hinge pins, lens clips, locking devices, and gaskets 2) Housing and doors 3) Detachable visors 4) LED lamp unit 5) Louvers 6) Mounting hardware 7) Aluminum, vented one- or two-piece back plates and mounting hardware 8) Cable inside the pole will be paid for separately 2. LED Countdown Pedestrian Signal Head Assemblies a. Measurement 1) Measurement for this Item shall be per each pedestrian signal section or each pedestrian signal retrofit module installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Ped Signal Section” or “Ped Signal Retrofit Module” installed. c. The price bid for “Ped Signal Section” shall include: 1) Furnishing, assembling, and installing the pedestrian signal sections 2) Housing units 3) LED countdown pedestrian units 4) Mounting attachments and completing wiring connections 5) Cable inside the pole will be paid for separately d. The price bid for “Ped Signal Retrofit Module” shall include: 1) Furnishing, assembling, and installing the pedestrian signal sections 2) LED countdown pedestrian units 3) Mounting attachments and completing wiring connections 4) Disposal of incandescent unit 5) Cable inside the pole will be paid for separately 3. Pedestrian Push Button Assemblies a. Measurement Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 3 TRAFFIC SIGNALS Page 3 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 1) Measurement for this Item shall be per each pedestrian push button installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Ped Push Btn Assmbly” installed for: a) Various mounting methods c. The price bid shall include: 1) Furnishing and installing Pedestrian Push Button Assemblies 2) Button housing 3) Button cap 4) LED indication 5) Push button signs 6) Switch 7) Built-in surge protection 8) Audible notification system 9) Mounting hardware 10) Cable inside the pole will be paid for separately 4. Accessible Pedestrian Signals (APS) a. Measurement 1) Measurement for this Item shall be per each accessible pedestrian signal station installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Accessible Pedestrian Signal” unit of the type specified. c. The price bid shall include: 1) Furnishing, installing, and testing the Accessible Pedestrian Signal pushbutton stations 2) Mounting hardware 3) Sign adapter 4) Pushbutton stations 5) Central control units 6) Vibrotactile arrow with high visual contrast 7) Wiring harness 8) Voice message setup 9) Configuration devices or software 10) R10-3e (L/R) signs 11) The signal conductor cable from the signal cabinet to the pushbutton station shall be paid for under “Multi-conductor Cable” 5. Radar Detection System and Cable a. Furnish and Install Radar Detection System 1) Measurement a) Measurement for this Item shall be per each intersection approach furnished and installed. 2) Payment a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Furnish/Install Radar Detection System” installed for: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 4 TRAFFIC SIGNALS Page 4 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 (1) Various types 3) The price bid shall include: a) Furnishing, assembling and installing Radar Detection Device b) Contact closure input file cards c) Relays d) Detector back plates e) Set-up and diagnostic software including programming and testing of all detection zones per signal plans. f) Circuits g) Mounting hardware h) Cable will be paid for separately b. Install Radar Detection System 1) Measurement a) Measurement for this Item shall be per each intersection approach installed. 2) Payment a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Install Radar Detection Device” for: (1) Various types 3) The price bid shall include: a) Scheduling pickup of material from the City b) Pickup and transportation of material from the City to the jobsite c) Taking precautions to ensure material is not damaged during transportation d) Installing Radar Presence Device e) Installing detector back plates f) Relays g) Set-up and diagnostic software including programming and testing of all detection zones per signal plans. h) Circuits i) Cable will be paid for separately c. Furnish and Install Radar Detection Cable 1) Measurement a) Measurement for this Item shall be per linear foot of radar detection cable furnished and installed. 2) Payment a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per linear foot “Furnish/Install Radar Detection Cable” installed. 3) The price bid shall include: a) Furnishing and installing radar detection cable b) Making all connections to radar detection detectors and back panels d. Install Radar Detection Cable 1) Measurement a) Measurement for this Item shall be per linear foot of radar detection cable installed. 2) Payment Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 5 TRAFFIC SIGNALS Page 5 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per linear foot “Install Radar Detection Cable” installed. 3) The price bid shall include: a) Scheduling pickup of material from the City b) Pickup and transportation of material from the City to the jobsite c) Taking precautions to ensure material is not damaged during transportation d) Installing radar cable e) Making all connections to radar detectors and back panels 6. Hybrid Vehicle Detection System and Cable a. Furnish and Install Hybrid Vehicle Detection System 1) Measurement a) Measurement for this Item shall be per each intersection approach furnished and installed. 2) Payment a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Furnish/Install Hybrid Detection”. 3) The price bid shall include: a) Purchasing equipment and cable from City if called out in the Drawings b) Furnishing, installing and testing hybrid detection c) Detector units d) Mini-hub detector cards e) Mounting hardware f) Operational software g) Communication interface panel h) Field setup monitor i) Setup of all detection zones per traffic signal plans. Setup must be approved by City staff. j) Cable will be paid for separately b. Install Hybrid Vehicle Detection System 1) Measurement a) Measurement for this Item shall be per each intersection approach installed. 2) Payment a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Install Hybrid Vehicle Detection”. 3) The price bid shall include: a) Scheduling pickup of material from the City b) Pickup and transportation of material from the City to the jobsite c) Taking precautions to ensure material is not damaged during transportation d) Installing and testing all VIVDS components e) Setup of all detection zones per traffic signal plans. Setup must be approved by City staff. c. Furnish and Install Hybrid Vehicle Detection Cable 1) Measurement Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 6 TRAFFIC SIGNALS Page 6 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 a) Measurement for this Item shall be per linear foot of hybrid detection cable furnished and installed. 2) Payment a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per linear foot “Furnish/Install Hybrid Detection Cable”. 3) The price bid shall include: a) Furnishing and installing hybrid detection cable b) Making all connections to cameras and controller equipment d. Install Hybrid Vehicle Detection Cable 1) Measurement a) Measurement for this Item shall be per linear foot of hybrid detection cable installed. 2) Payment a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per linear foot “Install Hybrid Detection Cable” installed. 3) The price bid shall include: a) Scheduling pickup of material from the City b) Pickup and transportation of material from the City to the jobsite c) Taking precautions to ensure material is not damaged during transportation d) Installing cable e) Making all connections to cameras and controller equipment f) Cable inside the pole will be paid for separately 7. Vehicle Loop Detectors (Sawcut) a. Measurement 1) Measurement for this Item will be per linear foot of sawcut containing loop wire. 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 linear foot of “Loop Detector Cable Sawcut”. c. The price bid shall include: 1) Sawcutting pavement 2) Excavation 3) Disposal of excess material 4) Backfill 5) Pavement repair associated with sawcutting 6) Sawcut wire 7) Sealant 8) Sealant placement 9) Clean-up 10) Testing 11) Conduit and loop wire from the edge of pavement to the ground box used for vehicle loop detectors 12) The following items will be paid for separately: a) New ground boxes b) New loop lead in cable Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 7 TRAFFIC SIGNALS Page 7 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 8. Emergency Vehicle Preemption Equipment and Cable a. Furnish and Install Preemption Detector 1) Measurement a) Measurement for this Item shall be per each Preemption Detector furnished and installed. 2) Payment a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Furnish/Install Preempt Detector” for: (1) Various types 3) The price bid shall include: a) Furnishing, installing and testing preemption detectors b) Card rack c) Phase selector d) Mounting hardware e) Cable inside the pole will be paid for separately b. Install Preemption Detector 1) Measurement a) Measurement for this Item shall be per each Preemption Detector installed. 2) Payment a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Install Preempt Detector” for: (1) Various types 3) The price bid shall include: a) Scheduling pickup of material from the City b) Pickup and transportation of material from the City to the jobsite c) Taking precautions to ensure material is not damaged during transportation d) Installing and testing preemption detector c. Furnish and Install Preemption Cable 1) Measurement a) Measurement for this Item shall be per linear foot of preemption cable furnished and installed. 2) Payment a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per linear foot “Furnish/Install Preemption Cable” installed. 3) The price bid shall include: a) Furnishing and installing preemption cable b) Making all connections to preemption detectors, phase selectors, and controller d. Install Preemption Cable 1) Measurement a) Measurement for this Item shall be per linear foot of preemption cable installed. 2) Payment Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 8 TRAFFIC SIGNALS Page 8 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per linear foot “Install Preemption Cable” installed. 3) The price bid shall include: a) Scheduling pickup of material from the City b) Pickup and transportation of material from the City to the jobsite c) Taking precautions to ensure material is not damaged during transportation d) Installing preemption cable e) Making all connections to preemption detectors, phase selectors, and controller 9. Battery Back-Up (BBU) System for Signal Cabinets a. Furnish and Install BBU System for Signal Cabinet 1) Measurement a) Measurement for this Item shall be per each BBU System component furnished and installed. 2) Payment a) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each “Furnish/Install BBU System” for: (1) Various components (2) Various types 3) The price bid shall include: a) Furnishing, installing and testing the BBU system b) Purchasing equipment from City if called out in the Drawings c) Inverter/charger d) Manual bypass switch e) Integrated power transfer switch or automatic bypass switch f) Batteries g) Self-contained external mounted cabinet h) Mounting hardware i) Wiring, and all necessary hardware and software b. Install BBU System for Signal Cabinet 1) Measurement a) Measurement for this Item shall be per each BBU System installed. 2) Payment a) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each “Install BBU System” for: (1) Various types 3) The price bid shall include: a) Scheduling pickup of material from the City b) Pickup and transportation of material from the City to the jobsite c) Taking precautions to ensure material is not damaged during transportation d) Installing and testing the BBU system e) Wiring, and all necessary hardware and software 10. Multi-conductor Cable a. Measurement Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 9 TRAFFIC SIGNALS Page 9 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 1) Measurement for this Item shall be per linear foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per linear foot of “Multi-conductor Cable” installed for: a) Various types b) Various sizes c. The price bid shall include: 1) Furnishing and installing Multi-conductor Cable 11. Power Lead-in Cable a. Measurement 1) Measurement for this Item shall be per linear foot of power lead-in cable installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per linear foot of “Insulated Elec Condr” installed for: a) Various types b) Various sizes c. The price bid shall include: 1) Furnishing and installing Power Lead-in Cable 12. Grounding Conductors a. Measurement 1) Measurement for this Item shall be per linear foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid per linear foot of “Bare Elec Condr” installed for: a) Various types b) Various sizes c. The price bid shall include: 1) Furnishing and installing Grounding Conductors 13. Ground Rod a. Measurement 1) This Item is considered subsidiary to the various Traffic Signal Structures being installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to various Traffic Signal Structures being installed and shall be subsidiary to the unit price bid per various Traffic Signal Structures being installed, and no other compensation will be allowed. 14. Ground Boxes a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Ground Box” installed for: 2) Various sizes 3) Various types Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 10 TRAFFIC SIGNALS Page 10 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 c. The price bid shall include: 1) Furnishing and installing Ground Box 2) Excavation and backfill 3) Enclosures 4) Covers 5) Bolts 6) Gravel 7) Concrete apron when required 15. Traffic Signal Structures a. Furnish and Install Pedestal and Push Button Pole Assembly 1) Measurement a) Measurement for this Item shall be per each assembly furnished and installed. 2) Payment a) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each “Furnish/Install Ped or Push Button Pole Assmbly” furnished and installed for: (1) Various types (2) Various sizes 3) The price bid shall include: a) Excavation and backfill b) Furnishing and installing each Pedestal or Push Button Pole Assembly c) Purchasing pedestal pole assemblies from City if called out in the Drawings d) Furnishing, placement and compaction of backfill e) Anchor bolts f) Clean-up b. Install Pedestal or Push Button Pole Assembly 1) Measurement a) Measurement for this Item shall be per each assembly installed. 2) Payment a) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each “Install Ped or Push Button Pole Assmbly” furnished and installed for: (1) Various types (2) Various sizes 3) The price bid shall include: a) Scheduling pickup of material from the City b) Pickup and transportation of material from the City to the jobsite c) Taking precautions to ensure material is not damaged during transportation d) Excavation and backfill e) Installing each Pedestal or Push Button Pole Assembly f) Furnishing, placement and compaction of backfill g) Clean-up c. Furnish and Install Signal Poles 1) Measurement a) Measurement for this Item shall be per each signal pole furnished and installed. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 11 TRAFFIC SIGNALS Page 11 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 2) Payment a) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each “Furnish/Install Signal Pole” installed for: (1) Various types 3) The price bid shall include: a) Excavation and backfill b) Furnishing and installing each Signal Pole Assembly c) Luminaire arm d) LED fixture shall be paid for separately e) Erecting assembly on concrete foundation f) Furnishing and placing anchor bolts, nuts, washers, and templates d. Install Signal Poles 1) Measurement a) Measurement for this Item shall be per each signal pole installed. 2) Payment a) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each “Install Signal Pole” installed for: (1) Various types 3) The price bid shall include: a) Scheduling pickup of material from the City b) Pickup and transportation of material from the City to the jobsite c) Taking precautions to ensure material is not damaged during transportation d) Excavation and backfill e) Installing each Signal Pole Assembly f) Installing luminaire arm, fixture, and lamp if specified g) Erecting assembly on concrete foundation h) Installing anchor bolts, nuts, washers, and templates e. Furnish and Install Mast Arm 1) Measurement a) Measurement for this Item shall be per each Mast Arm furnished and installed. 2) Payment a) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each “Furnish/Install Mast Arm” furnished and installed for: (1) Various length intervals (2) Various types 3) The price bid shall include: a) Furnishing, assembling and installing Mast Arm b) Mounting equipment c) Luminaire arm, if specified d) LED fixture shall be paid for separately e) Vibration dampers f) Clean-up f. Install Mast Arm 1) Measurement a) Measurement for this Item shall be per each Mast Arm installed. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 12 TRAFFIC SIGNALS Page 12 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 2) Payment a) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each “Install Mast Arm” installed for: (1) Various length intervals (2) Various types 3) The price bid shall include: a) Scheduling pickup of material from the City b) Pickup and transportation of material from the City to the jobsite c) Taking precautions to ensure material is not damaged during transportation d) Assembling and installing Standard Mast Arm e) Installing luminaire arm, fixture, and lamp if specified f) Mounting equipment g) Vibration dampers h) Clean-up 16. Foundations a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each “Foundation” installed for: a) Various types c. The price bid shall include: 1) Coordination and notification 2) Exploratory excavation (as needed) 3) Excavation 4) Disposal of excess material 5) Hauling 6) Protection of the excavation 7) Forms 8) Reinforcing steel 9) Grounding rods 10) Concrete 11) Installing Foundation 12) Clean-up 13) Testing 17. Hardware Signal Pole Paint a. Measurement 1) This Item is considered subsidiary to the various Traffic Signal Structures being installed and painted. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to various Traffic Signal Structures being installed and painted and shall be subsidiary to the unit price bid per various Traffic Signal Structures being installed and painted, and no other compensation will be allowed. 18. Signal Controller a. Furnish and Install Signal Controller Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 13 TRAFFIC SIGNALS Page 13 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 1) Measurement a) Measurement for this Item shall be per each controller installed. 2) Payment a) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each “Furnish/Install Signal Controller” installed for: (1) Various mounting methods 3) The price bid shall include: a) Taking precautions to ensure material is not damaged during transportation b) Installing the controller in the cabinet c) Wiring d) Testing e) Troubleshooting b. Install Signal Controller 1) Measurement a) Measurement for this Item shall be per each assembly installed. 2) Payment a) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each “Controller & Cabinet” installed for: (1) Various mounting methods 3) The price bid shall include: a) Scheduling pickup of material from the City b) Pickup and transportation of material from the City to the jobsite c) Taking precautions to ensure material is not damaged during transportation d) Installing the controller in the cabinet e) Wiring f) Testing g) Troubleshooting 19. Controller Cabinet Assembly a. Furnish and Install Controller Cabinet Assembly 1) Measurement a) Measurement for this Item shall be per each assembly installed. 2) Payment a) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each “Furnish/Install Controller & Cabinet Assmbly” installed for: (1) Various mounting methods (2) Various types 3) The price bid shall include: a) Taking precautions to ensure material is not damaged during transportation b) Installing the controller cabinet assembly on the foundation or support c) Power supply d) Conflict monitor e) Load switches f) Conduit within 6” of foundation Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 14 TRAFFIC SIGNALS Page 14 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 g) Grounding rod h) Wiring i) Cable within 6” of foundation j) Terminating k) Testing l) Troubleshooting b. Install Controller Cabinet Assembly 1) Measurement a) Measurement for this Item shall be per each assembly installed. 2) Payment a) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each “Controller & Cabinet” installed for: (1) Various mounting methods 3) The price bid shall include: a) Scheduling pickup of material from the City b) Pickup and transportation of material from the City to the jobsite c) Taking precautions to ensure material is not damaged during transportation d) Installing the Controller and Cabinet Assembly on the foundation or support e) Conduit within 6” of foundation f) Grounding rod g) Wiring h) Cable within 6” of foundation i) Terminating j) Testing k) Troubleshooting 20. Roadside Flashing Beacon Assembly a. Measurement 1) Measurement for this Item shall be per each assembly installed, relocated, or removed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each assembly installed for: a) Install Roadside Flashing Beacon Assembly b) Relocate Roadside Flashing Beacon Assembly c) Remove Roadside Flashing Beacon Assembly d) Various applications including signal ahead, intersection ahead, stop ahead, etc. c. The price bid shall include: 1) Installation a) Furnishing, fabricating, galvanizing, assembling, and erecting the roadside flashing beacon assemblies. b) Foundations c) Anchor bolts, nuts, washers, and templates d) Cabinet e) Controller f) Flasher and interface board Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 15 TRAFFIC SIGNALS Page 15 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 g) Sign h) Beacon i) Back plate, if required j) Solar panel, if specified k) Solar regulator / charger, if specified l) Batteries, if specified m) Equipment, materials, labor, tools, and incidentals. n) Pedestal pole base o) Pedestal pole p) Pole reinforcing collar 2) Relocation a) Removing the roadside flashing beacon assembly b) Removing existing foundations 2’ below grade c) Installing new foundations d) Furnishing, fabricating, and installing any new components as required and replacing the assembly on its new foundations with all manipulations and electrical work e) Salvaging materials to be returned to the City f) Disposal of unsalvageable material g) Loading and hauling h) Equipment, material, labor, tools, and incidentals 3) Removal a) Removing the various roadside flashing beacon assemblies components b) Removing the foundations 2’ below grade c) Storing the components to be reused or salvaged d) Disposal of unsalvageable material e) Backfilling and surface placement f) Loading and hauling g) Equipment, materials, tools, labor, and incidentals 21. School Zone Flasher Assembly a. Measurement 1) Measurement for this Item shall be per each School Zone Flasher assembly furnished and installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each “Furnish/Install School Zone Flasher” furnished and installed. c. The price bid shall include: 1) Excavation and backfill 2) Foundation 3) Pedestal pole 4) Pedestal base 5) Pole reinforcing collar 6) Mounting hardware 7) Sign(s) 8) Wiring 9) Cabinet 10) Time switch Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 16 TRAFFIC SIGNALS Page 16 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 11) Cell modem 12) 12” polycarbonate traffic signal head 13) Solar array, if specified 14) Batteries, if specified 15) Flasher and interface circuit board 16) Photovoltaic controller 17) Power supply and timing 18) Programming 19) Erecting assembly on concrete foundation 20) Furnishing and placing anchor bolts, nuts, washers, and templates 22. Rectangular Rapid Flashing Beacon (RRFB) Assembly a. Measurement 1) Measurement for this Item shall be per each RRFB assembly furnished and installed. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each “Furnish/Install RRFB” installed for: a) Various types c. The price bid shall include: 1) Excavation and backfill 2) Foundation 3) Pole 4) LED flasher module 5) Mounting hardware 6) Sign(s) 7) Solar panel 8) Batteries 9) Wiring 10) Web-based monitoring 11) Detection system as specified in the plans 12) Wireless communication system 13) Erecting assembly on concrete foundation 14) Furnishing and placing anchor bolts, nuts, washers, and templates 23. Louvered Back Plates a. Measurement 1) Measurement for this Item shall be considered subsidiary to the Signal Head Assmbly pay items. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be considered subsidiary to the Signal Head Assmbly pay items. c. The price bid shall include: 1) Installing louvered back plate to signal heads 2) Mounting hardware (self-tapping screws) 3) Clean-up 24. Powder Coating Signal Structures a. Measurement 1) Measurement for this Item shall be per each traffic signal structure powder coated. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 17 TRAFFIC SIGNALS Page 17 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid per each traffic signal structure powder coated for: a) Various length of traffic signal poles b) Various length of pedestal and push button poles c) Various length of traffic signal mast arms c. The price bid shall include: 1) Mechanically etching surfaces by brush blasting 2) Coating material 3) Delivery to and from powder coating company 1.3 REFERENCES A. Abbreviations and Acronyms 1. VIVDS: Video imaging vehicle detection system 2. BBU: Battery back-up system 3. LED: light emitting diode 4. APS: Accessible Pedestrian Signal 5. RRFB: Rectangular rapid flashing beacon B. Definitions 1. Battery Back-Up (BBU) System a. Automatic Bypass Relay 1) A unit connected between the inverter/charger, and the load, which can automatically switch power to the controller cabinet service panel from inverter output power to utility line power, in the event of an inverter failure. b. Battery Back-Up System (BBU System) 1) The battery back-up system includes but is not limited to a manual bypass switch, automatic bypass switch or power transfer switch, inverter/charger, batteries, wiring, external cabinet and all necessary hardware for system operation. c. Battery Back-Up System Software (BBU System software) 1) All software associated with operation, programming and functional requirements of the BBU system. d. Battery Monitoring Device 1) The device which monitors battery temperatures and charge rate of the batteries used in the BBU system. Shall be an ambient sensor internal to the inverter/charger. e. Batteries 1) Standard 12V batteries wired in series with a cumulative minimum rated capacity of 210 amp-hours. f. Boost 1) When enabled, the BBU inverter/charger shall automatically switch into this mode to raise the utility line voltage when it drops below a preset limit. The limit may be user defined or use manufacturer default settings (typically 100V AC). g. Buck Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 18 TRAFFIC SIGNALS Page 18 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 1) When enabled, the unit shall automatically switch into this mode to reduce the utility line voltage when it rises above a preset limit. The limit may be user defined or use manufacturer default settings (typically 135V AC). h. External Cabinet 1) The structure which houses the complete system components for the BBU System. i. Inverter/Charger 1) The unit which converts the DC voltage input into 120 VAC output for the traffic signal cabinet to operate. As a minimum the inverter/charger shall be rated for 1400 VA, 1000 watts. j. Inverter Line Voltage 1) The power supplied from the BBU system to the traffic signal cabinet from the BBU System inverter. k. Manual Bypass 1) Manual switch that allows user to bypass BBU power to service system equipment. Manual bypass switch switches utility line power directly to cabinet. l. Signal Operation Mode 1) A signalized intersection generating a 700W load when running in normal operation. m. Signal Flash Mode 1) A signalized intersection generating a 300W load when running in the flash mode of operation. n. Utility Line Voltage 1) The 120V AC power supplied to the BBU system 2. Back Plate a. A thin strip of material extending outward from all sides of a signal head. C. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Standard Testing Materials (ASTM) a. ASTM B85-57T – “Standard Specification for Aluminum-Alloy Die Castings” b. ASTM B26-57T – “Standard Specification for Aluminum-Alloy Sand Castings” c. ASTM B-209-57T – “Standard Specification for Aluminum and Aluminum- Alloy Sheet and Plate” d. ASTM D-1535 – “Standard Practice for Specifying Color by the Munsell System” e. ASTM B-033 – “Standard Specification for Tinned Soft or Annealed Copper Wire for Electrical Purposes” f. ASTM B-8 – “Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft” g. ASTM A3250-N – “High Strength Galvanized Steel Bolts” h. ASTM A490-N – “High Strength Galvanized Steel Bolts” i. ASTM A123 – “Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products” Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 19 TRAFFIC SIGNALS Page 19 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 j. ASTM A153 – “Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware” 3. Texas Manual on Uniform Control Devices (TMUTCD) a. Part IV – Traffic Signals 4. Manual on Uniform Traffic Control Devices, 2009 Edition a. Digits 5. Federal Aviation Administration (FAA) a. FAA L-802-B 6. Institute of Transportation Engineers (ITE): a. Vehicle Traffic Control Signal Head – Light Emitting Diode (LED) Circular Signal Supplemental (VTCSH), adopted June 2005. b. Vehicle Traffic Control Signal Head Part 3: Light Emitting Diode (LED) Arrow Traffic Signal Modules. c. Equipment and Materials Standards, Vehicle Traffic Control Signal Heads (VTCSH) Part 2: LED Vehicle Signal Modules. d. PTCSI LED Signal Modules Draft Version of February 2009 1) Luminous intensity, uniformity and viewing angles 2) Chromaticity 7. Underwriter’s Laboratory Incorporate (UL) a. Standard UL-651 – “Schedule 40 and 80 Rigid PVC Conduit and Fittings” b. Standard UL-514B – “Conduit, Tubing, and Cable Fittings 8. American Standards Institute (ANSI)/Institute of Electrical and Electronics Engineers (IEEE) a. Section 6.1.2 ANSI/IEEE C62.41.2 – 2002, 3KV, 2 Ω b. Section 6.1.1 ANSI/IEEE C62.41.2 – 2002, 6KV, 30Ω c. Transient suppression 9. MIL-STD-883 a. Test Method 2007 b. Mechanical vibration 10. MIL-STD-810F a. Procedure 1, Rain & Blowing Rain b. Moisture resistance 11. National Electrical Manufacturer’s Association (NEMA) a. Section 2.1.6 NEMA TS 2-2003 b. Section 2.1.8 NEMA TS 2-2003 c. Transient voltage protection d. Controller compatibility 12. Federal Communications Commission (FCC) a. Title 47 Sec 15 Sub. B b. Electronic noise 13. International Municipal Signal Association (IMSA) a. IMSA 5-1 b. IMSA 7-1 c. IMSA 20-1 14. National Fire Protection Association (NFPA) / National Electric Code (NEC) a. NFPA 70 b. Wiring Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 20 TRAFFIC SIGNALS Page 20 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 15. International Electrotechnical Commission (IEC) a. Section 8.2 IEC 1000-4-5 b. Section 8.0 IEC 1000-4-12 c. Transient suppression 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. City must approve any deviation from Specification ten (10) working days prior to installation. B. Preinstallation Field Inspection Meetings 1. 48 hours’ Notice of Intention to establish final location of any foundations, bases, conduit, and detectors. 2. 48 hours’ notice to Texas811, City of Fort Worth Water and Sewer (817-871- 8275), and City of Fort Worth Traffic Signals/Street Lights/Storm Drains (817- 392-8100). C. Scheduling 1. 48 hours advanced approval for existing traffic signal turn off of flash operation. 2. 48 hours advanced notice of placing traffic signal into operation. 3. 3 Working Days’ notice for City provided equipment pick-up. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data Sheets are required for: 1. Traffic signal housing, louvered back plates, visors, louvers, LED lamps, and mounting hardware 2. Pedestrian signal housing, LED lamps, and mounting hardware 3. Pedestrian push button assemblies 4. Accessible Pedestrian Signals 5. Conduit 6. Battery back-up systems 7. Multi-conductor cable 8. Power lead-in cable 9. Ground boxes 10. Grounding conductor 11. Grounding rod 12. Concrete (Refer to Section 03 30 00) 13. Vibration dampers 14. Standard and Decorative Traffic Signal Structures 15. Roadside Flashing Beacon Assembly Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 21 TRAFFIC SIGNALS Page 21 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 16. School Zone Flasher Assembly 17. Rectangular Rapid Flashing Beacon Assembly 18. Miscellaneous items supplied 1.7 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Parts shall be properly protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation. 2. Exposed anchor bolts shall be protected until pole shaft is installed. 3. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. 4. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 5. The Contractor shall secure and maintain a location to store the material in accordance with Section 01 50 00. B. Delivery and Acceptance 1. Inspect all City furnished materials prior to taking possession. Any damages after taking possession shall be the responsibility of the Contractor. 2. Arrange pick up all City furnished materials and deliver them to the Site. 1.8 WARRANTY A. Manufacturer Warranty 1. Manufacturer’s warranty shall be in accordance with Division 1. 2. A 2 year warranty shall be required on all equipment furnished by the Contractor. 3. A 3 year warranty shall be required on all rectangular rapid flashing beacon assemblies. 4. A 5 year unconditional warranty shall be required on all batteries for the battery back- up systems furnished by the Contractor. 5. A 5 year warranty shall be required on all APS units. 6. School zone flasher a. Each school zone flasher cabinet assembly shall be warranted to be free from defects in material and workmanship for a period of five years from date of shipment from the factory. b. The 50/100 Ah battery shall be low self-discharging, leak proof, gelled electrolyte and maintenance free intended for photo voltaic service. The battery shall carry a prorated warranty for a minimum of two years by the battery manufacturer. c. The regulator shall have a warranty of five (5) years from the date of purchase. d. Each time switch shall be warranted to be free from defects in material and workmanship for a period of five (5) years from the date of shipment from the factory. B. Extended Correction Period 1. Contractor responsible for correcting any substandard workmanship and/or materials for 24 months from the date the signal is accepted by the City. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 22 TRAFFIC SIGNALS Page 22 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 PART 2 - PRODUCTS 2.1 PRODUCTS TO BE FURNISHED FROM THE CITY A. Refer to Drawings and Contract Documents to determine if any Items are to be purchased from the City and installed by the Contractor. B. Items that the City may furnish include: 1. Signal controller 2. Controller cabinet assembly 3. Traffic signal poles 4. Traffic signal mast arms 5. Detection equipment 6. Preemption equipment 7. Signs 8. Communications equipment 2.2 ASSEMBLIES, EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. The manufacturer must comply with this Specification and related Sections. 2. Any equipment, product type, or material that is not listed in this Specification or in TxDOT’s Material Producer List is considered a substitution and shall be submitted in accordance with Section 01 25 00 and not installed until approved. a. http://www.txdot.gov/inside-txdot/division/construction/producer-list.html 3. If more than 1 unit of a given bid item is required, then the Contractor shall ensure that all units are the product of 1 manufacturer, unless otherwise directed by the Traffic Management Manager or designee. No mix or matching will be allowed. B. Description 1. Regulatory Requirements a. Traffic signal shall meet or exceed standards set forth by the Texas Manual on Uniform Traffic Control Devices (TMUTCD), National Electric Code (NEC), Institute of Transportation Engineers (ITE), American Society for Testing and Materials (ASTM), American Standards Institute (ANSI), and National Electrical Manufacturer’s Association (NEMA). 2. It is the Contractor's responsibility to furnish all materials necessary to complete each traffic signal installation, whether the item is specifically mentioned or not. All unspecified materials (i.e., electrical tape, bolts, and nuts, etc.) shall meet the requirements of the National Electrical Code. 3. All materials supplied by the Contractor shall be of new, un-depreciated stock. C. Traffic Signal Materials 1. LED Traffic Signal Head Assemblies a. Vehicle Signal Housings 1) The product bid shall be manufactured by one of the following manufacturers: a) Econolite b) McCain c) Other prior approved equivalent Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 23 TRAFFIC SIGNALS Page 23 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 2) The housing and doors of the signal head shall be made of die cast aluminum alloy in accordance with ASTM Specification B85-57T. 3) Sandcast aluminum alloy shall be used for other parts of the signal head if in accordance with ASTM Specification B26-57T. 4) The visors shall be fabricated from aluminum sheet conforming to the ASTM Specification B-209-57T. 5) All miscellaneous parts such as hinge pins, lens clips, locking devices, etc. shall be made of a non-corrosive material. 6) The housing of the signal heads shall be constructed of interchangeable sections. 7) All exterior mating surfaces shall be flat to assure waterproof and dust- proof assembly of sections. 8) The top and bottom of the sections will have an opening approximately 2 inches in diameter to permit the entrance of 1 ½ inch pipe nipples. 9) Each section shall have serrated openings or equivalent, for providing a positive and locked positioning of signal sections when used with serrated mast arm or span wire mounting brackets. 10) The door and lens housing shall be equipped with a watertight and dust- tight molded neoprene gasket. a) The door of each signal section shall be attached to the housing in a watertight and dust-proof manner. b) Non-corrosive hinge pins and 2 wing screws will be furnished on each door for opening and closing without the use of special tools. (1) These hinges and screws shall be of such design as to allow even gasket pressure. 11) Each signal head section shall be furnished with a detachable tunnel type visor unless otherwise specified. 12) Visors shall be a minimum of 10 inches in length (depth) for 12 inch signals. a) Visors shall be attached to the door assemblies in a manner that facilitates field removal and installation. b) Visors shall be fabricated from aluminum and shall not form a complete circle and shall have the bottom open, unless louvers are required. 13) Traffic signal housing shall be furnished with LED inserts that comply with this Specification and shall be in the standard red, amber and green configuration as specified by the most current version of the TMUTCD. 14) A screw down type terminal block shall be provided with each signal head for facilitating field wiring. 15) The pigtail leads from the lamp receptacles shall be connected to a common terminal block within the head assembly. 16) Each terminal block will be at least a 6 position, 12 terminal strip securely fastened at both ends to the signal housing. 17) The housing and outside surface of the visors shall be traffic yellow (RAL 1023) in color. a) The inside surface of visors shall be a “Dull” or “Flat-black” color. b) The outside surface shall have a minimum of 2 coats of baked chrome yellow enamel (TT-C-595E1310), Munsell notation O.YP 47/15/3, per FAA Specification L-802-B and ASTM D 1535. b. LED traffic signal lamp unit Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 24 TRAFFIC SIGNALS Page 24 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 1) The product bid shall be manufactured by one of the following manufacturers: a) GE Lighting Solutions b) Duralight c) Other prior approved equivalent 2) The equipment shall conform to the applicable requirements of: the Underwriter’s Laboratory Incorporate (UL), the American Society for Testing and Materials (ASTM), the American Standards Institute (ANSI), the National Electrical Manufacturer’s Association (NEMA), and other applicable standards and specifications. 3) The LED traffic signal lamp unit shall comply at a minimum with the Institute of Transportation Engineers (ITE) specification for Vehicle Traffic Control Signal Head – Light Emitting Diode (LED) Circular Signal Supplement (VTCSH); adopted June 2005, for circular indications and Vehicle Traffic Control Signal Head Part 3: Light Emitting Diode (LED) Arrow Traffic Signal Modules for arrow indications. 4) The LED shall have an “incandescent” look, using the minimum number of LED’s that comply with the ITE specification. 5) If proper orientation of the LED unit is required for optimum performance, a clear, durable and unmistakable marking shall be provided on each lens as to its proper orientation (top or bottom). 6) The manufacturer’s name, serial number and other necessary identification shall be permanently marked on the backside of the LED traffic signal lamp unit. A label shall be placed on the unit certifying compliance to ITE standards. 7) Documentation Requirements a) Each LED traffic signal lamp unit shall be provided with the following documentation: (1) Complete and accurate installation wiring guide (2) Contact name, address, and telephone number for the representative, manufacturer, or distributor for warranty repair. (3) A copy of a test report certified by an independent laboratory that the LED traffic signal lamp model submitted meets all the requirements of these Specifications in accordance with ITE VTSCH Part 2. (4) Schematic diagram for each unit, along with any necessary installation instructions (5) For each unit submitted, the manufacturer name, brand and model number of LEDs used shall be provided, along with the LED manufacturer’s recommended drive current and degradation curves. (6) Warranty information from manufacturer (7) Quality assurance testing documentation c. Signal head louvers 1) Louvers shall be provided for those signal sections indicated in the Drawings. 2) All louvers shall be of such design as to provide visibility of the lens for the intended lane of traffic as indicated by the Drawings and block visibility to all other lanes. d. Mounting hardware Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 25 TRAFFIC SIGNALS Page 25 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 1) Mast Arm Mount Signal Bracket, 1-Way Cable Mount a) The product bid shall be the mast arm mount signal bracket, 1-way cable mount, for 3 to 5 section head with 84 inches cable and 74 inches long gusseted tube manufactured by Pelco, part no. AB-0125, or approved equivalent. 2) Mast Arm Mount Signal Bracket, 1-Way Cable Mount, Clamp Assembly a) The product bid shall be the mast arm clamp assembly with 84 inches cable manufactured by Pelco, part no. AB-3009, or approved equivalent. 3) Mast Arm Mount Signal Bracket, 2-Way Cable Mount a) The product bid shall be the mast arm mount signal bracket, cluster cable mount, for 5 section signal head with 84 inches cable manufactured by Pelco, part no. AB-0138, or approved equivalent. General Specifications are below. 4) General Specifications a) Bracket shall be completely adjustable such that it is capable of rotational adjustment about the bracket axis, vertical adjustment, rotational adjustment about the mast arm and rotational adjustment right & left from the vertical plane. b) Bracket shall be provided with aircraft type stranded cable for fastening the bracket to the supporting arm or structure. c) Bracket shall be easily adjustable to fit all sizes of round, octagonal, elliptical or other shaped structure without special tools or equipment. d) Bracket shall attach to the signal in a clamping manner holding the signal both top and bottom in order to assure maximum rigidity. (1) For the 1-way cable mount, a standard bracket shall accommodate all major signal manufacturers’ signals from a 3 section 1-way 12 inches signal through a 5 section 1-way 12 inches signal and any combination thereof including 3M and ICC configurations. (2) For the 2-way cable mount, a standard bracket shall accommodate all major signal manufacturers’ signals for a 3 section 2-way 12 inches signal and any combination thereof including 3M and ICC configurations. e) Upper and Lower Arms (1) Shall be cast from 319 aluminum or equivalent (2) The lower bracket arm shall be internally threaded to accommodate the threaded vertical support tube. (3) The lower arm shall be furnished with ABS plastic covers, which will slide and snap into position without the use of fasteners or tools. (4) All upper and lower arms shall have 72 tooth serrations cast into the arm to assure a positive lock with signal housing and shall be secured about their rotational axis with setscrews. (5) Both upper and lower arms shall have a tri-bolt arrangement for attachment to the signal housing. (6) Opening in the lower arms shall accommodate a minimum of 3, 12 conductor 14 gauge cables. f) Vertical Support Tube (1) Shall be a double gusseted tube extruded from 6063-T6 aluminum alloy or equivalent and have a cross section. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 26 TRAFFIC SIGNALS Page 26 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 (2) Each tube shall be complete with a vinyl closure strip and be threaded on 1 end to accommodate the lower arm assembly. g) Mast Arm Clamp Assembly (1) Both male and female halves shall be cast from 713 aluminum alloy or equivalent. (2) The male clamp half shall be secured within the female half, utilizing a spring steel retainer ring. (3) Such assembly shall provide an unobstructed center of 2 3/8 inches minimum diameter, allowing for 360 degree rotation of the clamp assembly. (4) There shall be no internal cross bracing assembly obstructing the center opening. h) Aircraft Type Stranded Cable (1) Shall be fabricated in 1 piece with a minimum diameter of 3/16 inches either galvanized or stainless steel (2) The cable shall be complete with 7/16 inch stainless steel clamp screw permanently attached to each end. Each clamp screw shall be fitted with a stainless steel hex nut, SAE flat washer and an aluminum-bearing washer. (3) The clamp screw shall be flattened on 2 opposite sides for wrench accommodation. The stranded cable shall be of sufficient length to fasten the clamp assembly to a minimum pole diameter of 8.6 inches. i) Each bracket shall be complete with all necessary bolts, washers, gaskets, etc. to allow assembly of the signal to the bracket and the bracket to the mast arm. j) All aluminum parts shall have an Alodine (or equivalent) finish. All steel parts shall have a traffic yellow (RAL 1023) zinc di-chromate finish. 2. LED Countdown Pedestrian Signal Head Assemblies a. General 1) Furnish a single, self-contained module, not requiring on-site assembly for retrofit into existing traffic signal housings as defined in TxDOT DMS- 11130, Pedestrian Signal Heads. Ensure that installation does not require special tools. 2) Provide LED’s rated for 100,000 hours of continuous operation over a temperature range of -40°C to +74°C. 3) Ensure modules are rated for a minimum life of 60 months. 4) Ensure modules meet all parameters of this specification throughout this 60-month period. 5) Use LEDs manufactured using aluminum-indium-gallium-phosphide (AlInGaP) technology or other LEDs with lower susceptibility to temperature degradation than aluminum-gallium-arsenic (AlGaAs) technology. AlGaAs LEDs are not allowed aluminum. b. Housing 1) The product bid shall be manufactured by one of the following manufacturers: a) McCain Traffic Supply b) Other prior approved equivalent Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 27 TRAFFIC SIGNALS Page 27 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 2) Housings will not be provided for retrofit modules. 3) Housing units shall be new and unweathered. 4) Housing shall be in accordance with TxDOT DMS-11130. 5) The housing shall be fitted with an LED module that has an incandescent look. 6) The housing shall be a 1-piece corrosion resistant aluminum alloy die- casting with integrally cast top, bottom and sides that are weather proof and dust-tight. 7) The housing shall be right and left drilled for clamshell attachment and shall have top and bottom ports that are opened and capped and will accommodate standard 1 ½ inches pipe. 8) The approximate size of housing (including body, door, and ears) shall be 16.0 inches H x 18.75 inches W x 8 inches D. 9) The door frame shall be a 1-piece corrosion resistant aluminum die-casting. 10) The housing shall be traffic yellow (RAL 1023). 11) The housing shall have a standard 3-position terminal block, pre-wired to receptacles to permit easy field installation of a power supply. 12) All necessary hardware shall be provided with housing. Rivets shall be aluminum and bolts, lock washers, screws, eyebolt assembly and pins shall be stainless steel. c. Mounting hardware 1) Mounting hardware shall be the clamshell mount type #4805 manufactured by McCain, or approved equivalent. 2) Mounting hardware shall be a 2-piece, cast aluminum alloy assembly. 3) The 2 separate castings shall be joined in the final assembly by the use of stainless steel spring pins. 4) The pole half of the assembly shall be designed to adapt to a wide range of pole configurations (4 inch minimum diameter). 5) Unit construction shall allow band-it type mounting. 6) Band-it type mounting shall be permitted by 2 recessed slots near the top and bottom of the pole half of the assembly. 7) The pedestrian assembly shall be capable of being mounted on the pole by lining up the mounting pins of the pole half with the mounting ears of the pedestrian assembly and lowering it into position. 8) 3 sets of screw terminal pairs shall be located on a terminal block in the upper third of the head half of the clamshell assembly. 9) A closed cell neoprene sponge gasket shall be provided on the mating surfaces of the 2 halves of the assembly to compete the rain-tight construction. d. Module 1) Modules shall comply with TxDOT DMS-11130. 2) Ensure retrofit modules are capable of replacing the optical unit. 3) The module lens may be a replaceable part without the need to replace the complete module. 4) Ensure the walking person and hand icons (16 in. x 18 in. size only) are full (not outlines). 5) Ensure the countdown digits are made up of two rows of LEDs. 6) Ensure each digit is a minimum of 7 in. in height. 7) For each nominal message bearing surface (module) size, use the corresponding H (height) and W (width): Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 28 TRAFFIC SIGNALS Page 28 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 Bearing Surface Module Size Icon Height Icon Width Countdown Height Countdown Width H (16 x 18 in.) Min 7 in. 7 in. Min 9 in. 6.5 in. 8) Ensure the units do not have any attachments or options that will allow the mode to be changed from counting the clearance cycle, to the full walk/don’t walk cycle. 9) Provide modules that are single, self-contained devices, not requiring on- site assembly for installation into existing traffic signal housing. 10) Ensure the power supply is designed to fit and mount inside the pedestrian signal module. 11) Ensure the assembly and manufacturing process for the module is designed to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. e. Environmental Requirements 1) Ensure the module is rated for use in the ambient operating temperature range, measured at the exposed rear of the module, of –40°C to +74°C (– 40°F to +165°F). 2) Ensure the pedestrian module is designed to meet NEMA 250 Hose down Test. 3) The test is to be conducted on a stand-alone unit. No protective housing will be used. 4) Ensure the module lens is UV stabilized. 5) Ensure that the LED optical unit is dust- and moisture-proof to protect all internal LED and electrical components. 6) Provide housing for each LED optical unit that is a sealed watertight enclosure that prevents dirt contamination and allows for safe handling in all weather conditions. 7) Perform moisture-resistance testing on LED signal sections in accordance with the requirements in the latest NEMA Standard 250 for Type 4 enclosures. 8) Evidence of internal moisture after testing will be cause for rejection. f. Signal Lens 1) Ensure the lens of the LED pedestrian and countdown signal modules are polycarbonate UV stabilized and a minimum of 1/4 in. thick. 2) Ensure the exterior of the lens of the LED pedestrian and countdown signal module are smooth and frosted to prevent sun phantom. g. Module Identification 1) Each module must be permanently identified on the backside with the manufacturer’s name, model numbers, manufactured date (minimum week and year), and serial number. 2) Ensure the following operating characteristics are identified: nominal voltage, power consumption, wattage and Volt-Ampere. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 29 TRAFFIC SIGNALS Page 29 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 h. Photometric Requirements 1) Luminance, Uniformity & Distribution a) Ensure that for a minimum period of 60 months, the maintained minimum luminance values for the modules under normal operating conditions are not less than 2200 cd/m2 for the Walking Person icon and 1400 cd/m2 for the Hand icon when measured perpendicular to the surface of the module at nine (nine) separate points on the icon. b) These values may decrease up to 50% of these table values beyond 15° from the perpendicular in either to the left or right on a horizontal plane. c) Ensure that the luminance of the module does not exceed three times the maintained minimum luminance of the modules. d) Ensure that the uniformity of the walking person and hand icons’ illumination meet a ratio of not more than 1 to 5 between the minimum and maximum luminance measurements (in Cd/m2). 2) Chromaticity a) The standard colors for the LED Pedestrian Signal Module must be White for the walking person and Portland Orange for the hand icon and countdown digits on a black opaque background. b) Furnish an optical unit that remains in accordance with the chromaticity (color) requirements in the latest Equipment and Material Standards of the Institute of Transportation Engineers, Chapter 3: "Pedestrian Traffic Control Signal Heads," for a minimum of 60 months over an operating temperature range of −40°F to 165°F. i. Electrical 1) General a) Furnish modules that are operationally compatible with traffic signal controllers, cabinets and accessories manufactured to City specifications. b) Ensure that all wiring and terminal blocks meet the requirements of Section 13.02 of the VTCSH Standard. c) Three secured, color coded, 914 mm (36 in) long 600 V, 16 AWG minimum, jacketed wires, conforming to the National Electrical Code, rated for service at +105°C, are to be provided for electrical connection. d) Furnish LED signal modules that are designed so that there is no noticeable light output when connected to rated voltage through an impedance of 15 Kohm (either resistive or capacitive). e) Furnish signal modules that are designed so that, under normal operation, an AC voltage of no greater than 10 volts RMS shall be developed across the unit when it is connected in series with any value of impedance greater than 15 Kohms and for any applied AC voltage between 95 and 135 volts RMS that is connected across this series combination. f) In addition, the signal module must be designed so that the voltage across the module will reduce in value to less than 10 volts RMS within 100 msec when the module is switched off by any solid state switch or switch pack having an impedance of 15 Kohms or greater. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 30 TRAFFIC SIGNALS Page 30 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 g) Incorporate a regulated power supply engineered to electrically protect the LEDs and maintain safe and reliable operation in each LED optical unit. h) Use a power supply that provides capacitor-filtered direct current (DC) regulated current to the LEDs per the LED manufacturer specification. Designs that operate at currents greater than the LED manufacturer's recommended drive current will not be allowed. i) Design the power supply so that the failure of an individual component or any combination of components cannot cause the signal to be illuminated after alternating current (AC) power is removed. Provide a signal module that is equipped such that each indication (i.e. walk symbol, hand, and countdown display) is provided with a separate power supply. 2) Voltage Range a) Ensure the LED modules operate from a 60 ± 3 Hertz AC line power over a voltage range from 80 to 135 VAC RMS. b) The current draw must be sufficient to ensure compatibility and proper triggering and operation of load current switches and conflict monitors. c) Nominal operating voltage for all measurements must be 120 ± 3 Volts rms. d) Fluctuations in line voltage over the range of 80Vac to 135Vac must not affect luminous intensity by more than ± 10%. e) Ensure the LED circuitry prevents flickering at less than 100 Hz over the voltage range stated above. f) Provide modules that are designed and constructed so that the failure of a single LED will not result in the loss of additional LEDs. g) There should be no illumination of the module when the applied voltage is less than 35 VAC RMS. h) To test for this condition the each icon must first be fully illuminated at the nominal operating voltage. i) The applied voltage must then be reduced to the point where there is no illumination. j) This point must be greater than 35 VAC RMS. k) Turn-On and Turn-Off Time (1) Ensure each icon of the module reaches 90% of their full illumination (turn-on) within 75 msec of the application of the nominal operating voltage. (2) The modules must not be illuminated (turn-off) after 75 msec of the removal of the nominal operating voltage. l) For abnormal conditions when nominal voltage is applied to the unit across the two-phase wires (rather than being applied to the phase wire and the neutral wire) the pedestrian signal unit must default to the hand symbol. m) Transient Voltage Protection (1) Ensure the module’s on-board circuitry includes voltage surge protection to withstand high-repetition noise transients and low- repetition high-energy transients as stated in Section 2.1.6, NEMA Standard TS-2, 2003, or the latest version. n) Electronic Noise Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 31 TRAFFIC SIGNALS Page 31 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 (1) The modules and associated on-board circuitry must meet Federal Communications Commission (FCC) Title 47, Sub Part B, Section 15 regulations concerning the emission of electronic noise. o) Power Factor (PF) and AC Harmonics (1) Ensure the modules provide a power factor of 0.90 or greater when operated at nominal operating voltage, and 25ºC (77ºF). (2) Total harmonic distortion induced into an AC power line by the module, operated at nominal operating voltage, at 25ºC (77ºF) shall not exceed 20%. 3) Module Functions a) Cycle (1) The module must operate in one mode: Clearance Cycle Countdown Mode Only. (2) The display of the number of remaining seconds must begin only at the beginning of the pedestrian change interval. (3) After the countdown displays zero, the display must remain dark until the beginning of the next countdown. (4) Module will not have user accessible switches or controls for modification of cycle. (5) Ensure the countdown pedestrian signal displays the number of seconds remaining until the termination of the pedestrian change interval. (6) Countdown displays must not be used during the walk interval nor during the yellow change interval of a concurrent vehicular phase. b) Learning Cycle (1) Ensure that at power on, the module enters a single automatic learning cycle. (2) During the automatic learning cycle, the countdown display remains dark. c) Cycle Modification (1) The unit re-programs itself if it detects any increase or decrease of Pedestrian Timing. (2) The counting unit will go blank once a change is detected and then take one complete pedestrian cycle (with no counter during this cycle) to adjust its buffer timer. d) Recycling (1) Ensure the module allows for consecutive cycles without displaying the steady Hand icon (“Don’t Walk”) or the countdown display. e) Preemption (1) Provide modules that recognize preemption events and temporarily modify the crossing cycle accordingly. (2) If the controller preempts during the walking man, the countdown will follow the controller's directions and will adjust from walking man to flashing hand. (3) It will start to count down during the flashing hand. If the pedestrian change interval is interrupted or shortened as a part of a transition into a preemption sequence, the countdown pedestrian signal display should be discontinued and go dark immediately upon activation of the preemption transition. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 32 TRAFFIC SIGNALS Page 32 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 (4) The next cycle, following the preemption event, must use the correct, initially programmed values. f) “Don’t Walk” Steady (1) If the controller output displays Don’t Walk steady condition and the unit has not arrived to zero or if both the hand and man are dark for some reason, the unit suspends any timing and the digits will go dark. (2) A steady UPRAISED HAND (symbolizing DONT WALK) signal indication must be displayed during the yellow change interval and any red clearance interval (prior to a conflicting green being displayed). g) Power Failures (1) The module must maintain a consistent countdown during short power failures (less than 1 second). (2) A longer failure or an absence of signal greater than one (1) second must turn off countdown display and trigger a restart system remembering the last sequence, as it is done for the 170/2070 traffic controller. 3. Pedestrian Push Button Assemblies a. The product bid shall be the Bulldog™ pushbutton BDLM2-Y with Bulldog Pole Mount BDPM-X manufactured by Polara, or approved equivalent, and shall meet the following specifications: 1) Button must be highly vandal resistant and pressure activated with essentially no moving parts. 2) Button must be able to withstand an impact from a baseball bat or hammer. 3) Button housing must be cast aluminum powder coated traffic yellow (RAL 1023). 4) Button cap must be made of 316 stainless steel. 5) Switch must be solid state electronic Piezo switch rated for 100 million cycles with no moving plunger or moving electrical contacts. 6) Button must have LED to give indication of button being pushed. 7) Button must give a 2 toned beep indication of button being pushed (1 tone for push, 1 tone for release). 8) Button must have built in surge protection. 9) Button must be able to hold the call for a minimum of 5 seconds. 10) Button must operate immediately after being completely immersed in water for 5 minutes. 11) Button must not be able to allow ice to form such that it would impede function of button or button cap. 12) All switch electronics must be sealed within the cast aluminum housing. 13) Button must have raised ridges to protect the button from side impacts. 14) The button shall come complete with an aluminum round housing to be mounted to the signal pole. The housing shall be cast aluminum powder coated traffic yellow (RAL 1023). 15) R10-3e push button signs 16) All necessary pole mounting hardware shall be supplied. 4. Accessible Pedestrian Signals (APS) a. The product bid shall be either Navigator APS™ by Polara, Pelco IntelliCross, or approved equivalent, and shall meet the following specifications: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 33 TRAFFIC SIGNALS Page 33 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 1) Housing requirements a) Provide a 2-piece cast aluminum housing unit consisting of a base housing and a removable cover. b) Shall be vandal proof and be powder coated to provide a high contrast to the support structure for the visually impaired. c) Made of corrosion-resistant material. The bolts used for mounting the APS housing to the support structure shall be stainless steel. d) Shall come as a two part swivel and lock system with APS button station and mounting plate. The mounting plate must have two elongated holes for mounting to the standard of minimum 0.300” x 0.5”. One mounting hole shall be in a vertical orientation and the second mounting hole shall be in a horizontal orientation to allow for drill alignment errors. e) For ease of mounting a push button height indicator will be located on the mounting plate to assure consistent and uniform installation. f) The swivel and lock system shall provide a minimum of plus and minus 15 degrees of rotation. A single security screw shall be used to secure the APS assembly to the mounting plate for quick assembly and disassembly. g) The mounting plate shall provide for banding the APS assembly to a pole with two 5/8” type steel bands. h) The mounting plate shall provide a bend/ radius for wiring exiting from the pole and create a natural drip loop of the wires before entering the APS assembly. i) Be attached to the pole with two ¼-20 screws suitable for use in tapped holes. The mounting plate hole arrangement shall ensure that the clear space between any two mounting holes required in the post must be at least twice the diameter of the larger hole. j) The size and design of the APS button shall be to allow two APS button assemblies to be mounted adjacent on a four inch diameter pole without need for an additional adaptor or spacer. k) Access to wiring and programming ports is provided via a separate compartment distinct from the main housing. 2) Ensure the internal components provide a pushbutton with all the electrical and mechanical parts required for operation. 3) Supply housing or an adapter (saddle) that conforms to the pole shape, fitting flush to ensure a rigid installation. 4) Supply adapters of the same material and construction as the housing. 5) Close unused openings with a weather-tight closure painted to match the housing. 6) Provide a minimum 0.5 inch hole with an insulating bushing through the back of the housing. 7) Ensure the manufacturers name or trademark is located on the housing. 8) The APS pushbutton shall be a solid state switch rated for at least 1 million operations. 9) Ensure APS complies with US Access Board’s “Draft Guidelines for Accessible Public Rights of Way” (PROWAG) Section R306. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 34 TRAFFIC SIGNALS Page 34 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 10) Ensure that the APS complies with and provides operation consistent with requirements of Sections 4E.09 through 4E.13 of the 2009 Edition of the Federal Highway Administration publication Manual on Uniform Traffic Control Devices. 11) Supply an APS (pushbutton station) that includes a pedestrian sign, a pushbutton, vibrotactile arrow and an audible speaker contained in one unit and with the following features: a) Vibrating tactile arrow with high visual contrast. b) Vibrotactile arrow shall be rotatable without disassembly of the APS enclosure. The arrow shall be adjustable by 4-degree increments. c) Tactile arrows (1) Raised a minimum of 0.031 inches (0.8mm) from the pedestrian detector surface (2) Between 1.378 inches (35mm) and 1.772 inches (45mm) in length (3) A stroke width between 10 and 15 percent of the length of the arrow (4) An open arrowhead at 45 degrees to the shaft and not exceeding 33 percent of the length of the shaft (5) Be easily removable and rotatable without APS button station disassembly (6) Arrow affixed to the pedestrian detector face secured with security type screws (7) Where required a double arrow shall be provided on the pedestrian detector (8) Tactile arrows shall be located on the pedestrian detector, have high visual contrast (dark on light), and shall be aligned parallel to the direction of travel on the associated crosswalk d) Pushbutton locator tone with a duration of 0.15 seconds or less, repeating at 1-second intervals. e) The pushbutton locator tones must deactivate when the traffic control signal is operating in a flashing mode. f) The locator tones must be intensity responsive to ambient sound and be audible (a maximum of 5 dBA louder than ambient sound) up to 6 to12 feet from the pushbutton or to the building line whichever is less. g) Speech walk message for the WALKING PERSON (symbolizing WALK) indication. h) Speech pushbutton information message. i) Unless plans require otherwise, provide each pushbutton station with a 9” X 15” sign. Use sheet aluminum with minimum thickness of 0.080 in. for information signs for push buttons. j) Pedestrian detector shall: (1) Be a minimum of 2-inches (50mm) in diameter, (2) Raised above the surrounding surface for ease of operation, (3) The mechanism should not require more than 5 pounds (22.2 N) of force to activate, (4) Provide mounting for the directional tactile arrow, and (5) Provide a slot for changing the direction of the arrow through button rotation with a blade type screwdriver. k) Audible tone walk indications Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 35 TRAFFIC SIGNALS Page 35 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 (1) Consisting of ticks repeating at 8 to 10 times per second at multiple frequencies with a dominant component at 880 Hz ± 20%. (2) It must provide an audible walk indication during the walk interval only. (3) The audible walk indication must be from the beginning of the associated pedestrian walk phase and must have the same duration as the pedestrian walk signal except it must be possible to limit the accessible walk indication to the first 7 seconds of the walk interval when the pedestrian signal rests in walk. (4) When the accessible walk indication is limited during rest in walk a button press during the walk interval must recall the walk interval provided the crossing time remaining is greater than the pedestrian change interval. 12) Operational Features of system a) Sound verification (1) A sound verification feature shall be employed in the APS button to prevent incorrect or erroneous sound direction indications from reaching pedestrians. (2) The sound verification system shall provide independent monitoring of the sounds and pedestrian signals and independent control over the release of the sound to the pedestrian. (3) The APS button internal program shall compare the digital sound to be played directly with pedestrian signals monitored by the push button station. (4) This shall be accomplished by a separate microcontroller chip located directly in each button station. b) Distributed Intelligence (1) The APS button stations shall operate independently and not require a central control point for normal button operation. (2) Button to button communication shall use existing field wiring. (3) The APS button stations shall not use wireless (over air) communications for any communication requirement between buttons. (4) If the APS features fail in one pushbutton station the button will still operate as a button and the other station will operate as normal. c) Sounds (1) The APS button station shall be capable of emitting sound cues and voice messages during the Walk, Pedestrian Clearance, Don’t Walk, Short and Long button presses, and on demand Train, Emergency or Alerts requests. (2) The APS button shall provide a playlist for combing up to four sound cues or messages. The APS button shall provide a minimum of eight walk sounds, four button press sounds, two pedestrian clearance sounds, and one don’t walk sound. d) Crossing sounds concurrent or alternating Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 36 TRAFFIC SIGNALS Page 36 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 (1) When buttons are used at each end of a crosswalk, the audible “Walk” and/or “Flash Don’t Walk” (Pedestrian Clearance) messages shall be agency configurable to emit tones that are concurrent or alternating (when one is emitting a tone the other is silent), for the full duration of the associated signal. (2) The concurrent/alternating mode shall be available on both the button and overhead beacon speakers and separately settable to commence with the Walk signal, Pedestrian Clearance signal or both. The concurrent or alternating sounds shall be adjustable on- site with the programming device. e) Audible beaconing sound during Walk (1) The button shall provide several optional sounds for beaconing including custom sounds/messages. This sound shall be configurable to play through a push button speaker and/or optional overhead speaker. (2) The button shall provide smart detection logic to provide a way- finding sound “on-demand”. This includes a short button press to only activate the button Walk sound/message and a long button press to play the walk and/or pedestrian clear sound/message through the button AND overhead beacon speaker. f) Ambient noise compensation (1) A microphone shall be integrated at the button station to automatically adjust the volume levels to compensate for the ambient noise. Ambient noise shall be sampled prior to each sound play. g) Sound playback and sound pressure level settings (1) Configuration for each sound shall be independently settable as follows: (a) Minimum sound level settable from 50dB to 110dB in 1dB increments (b) Maximum sound level settable from 50dB to 110dB in 1dB increments (c) Gain (above ambient) level settable from 0dB to 20dB in 1dB increments (d) Period (repetition rate) settable from 0.1sec to 999sec in 0.1sec increments (e) Playback speaker settable as; Button, Overhead (Beacon) or both (f) Duration of sound settable from 0sec to 999sec in 1sec increments with default = 0 for maximum duration (2) All sound level adjustments shall be presented in decibels (dB) and settable in increments of 1dB. Separate sound level settings, as above, shall be provided for short and long button press. h) Rest in walk application (1) Fixed walk sound time – no re-service until next walk signal (a) During the Walk signal, if the Walk sound has completed due to a fixed Duration setting, if no Pedestrian Clearance sound is programmed the Don’t Walk sound shall play by default. (b) An APS button activation shall not replay the Walk sound after the duration has passed while the Walk signal is still active. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 37 TRAFFIC SIGNALS Page 37 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 (c) The APS button shall remember the activation call and at the beginning of the Pedestrian Clearance the APS button shall cause a contact closure to the traffic controller pedestrian input and subsequently play the walk sound at the beginning of the next Walk signal. (2) Fixed walk sound time – re-service on demand (a) If a Pedestrian Clearance sound is programmed in the APS Button, the Walk sound shall be re- serviceable within the Walk Signal when activated. (b) The Pedestrian Clearance sound is to ensure that there is a continuity of sound for pedestrian wayfinding in the crossing should the Walk sound play and be terminated abruptly from a signal change. i) Adjustable long button press timing (1) Configurable timing shall be available for the button to define how long the button must be pressed to request a “Walk” sound/message, played in accordance with the “long push setting” for the sound message. (2) This indication is defined as a “long button press”. An acknowledgement tone shall be emitted when a “long button press” has been detected which is different from the short button press. The acknowledgement tone shall be customizable and contain at least five default choices. j) Sound without button press (1) Configuration shall be available on the button station to allow the Walk sound and vibration to be activated at every Walk and Pedestrian clearance signal without push button press requirement. k) Signal malfunction monitoring (1) The APS button station shall directly monitor the status of the pedestrian signal and provide signal malfunction detection should both walk and don’t walk signals either be steady OFF, ON. (2) In the case of a detected malfunction, the sound and vibration functions shall be disabled until the conflict is removed for more than approximately 1 second and the APS is in the Don’t Walk interval. 13) Special Features (Communications Interface Unit (CUI)) a) Fault indication output to traffic controller (1) The CIU shall monitor the health of each APS button and can be programmed to provide a fault output to the traffic signal controller. (2) In the event of failure of an APS button or the CIU a contact closure shall provide fault indication to the traffic signal controller. b) Evening sound control (1) The CIU shall support an “Evening Maximum” sound control hardware input which can be connected to a traffic controller time of day control output. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 38 TRAFFIC SIGNALS Page 38 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 (2) The Evening Maximum input, when active (must be settable as voltage ‘present’ or ‘absent’), shall cause selected APS buttons to use the Evening Maximum sound level setting for all sounds. This control shall be independent for each sound on each button to achieve optimal intersection sound levels. (3) The APS button shall support a timeout for this input to guard against a stuck condition should the CIU fail. c) Sound inhibit control (1) The CIU shall support an APS button “Inhibit” control hardware input which can be connected to a traffic controller time of day control output. (2) The Inhibit input, when active (must be settable as voltage ‘present’ or ‘absent’), shall cause the APS buttons to Inhibit Sound for all button speakers. (3) The APS button shall support a timeout for this input to guard against a stuck condition should the CIU fail. d) Special event sounds (1) The CIU shall support a “Special Event” sound control hardware input which can be connected to a traffic controller or external device event or time of day control output. (2) The Special Event input, when active (must be settable as voltage ‘present’ or ‘absent’), shall cause selected APS buttons to use play a Special Event sound playlist for that input. (3) The CIU shall support configuration of up to 11 Special event type inputs including at a minimum; 1-Train, 5-Emergency vehicle and 5-Alert messages. e) Pre-timed intersection APS operation (1) When APS buttons are installed at pre-timed (non-pedestrian actuated) intersections they shall provide the same level of APS service as if they were installed at a pedestrian actuated intersection. An actuation at one APS button shall be transmitted to the associated APS button on the same signal phase for proper APS Button beaconing as may be required to assist pedestrians in the crossing area. (2) The CIU shall provide a minimum of four pedestrian request outputs that can be connected to the traffic signal controller pedestrian inputs. The CIU pedestrian request outputs shall be configurable to mirror APS button actuations to a minimum of four phases. (3) The CIU pedestrian request outputs shall provide a solid-state pull down to a TSC pedestrian input. 14) Product operating conditions a) The APS button system shall be powered and operate from the existing nominal 120 Vac pedestrian Don’t Walk and Walk signals only. b) The APS button shall allow direct connection to the traffic signal pedestrian isolator inputs. The APS system shall operating in temperatures from -37 ºC to +74 ºC (-35ºF to +165 ºF). 15) Materials and fabrication a) Audible Signals shall be supplied with all mounting hardware for pole and signal head mounting. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 39 TRAFFIC SIGNALS Page 39 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 b) The button station shall be die cast aluminum and shall be weatherproof and vandal proof. The approximate dimensions are 336.55 x 127 x 88.9 mm or 13.25” x 5” x 3.5” (L x W x H). c) The button station shall be designed to adapt to mounting on a support structure without compromising the mechanical stability and the environmental protection. d) The Tactile Arrow shall be integrated into the button station housing. e) Security screws shall be incorporated in key areas to discourage tampering or unauthorized access. f) Existing signage shall be used or sign and mounting bracket supplied as follows. 5x7-3/4 sign with integrated sign holder g) 9x12 sign with sign adapter 9x15 sign with sign adapter 16) Coating a) The button station body shall be powder coated customers requested color. b) The button plunger shall be powder coated silver. c) The Tactile arrow shall be E-coated black with clear top coat. 17) Programming requirements a) The APS System shall allow pre-configuration or onsite configuration of the APS attributes. The APS button can be ordered with a built in configuration to the MUTCD 2009 standards for pedestrian poles that are 10 feet or more apart and allow setup through a simple button press method without need of a programming device. b) Programming device and/or software application shall be available for configuration of all components of the APS system. The programming device shall be compatible with Microsoft Windows 8.1, 7, Vista, XP. c) The programmer shall allow wired and wireless programming of the APS button and system components. It shall be possible to program one or more APS buttons from any APS button at the intersection. d) It shall be possible to program all push buttons from the CIU at the traffic signal controller. e) Wireless programming shall allow remote programming of the APS button system within 150 feet (50m) of the traffic cabinet. f) The programming device shall allow programming of APS button under wired and wireless conditions for; configuration, custom sounds, firmware, HW profiles and CIU programming. g) The programming device shall allow storage of an unlimited number of custom templates and intersection profiles (within the storage capability of the PC). h) IP based connection to the APS Button system for remote programming and management shall be available. 18) Automatic volume adjustment in response to ambient traffic sound level provided up to a maximum volume of 100 dBA. 19) Tone or voice volume measured at 3 ft. from the pushbutton station shall be 2 dB minimum and 5 dB maximum above ambient noise level and shall be responsive to ambient noise level changes. 20) The pushbutton must be Americans with Disabilities Act compliant and activate both the walk interval and accessible pedestrian signal. 21) Actuation indicator-tone and pedestrian acknowledge light. The light shall remain on until the next walk cycle has started. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 40 TRAFFIC SIGNALS Page 40 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 22) Extended button press which can be used to request a louder WALK signal and locator tone for subsequent clearance interval. 23) Internal speaker a) Weather-resistant speaker protected by a vandal resistant screen. b) Nominal 15w speaker that shall provide audible feedback in the form of various signaling sounds c) The button housing shall provide speaker ports to direct the sound in front and behind the button station in line with the button sign face. d) The APS button shall provide for the installation of speaker baffles to block sound from the front or back as may be required for special applications. 24) Pedestrian Button Feedback a) Have a functional pushbutton that activates the pedestrian walk signal whenever actuated, even if the audible speech walk message, the pushbutton information message, the pushbutton locator tone, and the vibrating surface features are disabled. b) Have a pushbutton that when actuated activates the pedestrian walk signal's timing during an APS attribute failure. 25) Power Interface Module (PIM) a) A PIM shall be used to provide a low power interface to the APS button station (nominal 12-15 VDC). b) The PIM shall be installed in the Pedestrian Signal head or in an electrical box as required. The PIM shall be UL approved and bear necessary markings. c) The PIM shall meet NEMA TS2-2003 (or latest release) Environmental and Electrical requirements. 26) Overhead Beaconing Capability a) The APS button station shall have the option of driving an external overhead (pedestrian signal or pole mounted) speaker with independent audio amplifier and audio controls. b) This may be used where: (1) Crosswalks are longer than 70 feet (22m), unless they are divided by a median that has another accessible pedestrian signal with a locator tone; (2) Crosswalks that are skewed; (3) Intersections with irregular geometry, such as more than four legs; (4) Crosswalks where audible beaconing is requested by an individual with visual disabilities; or (5) Other locations where a study indicates audible beaconing would be beneficial. c) The overhead beaconing is used to assist pedestrians with orientation in the crossing area. Overhead beacons have been shown to improve directional information and safety for visually impaired and sighted pedestrians. NCHRP Document 117A: Accessible Pedestrian Signals: A Guide to Best Practices. 27) Capable of operating at, as a minimum, up to 1000 ft (AWG #12) cable run from signal cabinet. 28) Pushbutton station and Central control unit shall be rated for the following temperature range: a) Pushbutton station: -30°F to +155°F. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 41 TRAFFIC SIGNALS Page 41 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 b) Central Control Unit: -30°F to +165°F 29) APS units shall be operationally compatible with TS1, TS2, 170 and 2070 controllers and cabinet assemblies, currently used by the City and any other Texas government entities. 30) Unless specified otherwise in the plans, supply a central control unit (CCU) for the pushbutton stations that resides in the Traffic Signal Controller Cabinet. a) Provide a CCU capable of controlling up to 4 pedestrian phases and 12 Pushbutton stations. b) Ensure that all inputs and outputs on the CCU have Transient Voltage Protection. 31) If plans specify that the APS will require no additional space or wiring in the cabinet, provide one control unit per push button station capable of mounting in the pedestrian signal housing. 32) If a special device or software is required to configure the APS operation, provide a minimum of one device or copy of software per signal cabinet along with any required connectors, unless required otherwise by the plans. 33) Provide any wiring harnesses, connectors, interface cables, terminal blocks, etc. required for connecting the pushbutton station or CCU to the traffic signal controller assembly and making the Pushbutton stations operational. 5. Radar Detection Equipment and Cable a. Radar presence detection 1) The product bid shall be the SmartSensor Matrix™ by Wavetronix, or approved equivalent, and shall meet the following specifications. 2) General a) Sensor Outputs (1) Radar detector shall transmit real-time presence data from up to 10 lanes, depending on mounting location and lane widths. (2) The radar detector shall support a minimum of eight detection zones. (3) The radar detector shall support a minimum of eight detector channel outputs and have user-selectable channel assignments. (4) The radar detector shall use ’OR’ or ‘AND’ logic gates to map a single zone to multiple channel outputs, and shall have channel output extend and delay functionality. (5) The radar detector algorithms shall mitigate detections from wrong-way or cross traffic. (6) The radar detector system shall have fail-safe mode capabilities for contact closure outputs if communication is lost. Contact closure will occur on all programmed detector channels associated with the interface module when the failsafe is triggered and will remain in this state until communication is re-established between the interface module and the radar vehicle sensor. b) Detectable Area (1) The radar detector shall be able to detect and report presence in lanes with boundaries as close as 6 feet from the base of the pole on which the detector is mounted. The detector shall be able to detect and report presence in lanes located within the 140 feet arc from the base of the pole on which the RPD is mounted. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 42 TRAFFIC SIGNALS Page 42 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 (2) The detector shall be able to detect and report presence for vehicles within a 90 degree field of view. (3) The detector shall be able to detect and report presence in up to 10 lanes. (4) The detector shall be able to detect and report presence in curved lanes and areas with islands and medians. c) System Hardware (1) Preassembled back plate (a) Each detector shall have a traffic cabinet preassembled back plate with the following:  AC/DC power conversion  Surge protection (Lightning and surge protection will be provided for power connections and communications links to the radar RVDS meeting or exceeding EN 61000-4-5 class specifications.)  Terminal blocks for cable landing  Communication connection points (b) The preassembled back plate for the detector shall be a cabinet side mount or rack mount. (2) Contact Closure Input File Cards (a) The detector shall use contact closure input file cards with 2 or 4 channel capabilities. (b) The contact closure input file cards for the detector shall be compatible with industry standard detector racks. (3) Radar design (a) Frequency Stability  The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time.  All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthesizer, that is referenced to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year.  Any upconversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal.  The detector shall not rely on temperature compensation circuitry to maintain transmit frequency stability.  The bandwidth of the transmit signal of the detector shall not vary by more than 1% under all specified operating conditions and over the expected life of the detector. (b) Antenna Design  The detector antennas shall be designed on printed circuit boards.  The vertical beam width of the detector at the 6dB points of the two-way pattern shall be 65 degrees or greater. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 43 TRAFFIC SIGNALS Page 43 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015  The antennas shall cover a 90 degree horizontal field of view.  The sidelobes in the RPD two-way antenna pattern shall be -40dB or less. (c) The detector shall transmit a signal with a bandwidth of at least 245 MHz, which provides for a resolution of 2 feet. (d) The detector shall provide at least 8 RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. (e) The detector shall have a self-test that is used to verify correct hardware functionality. (f) The detector shall have a diagnostics mode to verify correct system functionality. (4) Physical Properties (a) The detector shall not exceed 4.2 pounds in weight. (b) The detector shall not exceed 13.2 in. by 10.6 in. by 3.3 in. (33.5 cm x 26.9 cm x 8.4 cm) in its physical dimensions. (c) All external parts of the detector shall be ultraviolet-resistant, corrosion-resistant, and protected from fungus growth and moisture deterioration. (d) Enclosure  The detector shall be enclosed in a Lexan, Makrolon, or other approved polycarbonate material.  The enclosure shall be classified “f1” outdoor weatherability in accordance with UL 746C.  The detector shall be classified as watertight according to the NEMA 250 Standard.  The detector enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures.  Test results shall be provided for each of the following type 4X criteria: External Icing (NEMA 250 clause 5.6), Hose-down (NEMA 250 clause 5.7), 4X Corrosion Protection (NEMA 250 clause 5.10), Gasket (NEMA 250 clause 5.14).  The detector shall be able to withstand a drop of up to 5 feet without compromising its functional and structural integrity.  The detector enclosure shall include a connector that meets the MIL-C-26482 specification.  The MIL-C-26482 connector shall provide contacts for all data and power connections. (e) Power  The detector shall consume less than 10 W.  The detector shall operate with a DC input between 9 VDC and 28 VDC. (f) Communications Ports  The detector shall have two communication ports, and both ports shall communicate independently and simultaneously. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 44 TRAFFIC SIGNALS Page 44 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015  The detector shall support the upload of new firmware into the detector’s non-volatile memory over either communication port.  The detector shall support the user configuration of the following: Response delay and Push port.  The communication ports shall support at least a 9600 bps baud rate. b. Radar advanced detection 1) The product bid shall be the SmartSensor Advance™ by Wavetronix, or approved equivalent, and shall meet the following specifications. 2) General a) All materials furnished, assembled, fabricated, or installed under this Item will be new, corrosion resistant, and in strict accordance with the details shown on the plans and in this Special Specification. b) The detector will be non-intrusive, easy to install, remotely accessible, and provide multiple connectivity options for easy integration into legacy systems. (1) The detector will have a method for automatically calibrating the detection device; this method will be executed in the detector’s internal processor. This auto-calibration method will automatically determine detection thresholds. c) Sensor Performance (1) The detector will accurately and continuously detect Estimated Time of Arrival (ETA), speed, and range data for vehicles, or clusters of vehicles simultaneously moving within 100 feet to 500 feet from the sensor in the selected direction of travel. (2) The detector will be mounted in a forward-fire position, looking into either approaching or departing traffic for the selected direction of travel. (3) The detector will filter the ETA data, speed data, and range data based upon minimum and maximum constraints to produce alerts, customizable for safe and efficient dilemma zone protection, congestion management, and other operational goals. (4) The detector will maintain accurate performance in all weather conditions, including rain, freezing rain, snow, wind, dust, fog, and changes in temperatures and light. (5) The device will not rely on temperature compensation circuitry and will be capable of continuous operation over and ambient temperature range from -40° C to 75° C, and a relative humidity range from five percent to 95 percent (non-condensing). (6) Detector operation will continue in rain or snow up to 10 cm per hour, and the device will not experience degraded performance when encased in 1/2 inch of ice. (7) Speed data will be accurate for individual vehicle measurement when there are no adjacent vehicles traveling in the same direction. (a) Eighty-five percent of all measurements will be within 5 mph of truth when vehicles are not changing speed. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 45 TRAFFIC SIGNALS Page 45 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 (b) Speed accuracy will be verified with radar gun, by video speed trap using the frame rate as a time reference, or equivalent method. (8) Range data will be accurate for individual vehicle measurement when there are no adjacent vehicles traveling in the same direction. (a) Eighty-five percent of all measurements will be within ten feet of the distributed length of the vehicle when vehicles are not changing speed. Range accuracy will be verified with: LIDAR gun, by video using visual markers as a distance reference and frame rate as a time reference, or equivalent method. (9) ETA data will be accurate for individual vehicle measurements when there are no adjacent vehicles traveling in the same direction. (a) ETA is the estimated time of arrival as calculated by dividing the vehicles range from the stop bar by the speed of the vehicle. (b) ETA is calculated for purposes of safely and efficiently protecting vehicles within the decision dilemma zone, which is nominally defined to exist for motorists with an ETA between 2.5 and 5.5 seconds from the stop bar who are driving faster than 35 mph when the light turns yellow. (c) Eighty-five percent of all measurements will be within one second of truth for all vehicles not changing speed within the decision dilemma zone. (d) ETA accuracy will be verified with: LIDAR gun, or by video using visual markers as a distance reference and frame rate as a time reference. d) Lightning surge protection that meets or exceeds the EN 61000-4-5 Class 4 specifications will be installed no farther than 40 feet along the detector cable from the detector unit. To ensure the continued operation of the detector in the presence of electrical surges, all connections to the detector will be protected, including power, RS-232, RS-485 communication lines and ground. e) Communication (1) The detector will provide two or more communication ports that can be accessed simultaneously using any detector-supported protocol. (2) This will enable multiple operators to collect data from the detector at the same time without interrupting or interfering with each other. (3) The detector will provide RS-232 and RS-485 serial communication ports; each communication port will support all of the following baud rates: 9600, 19200, 38400, 57600 and 115200. (4) The RS-232 port will be full-duplex and will support true RTS/CTS hardware handshaking for interfacing to various communication devices. f) Power (1) The detector will consume less than 10 watts with a DC input between 12 VDC and 28 VDC. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 46 TRAFFIC SIGNALS Page 46 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 (2) The equipment will be designed such that the failures of the equipment will not cause the failure of any other unit of equipment. (3) Automatic recovery from power failure will be within 15 seconds after resumption of power. g) Windows® and PocketPC® -based Software (1) The detector will also include graphical user interface software that displays all configured zones and provides visual representation of all detected vehicle clusters. The detected range, speed, arrival time, and identification number will be viewable on the visual representation of all detected vehicle clusters. The graphical interface will operate on Windows 98, Windows 2000, Windows NT 4.0, Windows XP Pro and Windows PocketPCs equivalent to the Dell Axim X50v. The software will automatically select the correct baud rate. (2) The graphical user interface will also display all configured alerts and provide visual representation of their actuation. The operator will have the ability to configure alerts using minimum and maximum constraints on the detected ETA, speed, and range of vehicles. (3) The operator will have the ability to save the configuration information to a file, or reload the detector configuration from a file, using the graphical user interface software. Using the installation software, the operator will be able to easily change the baud rate on the sensor by selecting baud rates from a drop-down list, as well as add response delays for the communication ports. Additionally, the operator will have the ability to switch between data pushing and data polling, and change the detector’s settings for Flow Control from none to RTS/CTS and vice versa. (4) The operator will be able to upload new firmware into the detector’s non-volatile memory over any supported communication channel. h) RF Design (1) All microwave circuitry within the detector will be designed utilizing active control that dynamically adjusts to compensate for temperature and age variations in component performance. This eliminates most opportunities for human error or age degradation in circuits that contribute to product performance. The circuitry will be void of any manual tuning elements that could lead to human error and degraded performance over time. (2) All transmit modulated signals will be generated by means of digital circuitry, such as a direct digital synthesizer, that is referenced to a frequency source that is at least 50 ppm stable over the specified temperature range, and ages less than six ppm per year. Any up-conversion of a digitally generated modulated signal will preserve the phase stability and frequency stability inherent in the digitally generated signal. These specifications ensure that during operation the detector strictly conforms to FCC requirements and that the radar signal quality is maintained for precise algorithmic quality. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 47 TRAFFIC SIGNALS Page 47 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 (3) The detector antennae will be designed on printed circuit boards, eliminating the need for RF connectors and cabling that result in decreased reliability. Printed circuit antennae are less prone to physical damage due to their extremely low mass. (4) The antennae parameters will meet the following criterion to ensure quality performance: (a) 3 dB Elevation Beam Width: > 65 degrees (b) 3 dB Azimuth Beam Width: < 15 degrees (c) Side Lobes: < -20 dB i) Enclosure (1) The detector will be enclosed in a Lexan polycarbonate, ultraviolet resistant material and will be classified as watertight according to the NEMA 250 Standard. The enclosure will be classified "f1" outdoor weatherability in accordance with UL 746C. (2) The detector will be able to withstand a drop of up to 5 feet without compromising its functional and structural integrity. j) Input file cards (1) The detector manufacturer will provide an optional input file card compatible with 170, 2070, NEMA TS1 and NEMA TS2 input file racks. The input file card will translate per vehicle data packets or actuation packets from the detector into corresponding contact closure outputs. Operators will be able to assign any contact closure output channel to any configured alert. These settings will be saved in non-volatile memory on the input file card for complete recovery in case of power failure. (2) The input file card will support Dual Loop (Speed Trap) emulation, as well as the following modes of operation: (a) Actuation (true presence filtered by conditional alert constraints output in real time with 2.5 ms resolution) (b) Pulse (a single 125 ms output pulse for each vehicle) (c) Presence (an output pulse corresponding to the duration of each vehicle cluster in the detection zone with a resolution of 2.5 ms) (d) Single Loop Speed (duration of the pulse corresponds directly to the speed of the vehicle, speed (mph) = 13.64/duration in seconds) (3) The input file card will receive data packets over an RS-485 bus at any of the following baud rates: 9600, 19200, 38400, 57600 and 115200. Also, the input file card will auto-baud and auto-detect a detector over wired and wireless communication channels that have a maximum latency of 500 ms. (4) The input file card will comply with the NEMA TS2-1998 Traffic Controller Assemblies with NTCIP Requirements, Section 2.8 specification. Documentation and results of the NEMA TS2-1998 test will be provided. (5) The input file card will also provide failsafe operation, so that in the event of failure of communication from the sensor, a constant call will be placed on all contact closure channels. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 48 TRAFFIC SIGNALS Page 48 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 (6) The input file card will comply with the EN 61000-4-5 Class 4 lightning surge protection test specification. Documentation and results of the EN 61000-4-5 Class 4 test will be provided. k) FCC (1) Each detector will be Federal Communications Commission (FCC) certified under CFR 47, Part 15, section 15.245 as a field disturbance sensor, or section 15.249 as an intentional radiator. This certification will be displayed on an external label on each device according to the rules set out by the FCC. (2) The detector will transmit in the 10.50 – 10.55 GHz or 24.00 – 24.25 GHZ frequency band and will meet the power transmission requirements specified under sections 15.245 and 15.249 of CFR 47. (3) The manufacturer will provide documentation proving compliance to all FCC specifications. c. Radar Detection Cable 1) The cable end connector shall meet the MIL-C-26482 specification and shall be designed to interface with the appropriate MIL-C-26482 connector. 2) The connector back shell shall be an environmentally sealed shell that offers excellent immersion capability. 3) All conductors that interface with the connector shall be encased in a single jacket, and the outer diameter (O.D.) of this jacket shall be within the back shell’s cable O.D. range to ensure proper sealing. 4) The back shell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. 5) The cable shall conform to the following specifications: 6) The RS-485 conductors shall be a twisted pair. 7) The RS-485 conductors shall have nominal capacitance conductor to conductor of less than 71pF/Ft at 1 KHz. 8) The RS-485 conductors shall have nominal conductor DC resistance of less than 16.5 ohms/ (304.8 m) at 68°F (20°C). 9) The power conductors shall be one twisted pair with nominal conductor DC resistance of less than 11.5 ohms/ (304.8 m) at 68°F (20°C). 10) Each wire bundle or the entire cable shall be shielded with an aluminum/mylar shield with a drain wire. 11) The wire shall be a single continuous home-run cable with no splices allowed and terminated only in the junction box provided by the manufacturer and in the traffic signal cabinet at the other end. 12) The cable O.D. shall not exceed 0.4 inches. 13) The cable length shall not exceed 2000 feet for the operational baud rate of RS-485 communications (9.6 Kbps). 14) If 12 VDC is being supplied for the detector then the cable length shall not exceed 90 feet. 15) If 24 VDC is being supplied for the detector then the cable length shall not exceed 500 feet. 16) Both communication and power conductors can be bundled together in the same cable as long as the above-mentioned conditions are met. 6. Hybrid Vehicle Detection System and Cable Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 49 TRAFFIC SIGNALS Page 49 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 a. The product bid shall be the Iteris Vantage Vector Hybrid™ system, or approved equivalent, and shall meet the following specifications. b. The multi-sensor system shall utilize two different sensors of different technologies, video imaging and radar, to detect and track licensed and unlicensed vehicles at distances up to 600 feet. c. The sensor system shall fuse vehicle information from the two sensors to provide highly accurate and precise detection for special or advanced applications. d. The multi-sensor system shall use a primary detector rack mounted processor to interface with the traffic control cabinet. The module shall process information from both video imaging and radar sensors simultaneously in real- time. e. System configurations 1) The multi-sensor detection system (MSDS) shall consist of up to two video cameras and radar units, detection processors (DP) capable of processing from one to two intersection approaches, output extension modules, surge suppressors, a setup tool and a pointing device. 2) Available system configurations a) The MSDS will be deployed at locations where site conditions and roadway geometry vary. The MSDS system may also be deployed at locations where existing cabinets or equipment exist. Existing site configurations will dictate the availability of cabinet space and MSDS usage. b) The proposed MSDS shall be available in various configurations to allow maximum deployment flexibility. Each configuration shall have an identical user interface for system setup and configuration. The communications protocol to each configuration shall be identical and shall be hardware platform independent. The proposed MSDS shall have multiple configurations available for deployment as described in Table 1. Table 1. MSDS Configuration Description No. of Multi- Sensor Inputs No. Video Outputs Mounting Configuration Power Supply Requirements Single-Channel Rack Mounted 1 1 Rack Mount (Type 170 or NEMA TS-1, TS-2 Racks) 12 or 24 VDC Power From Rack Dual-Channel Rack Mounted 2 1 Rack Mount (Type 170 or NEMA TS-1, TS-2 Racks) 12 or 24 VDC Power From Rack f. System software Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 50 TRAFFIC SIGNALS Page 50 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 1) The system shall include software that detects vehicles in multiple lanes. Video imaging detection zones shall be defined using only an on-board video menu and a pointing device to place the zones on a video image. Up to 24 video detection zones per camera view shall be available. Two additional trigger zones for the radar sensor shall be available and be configurable by using the same system setup menu on the DP. A separate computer shall not be required to program the detection zones. A portable setup tool shall be available for sensor alignment and adjustment of camera’s field of view and focus. g. Materials 1) Multi-Sensor Detection System Hardware a) The MSDS hardware shall consist of the following four elements: (1) Video imaging camera sensor (2) Radar sensor (3) Sensor data combiner (4) Detection processor b) The MSDS shall be made in the U.S.A. in compliance with FTA “Buy America” regulations. 2) Video Imaging Camera Sensor a) To accommodate deployment flexibility, the MSDS camera sensor shall be compatible will all DP platforms identified in Table 1. The MSDS camera sensor shall be supplied by the MSDS manufacturer. b) The advanced camera enclosure shall utilize Indium Tin Oxide (ITO) technology for the heating element of the front glass. The transparent coating shall not impact the visual acuity and shall be optically clear. c) Cable terminations at the data combiner for video and power shall not require crimping or special tools. d) The camera sensor shall allow the user to set the focus and field of view via Wi-Fi connectivity. e) The camera shall produce a useable video image of the bodies of vehicles under all roadway lighting conditions, regardless of time of day. The minimum range of scene luminance over which the camera shall produce a useable video image shall be the minimum range from nighttime to daytime, but not less than the range 1.0 lux to 10,000 lux. f) The camera electronics shall include automatic gain control (AGC) to produce a satisfactory image at night. g) The imager luminance signal to noise ratio (S/N) shall be more than 50 dB with the automatic gain control (AGC) disabled. h) The imager shall employ three dimensional dynamic noise reduction (3D-DNR) to remove unwanted image noise. i) The camera imager shall employ wide dynamic range (WDR) technology to compensate for wide dynamic outdoor lighting conditions. The dynamic range shall be greater than 100 dB. j) The camera shall be digital signal processor (DSP) based and shall use a CCD sensing element and shall output color video with resolution of not less than 550 TV lines. k) The camera sensor shall include an electronic shutter control based upon average scene luminance and shall be equipped with an auto-iris lens that operates in tandem with the electronic shutter. The electronic shutter shall operate between the ranges of 1/1 to 1/10,000th second. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 51 TRAFFIC SIGNALS Page 51 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 l) The camera sensor shall utilize automatic white balance. m) The camera sensor shall include a variable focal length lens with variable focus that can be adjusted, without opening up the camera housing, to suit the site geometry by means of a portable interface device designed for that purpose and manufactured by the detection system supplier. n) The horizontal field of view shall be adjustable from 4.6 to 53.6 degrees. This camera configuration may be used for the majority of detection approaches in order to minimize the setup time and spares required by the user. The lens shall be a 12x zoom lens with a focal length of 3.7mm to 44.0mm. o) The lens shall also have an auto-focus feature with a manual override to facilitate ease of setup. p) The camera shall incorporate the use of preset positioning that store zoom and focus positioning information. The camera shall have the capability to recall the previously stored preset upon application of power. q) The camera shall be housed in a weather-tight sealed enclosure conforming to IP-67 specifications. The housing shall allow the camera to be rotated to allow proper alignment between the camera and the traveled road surface. r) The camera enclosure shall be equipped with a sunshield. The sunshield shall include a provision for water diversion to prevent water from flowing in the camera's field of view. s) The camera enclosure shall be design so that the pan, tilt and rotation of the camera assembly can be accomplished independently without affecting the other settings. t) The camera enclosure shall include a proportionally controlled Indium Tin Oxide heater design that maximizes heat transfer to the lens. The output power of the heater shall vary with temperature, to assure proper operation of the lens functions at low temperatures and prevent moisture condensation on the optical faceplate of the enclosure. u) The glass face on the front of the enclosure shall have an anti-reflective coating to minimize light and image reflections. v) When mounted outdoors in the enclosure, the camera shall operate in a temperature range from -34 °C to +74 °C and a humidity range from 0% RH to 100% RH. Measurement of satisfactory video shall be based upon DP system operation. w) The camera sensor shall acquire its power from the sensor data combiner. x) Recommended camera placement height shall be 18-33 feet (or 6-10 meters) above the roadway, and over the traveled way on which vehicles are to be detected. For optimum detection the camera should be centered above the traveled roadway. The camera shall view approaching vehicles at a distance not to exceed 350 feet for reliable detection (height to distance ratio of 10:100). Camera placement and field of view (FOV) shall be unobstructed and as noted in the installation documentation provided by the supplier. y) The video signal shall be fully isolated from the camera enclosure and power cabling Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 52 TRAFFIC SIGNALS Page 52 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 z) A weather-proof protective cover shall be provided to protect all terminations at the camera. 3) Radar Sensor a) The radar sensor shall operate in the 24 GHz frequency band and shall operate on 1 of 7 available enumerated channels that is user selectable. b) The radar detection range shall be 600 feet minimum, +/- 5%. c) The radar sensor shall be able to track up to 20 independent objects simultaneously. d) Object speed detection shall be within a range of 0 to 150 miles per hour +/- 1.0 miles per hour. e) The radar sensor shall be able to detect vehicles in 1 to 4 traffic lanes. f) The radar sensor shall be housed in a weather-tight sealed enclosure conforming to IP-67 specifications. The housing shall allow the radar to be adjusted to allow proper alignment between the sensor and the traveled road surface. g) When mounted outdoors in the enclosure, the radar shall operate in a temperature range from -34 °C to +74 °C and a humidity range from 0% RH to 100% RH. h) The radar sensor shall communicate with the sensor data combiner. i) The radar sensor shall acquire its power from the sensor data combiner. 4) Multi-Sensor Assembly a) Both camera and radar sensors shall be housed in an overall, single enclosure assembly. b) The overall size of the multi-sensor enclosure shall not exceed 14 inches x 15 inches x 17 inches. c) The overall weight of the multi-sensor unit shall not exceed 11 pounds. d) The effective projected area (EPA) shall not exceed 2.0 square feet. e) The maximum power consumption for the multi-sensor assembly shall be less than 10 watts typical, 20 watts peak. 5) Sensor Data Combiner a) A sensor data combiner that combines sensor information from both video and radar sensors shall be employed. b) The sensor data combiner shall supply primary power to each sensor unit. c) The sensor data combiner shall facilitate digital communications between the sensor data combiner and each of the sensor units. d) The sensor data combiner shall get its primary power from an AC power source using industry standard 3-conductor cabling. e) The sensor data combiner shall communicate with the detection processor using a single coax cable. Both video imaging and radar data shall use the single coax cable. f) The sensor data combiner shall also employ industry standard Wi-Fi connectivity for remote sensor system setup using a mobile programming device such as a netbook or tablet computer. Video camera and radar sensor shall be able to be configured independently. g) The sensor data signal shall be fully isolated from the mechanical enclosure and power cabling h) Cable terminations at the sensor data combiner shall not require crimping tools. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 53 TRAFFIC SIGNALS Page 53 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 i) The sensor data combiner shall be housed in a weather-tight sealed enclosure conforming to IP-67 specifications. 6) Detector Processor (DP) a) Each sensor input shall accept RS170 (NTSC) or CCIR (PAL) signals from an external video source. The interface connector shall be BNC type and shall be located on the front of the processing unit. The sensor input shall have the capability to be terminated into 75-ohms or high impedance (Hi-Z) using dip switches or software control from the user menu. The sensor input shall also facilitate the data from the radar sensor. b) A LED indicator shall be provided to indicate the presence of the sensor signal. The LED shall illuminate upon valid sensor synchronization and turn off when the presence of a valid sensor signal is removed. c) One video output shall be provided. The video output shall be RS170 or CCIR compliant and shall pass through the input video signal. d) For multi-channel video input configurations, a momentary push- button shall be provided on the front panel to cycle through each input video channel. In the absence of a valid sensor signal, the channel shall be skipped and the next valid sensor signal shall be switched. The real time video output shall have the capability to show text and graphical overlays to aid in system setup. The overlays shall display real-time actuation of detection zones upon vehicle detection or presence. Overlays shall be able to be turned off by the user. Control of the overlays and sensor switching shall also be provided through the serial communications port. The video output interface connector shall be positive locking BNC type. Friction type (e.g. RCA type) connectors shall not be allowed. e) A serial communications port shall be provided on the front panel. The serial port shall compliant with EIA232 electrical interfaces and shall use a DB9 type connector mounted on the front panel of the DP. The serial communications interface shall allow the user to remotely configure the system and/or to extract calculated vehicle/roadway information. The interface protocol shall be documented or interface software shall be provided. The interface protocol shall support multi- drop or point-to-multipoint communications. Each MSDS shall have the capability to be addressable. The DP shall support data rates of 1200 bps to 230,400 bps, inclusive. f) Open collector (contact closure) outputs shall be provided. Four (4) open collector outputs shall be provided for the single or dual channel rack-mount configuration. Additionally, the DP shall allow the use of extension modules to provide up to 24 open collector contact closures per camera input. Each open collector output shall be capable of sinking 30 mA at 24 VDC. Open collector outputs will be used for vehicle detection indicators as well as discrete outputs for alarm conditions. The DP outputs shall be compatible with industry standard detector racks assignments. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 54 TRAFFIC SIGNALS Page 54 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 g) Logic inputs such as delay/extend or delay inhibit shall be supported through the appropriate detector rack connector pin or front panel connector in the case of the I/O module. For DPs and extension modules, 4 inputs shall be supported via detector rack interface. The I/O module shall accommodate eight (8) inputs through a 15-pin “D” connector. h) Detection status LEDs shall be provided on the front panel. The LEDs shall illuminate when a contact closure output occurs. Rack-mounted detection processors shall have a minimum of four (4) LEDs. Rack- mounted extension modules shall have two (2), four (4) or eight (8) LEDs (depending upon extension module type) to indicate detection. i) The front panel of the DP shall have detector test switches to allow the user to manually place calls on each DP output channel. The test switch shall be able to place either a constant call or a momentary call depending on the position of the switch. j) A USB mouse port shall be provided on the front panel of the rack mount detection processing unit. The mouse port shall not require special mouse software drivers. The mouse port shall be used as part of system setup and configuration. A mouse shall be provided with each detection processor. k) Extension modules shall be connected to the DP by an 8-wire twisted- pair cable with modular RJ45 connectors. DP and EM communications shall be accommodated by methods using differential signals to reject electrically coupled noise. l) Extension modules (EM) shall be available to eliminate the need of rewiring the detector rack, by enabling the user to plug an extension module into the appropriate slot in the detector rack to provide additional open collector outputs. The extension module shall be available in both 2 and 4 channel configurations. EM configurations shall be programmable from the DP. A separate I/O module with 32 outputs through a 37-pin “D” connector on the front panel and 8 inputs through a 15-pin “D” connector using an external wire harness for expanded flexibility shall also be available. m) The DP and EM shall be specifically designed to mount in a standard detector rack, using the edge connector to obtain power, provide contact closure outputs and accept logic inputs (e.g. delay/extend). No adapters shall be required to mount the DP or EM in a standard detector rack. Detector rack rewiring shall not be required. n) The DP shall utilize non-volatile memory technology to store on-board firmware and operational data. o) The DP shall enable the loading of modified or enhanced software through the EIA232 or USB port (using a USB thumb drive) and without modifying the DP hardware. p) The DP and EM shall be powered by 12 or 24 volts DC. DP and EM modules shall automatically compensate for either 12 or 24 VDC operation. DP power consumption shall not exceed 7.5 watts. The EM power consumption shall not exceed 3 watts. q) The DP shall operate satisfactorily in a temperature range from -34 °C to +74 °C and a humidity range from 0%RH to 95%RH, non- condensing as set forth in NEMA specifications. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 55 TRAFFIC SIGNALS Page 55 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 r) An Edco CX-06M video surge suppresser shall be provided for each sensor input. The surge suppresser shall be appropriately grounded to the cabinet ground rod using 14 AWG minimum. 7) System Software a) Detection zones shall be programmed via an on board menu displayed on a video monitor and a pointing device connected to the DP. The menu shall facilitate placement of detection zones and setting of zone parameters or to view system parameters. A separate computer shall not be required for programming detection zones or to view system operation. b) The DP shall store up to three different detection zone patterns in non- volatile memory. The DP can switch to any one of the three different detection patterns within 1 second of user request via menu selection with the pointing device. Each configuration shall be uniquely labeled and able to be edited by the user for identification. The currently active configuration indicator shall be displayed on the monitor. c) The DP shall detect vehicles in real time as they travel across each detection zone. d) The DP shall accept new detection patterns from an external computer through the EIA232 port when the external computer uses the correct communications protocol for downloading detection patterns. A Windows™-based software designed for local or remote connection and providing video capture, real-time detection indication and detection zone modification capability shall be provided with the system. e) The DP system shall have the capability to automatically switch to any one of the stored configurations based on the time of day which shall be programmable by the user. f) The DP shall send its detection patterns to an external computer through the EIA232 port when requested when the external computer uses the appropriate communications protocol for uploading detection patterns. g) The DP shall default to a safe condition, such as a constant call on each active detection channel, in the event of unacceptable interference or loss of the sensor signal. h) The system shall be capable of automatically detecting a low-visibility condition such as fog and respond by placing all effected detection zones in a constant call mode. A user-selected alarm output shall be active during the low-visibility condition that can be used to modify the controller operation if connected to the appropriate controller input modifier(s). The system shall automatically revert to normal detection mode when the low-visibility condition no longer exists. i) Up to 24 detection zones per camera input shall be supported and each detection zone can be sized to suit the site and the desired vehicle detection region. j) The DP shall support 2 independent trigger points for radar outputs for dilemma zone applications. k) The DP shall provide up to 24 open collector output channels per sensor input using one or more extension modules. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 56 TRAFFIC SIGNALS Page 56 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 l) A single detection zone shall be able to replace multiple inductive loops and the detection zones shall be OR'ed as the default or may be AND'ed together to indicate vehicle presence on a single approach of traffic movement. m) Placement of detection zones shall be done by using only a pointing device, and a graphical interface built into the DP and displayed on a video monitor, to draw the detection zones on the video image from each video camera. No separate computer shall be required to program the detection zones. n) When a vehicle is detected within a detection zone, a visual indication of the detection shall activate on the video overlay display to confirm the detection of the vehicle for the zone. o) Detection shall be at least 98% accurate in good weather conditions, with slight degradation possible under adverse weather conditions (e.g. rain, snow, or fog) which reduce visibility. p) Detection accuracy is dependent upon site geometry, camera placement, camera quality and detection zone location, and these accuracy levels do not include allowances for occlusion or poor video due to camera location or quality. q) The DP shall provide dynamic zone reconfiguration (DZR). DZR enables normal operation of existing detection zones when one zone is being added or modified during the setup process. The new zone configuration shall not go into effect until the configuration is saved by the operator. r) Detection zone setup shall not require site specific information such as latitude and longitude to be entered into the system. s) The DP shall process the video input from each camera at 30 frames per second. Multiple camera processors shall process all video inputs simultaneously. t) The DP shall output a constant call during the background learning period of no more than 3 minutes. u) Detection zone outputs shall be configurable to allow the selection of presence, pulse, extend, and delay outputs. Timing parameters of pulse, extend, and delay outputs shall be user definable between 0.1 to 25.0 seconds. v) Up to six video detection zones per sensor input shall have the capability to count the number of vehicles detected. The count value shall be internally stored for later retrieval through the EIA232 port. The zone shall also have the capability to calculate and store average speed and lane occupancy at bin intervals of 10 seconds, 20 seconds, 1 minute, 5 minutes, 15 minutes, 30 minutes and 60 minutes. One radar sensor zone shall also count vehicles, calculate, and store the average speed and lane occupancy across the approach. w) In addition to the count type zone, the DP shall be able to calculate and/or acquire average speed and lane occupancy using both video and radar sensors. These values shall be stored in non-volatile memory for later retrieval. x) The DP shall have an “advance” zone type where detection outputs to the traffic controller is compensated for angular occlusion and distance. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 57 TRAFFIC SIGNALS Page 57 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 y) The DP shall employ color overlays on the video output. z) The DP shall have the ability to show phase status (green, yellow, or red) for up to 8 phases. These indications shall also be color coded. aa) The user shall have the ability to enable or disable the display of the phase information on the video output. bb) The DP shall have the capability to change the characteristics of a detection zone based on external inputs such as signal phase. Each detection zone shall be able to switch from one zone type (i.e. presence, extension, pulse, etc.) to another zone type based on the signal state. For example, a zone may be a “count” zone when the phase is green but change to a “presence” zone type when the phase is not green. cc) Another application would be zone type of “extension” when the signal phase is green and then “delay” when red. dd) For alpha numeric user inputs, the DP shall utilize a virtual keyboard on the video overlay system to ease user input. The virtual keyboard shall use the standard QWERTY keyboard layout. ee) The DP shall aid the user in drawing additional detection zones by automatically drawing and placing zones at appropriate locations with only a single click of the mouse. The additional zone shall utilize geometric extrapolation of the parent zone when creating the child zone. The process shall also automatically accommodate lane marking angles and zone overlaps. ff) When the user wishes to modify the location of a zone, the DP shall allow the user move a single zone, multiple zones or all zones simultaneously. gg) When the user wishes to modify the geometric shape of the zone, the DP shall allow the user to change the shape by moving the zone corner or zone sides. hh) On screen zone identifiers shall be modifiable by the user. The user shall be allowed to select channel output assignments, zone type, input status, zone labels or zone numbers to be the identifier. ii) For multiple camera input DPs, the user shall have the ability to enable automatic video output switching. The dwell time for each sensor input shall be user programmable. jj) For radar sensor zones, the output can be triggered by presence of a vehicle only or by presence of a vehicle above a user-defined speed threshold. 7. Vehicle Detector Loops (Sawcut) a. Detector Loop Wire 1) Use stranded copper No. 14 AWG XHHW cross-linked-thermosetting- polyethylene insulated conductor rated for 600 volts CA for vehicle detector loop wire. b. Detector Lead-In Cable 1) Loop detector lead-in cable shall be a single 4 conductor No. 18 AWG, shielded cable. 2) 1 cable shall service each loop where practical. c. Sealant Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 58 TRAFFIC SIGNALS Page 58 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 1) Use sealant for the vehicle detector loops in accordance with TxDOT DMS-6340, “Vehicle Loop Wire Sealant.” 8. Emergency Vehicle Preemption Equipment and Cable a. The product bid shall be the Opticom™ system by Global Traffic Technologies, or approved equal, and shall meet the following specifications. b. Provide new, corrosion resistant materials. c. Emergency Preemption Phase Selector 1) Shall be a plug-in two channel, dual priority, encoded signal device. 2) Shall have the capability to be installed directly into the input file of Type 170 traffic controllers equipped with priority phase selection software. 3) Shall recognize and discriminate among three distinct emitter frequency rates via Emergency Preemption Detectors: Command Priority, Advantage Priority and probe vehicles. 4) When Emergency Preemption Detector signals are recognized as a valid call, the Emergency Preemption Phase Selector shall cause the signal controller to advance to and/or hold the desired traffic signal display. This is accomplished by utilizing Emergency Preemption Phase Selector circuitry in conjunction with normal internal controller functions. 5) The Emergency Preemption Phase Selector shall be capable of assigning priority traffic movement to one of two channels on a first come, first serve basis. Each channel shall be connected to select a particular traffic movement from those normally available within the controller. 6) Once a call is recognized, "commit to green" circuitry in the Emergency Preemption Phase Selector shall function so that the desired green indication will be obtained even if optical communication is lost. After serving a priority traffic demand, the Emergency Preemption Phase Selector shall release the controller to follow normal sequence operation. 7) The phase selector shall not change the timing of the following intervals for any normal controller phase: minimum green, walk, pedestrian clearance, yellow change, or red clearance. 8) Emergency Preemption Phase Selector shall also have the following features: two auxiliary detectors per channel, compatible with encoded signal and non-encoded emitters, computer-based interface (RS232 communications front port, and rear backplane, customizable ID code validation), crystal controlled circuitry, optically isolated outputs, front panel switches and diagnostic indicators for testing, and multi-function test switch. 9) Phase selector shall be powered from AC mains and shall provide 24-volt DC output for its associated detectors. 10) Emergency Preemption Phase Selector shall utilize solid state and relay circuitry to interface between the Emergency Preemption Detector and the traffic signal controller. 11) Emergency Preemption Phase Selector shall supply power to and receive electrical signals from the Emergency Preemption Detector. 12) Emergency Preemption Phase Selector shall be tested to NEMA electrical test specifications. 13) Emergency Preemption Phase Selector shall operate at a voltage range of 89 to 135 VAC +10% and 60Hz + 3Hz. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 59 TRAFFIC SIGNALS Page 59 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 14) Provide equipment that is not affected by the transient voltages, surges and sags normally experienced on commercial power lines. It is the Contractor's responsibility to check the local power service to determine if any special design is needed for the equipment. Any extra cost, if required, is subsidiary to this Item. 15) Install appropriate surge protectors in the cabinet for the Emergency Preemption Phase Selector and Emergency Preemption Detector. 16) Provide equipment that meets the requirements of Sec. 2.1.6, “Transients, Power Service” of the NEMA Standard TS2-1992, and/or the latest revision. 17) Provide all wiring to the requirements of the NEC. Cut all wires to proper length. Provide cable slacks to facilitate removal and replacement of assemblies, panels, and modules. Do not double back any wires to take up slack. Neatly lace wires into cable with nylon lacing or plastic straps. Secure cables with clamps. 18) Provide diodes or other protective devices across the coils of all DC relays, solenoids, and holding coils for transient suppression. 19) Furnish equipment with readily accessible, manually re-settable or replaceable circuit protection devices (such as circuit breakers or fuses) for equipment and power source protection. 20) Design the equipment such that the failures of the equipment shall not cause the failure of any other unit of equipment. 21) Equipment furnished shall be modular in design to allow major portions to be readily replaced in the field. 22) Emergency Preemption Phase Selector shall have mechanically key modules of unlike functions to prevent insertion into the wrong socket or connector. 23) Clearly identify all modules and assemblies with name, model number, serial number, and any other pertinent information required to facilitate equipment maintenance. 24) A card rack shall be supplied with every Emergency Preemption Phase Selector. a) Shall be a metallic enclosure with a dedicated card slot for one phase selector with either two or four channel units. b) The front panel of the card rack shall include a terminal strip for connecting the detectors, as well as a 9-pin circular connector and harness to connect the phase selector’s inputs and outputs. c) The card rack shall be subsidiary to the Emergency Preemption Phase Selector. d. Emergency Preemption Detector 1) Furnish Emergency Preemption Detector that shall seamlessly operate with the vehicle emitters used in the project area. 2) Detector shall transform the optical energy detected from an approaching, vehicle mounted emitter to an electrical signal. The electrical signal shall be transmitted along an Emergency Preemption Detector Cable to the Emergency Preemption Phase Selector for processing. 3) Detectors shall permit a direct, unobstructed line-of-sight to vehicle approaches. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 60 TRAFFIC SIGNALS Page 60 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 4) Detector shall have a cone of detection of not more than 13 degrees. The Emergency Preemption Detector and/or Emergency Preemption Phase Selector shall not sense a pre-emption signal from an emitter outside this cone. 5) Detector shall have solid state circuitry and advanced electrical transient immunity. 6) Detectors shall have a range of 200 feet and is adjustable up to 2,500 feet. 7) Detector shall operate at an electrical voltage of 24 to 28 VDC, 50 MA minimum. 8) Detectors shall operate at a temperature range of -30 degrees F to 165 degrees F. 9) Detector shall include mounting hardware, as specified, for mast arm mounting, span wire mounting, pole-side mounting, mounting on top of a signal head, or mounting on top of a pipe or pedestal. 10) Detector shall have an adjustable turret configuration to accommodate skewed approaches. 11) Detector housing shall be of light weight, durable, high-impact polycarbonate material having stainless steel and brass fittings. 12) Detector shall operate at a humidity of 5% to 95% relative. e. Emergency Preemption Detector Cable 1) Shall be Model 138 Opticom™ cable, or approved equivalent, and shall be compatible with all other equipment used in this specification. 2) Cable shall be individually tinned copper strand three-conductor cable with yellow, orange, and blue conductor wires. It shall also have a bare shield drain wire. 3) Cable shall be AWG #20 (7x28), stranded with conductor insulation of 600 volt, 75°C (167°F). 4) Cable shall have a DC resistance not to exceed 11.0 ohms per 1000 ft. 5) The capacitance from one conductor to other 2 conductors and shield shall not exceed 48 pf./ft. 6) Cable jacket shall be rated for 600 volts, 80 degrees C (176 degrees F), and minimum average wall thickness of 0.045 in. 7) Finished O.D. of 0.3 in. maximum. 9. Battery back-up (BBU) System for Signal Cabinets a. The product bid shall be the Alpha FXM 2000 model, or approved equivalent, and shall meet the following specifications. b. Functionality 1) Standby Mode a) The BBU shall be provided with a standby mode. b) The utility AC power shall be passed directly to the output. c) The system will transfer to Backup mode at user defined, low and high cutoff voltage level transfer points that are adjustable between 90 and 135 VAC. d) The BBU shall automatically apply a 5VAC difference for the return transfer points. e) When the BBU is in Standby mode (Buck/Boost Disabled), the BBU shall bypass the utility line power whenever the utility line voltage is outside the transfer set points (±2 VAC). 2) Low Restore Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 61 TRAFFIC SIGNALS Page 61 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 a) In cases of low or absent utility line voltage, when the utility line voltage has been restored at or above 5 VAC ±2 VAC of the low transfer set point for more than 20 seconds, the BBU shall transfer from Backup Mode to Utility Line Mode. 3) High Restore a) In cases of high utility line voltage, when the utility line voltage has been restored at or above 5 VAC ±2 VAC of the high transfer set point for more than 20 seconds, the BBU shall transfer from Backup Mode to Utility Line Mode. 4) Buck/Boost Line – Interactive Mode a) The BBU shall include Buck/Boost Functionality. b) The Buck/Boost mode shall have a minimum range of 90-150 VAC. c) There shall not be any user definable transfer set points for the buck boost mode. d) Whenever Buck/Boost mode is selected, the output of the system shall be regulated between 100-130VAC. e) When the output of the system can no longer be maintained with this range, the BBU shall transfer to Backup Mode. 5) Line Qualify Time a) The BBU shall have a user definable line qualify time. b) The user shall be able to select a minimum of three (3) possible settings. c) The minimum setting shall be 3, 20, and 30 seconds. d) The default line qualify time shall be 30 seconds. 6) Battery Charger a) The BBU shall have an integral charger. b) The charger shall be a 3-step charger using bulk, absorption and float charging techniques, appropriate for the battery type. c) The integral 3-Step Charger shall use temperature compensation. d) The charging system shall compensate over a range of 2.5-4.0mV/°C per cell. e) A temperature probe which plugs into the front panel of the BBU shall be used to monitor the internal temperature of the batteries. f) The Temperature sensor shall be of sufficient length to properly reach the center battery and yet not too long to cause an inaccurate reading. g) The batteries shall not be recharged whenever the battery temperature exceeds 50°C. h) The recharge time for the batteries from “protective low-cutoff” to 80 percent or more of full charge capacity shall not exceed 12 hours. c. Operation 1) The BBU system shall provide the following operational modes when operating on battery power: full operation of all traffic signal devices, flash operation, and combination of full and flash operation. 2) The BBU shall provide a minimum of 2.0 hours of full time operation and 3.0 of flash operation for a traffic signal utilizing LED only vehicle and pedestrian indications. 3) The BBU shall be compatible with all City cabinet and controller types; and all cabinet components for full time operation. 4) The BBU shall provide a minimum of 1500W/1800VA@25°C active output capacity with 85 percent minimum inverter efficiency. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 62 TRAFFIC SIGNALS Page 62 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 5) When operating in backup mode, the BBU output shall be 120VAC±5VAC, pure sine wave output, ≤3%THD, 60Hz ± 0.05 Hz. 6) The BBU DC system voltage shall be 48VDC. 7) The maximum transfer time allowed, from disruption of normal utility line voltage to stabilized inverter line voltage from batteries, shall be 40 milliseconds (ms). The same maximum allowable time shall also apply when switching from the inverter line voltage to utility-line voltage. Transfers to and from battery operation shall not interfere with the operation of the other equipment in the intersection. 8) The BBU and all components shall operate without performance degradation over a temperature range of -37°C to +74°C. Additionally, all components and parts used shall, at the minimum, be rated for this temperature range. 9) In the event the AC service feeding the BBU is severed, or there is a utility blackout, the AV voltage measured at the AC inputs to the BBU (line to neutral) shall be less than 1 VAC. 10) The BBU shall have lightning surge protection compliant with IEEE/ANSI C.62.41 and must be able to withstand 2000 volt surges applied 50 times across line and neutral. These surges shall not cause the BBU to transfer to Backup mode. 11) The AC input and output shall be panel mounted plug/receptacles that allow no possibility of accidental exposure to dangerous voltages. The AC Input shall be a male receptacle and the AC Output shall be a female receptacle. The receptacles shall utilize some form of locking mechanism or hold down clamps that prevent accidental disconnects. 12) The DC connection shall be a recessed one or two pieces Anderson Style receptacle. 13) The Power Transfer relay control and the battery temperature sense inputs shall be heavy duty panel-mounted style connectors. 14) All connections shall provide mechanically and electrically secure connections without the use of a screwdriver. The only exception is the Relay Terminal Block. 15) The BBU must be able to shut down in order to protect against internal damage in the event of an overload at the output. 16) The BBU shall provide a time-of-day schedule. The time-of-day schedule shall allow the user to schedule operational modes. 17) The BBU shall automatically change operational modes based on the time- of-day schedule. 18) The BBU shall not switch from Flash Operation to Full Operation mode when the remaining battery capacity is ≤40 percent. 19) The BBU shall prevent a malfunction feedback to the cabinet or from feeding back to the utility service. In the event of BBU failure (inverter/charger or battery) or complete battery discharge, the power transfer relay shall revert to Normally Closed (de-energized) state where utility line power is connected to the cabinet. 20) The BBU shall initiate an automatic shutdown when battery output reaches 42DVC. 21) The BBU shall be equipped with an integral system to prevent the battery from destructive discharge or overcharge. d. Power Transfer Switch Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 63 TRAFFIC SIGNALS Page 63 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 1) Rating a) The BBU shall include a Power Transfer Switch rated at 120VAC/50 amps minimum. 2) Manual Bypass Switch a) The Power Transfer Switch shall include a manual bypass switch. Placing the manual bypass switch in “Bypass” mode shall cut AC power to the Inverter/charger and route it directly to the traffic signal cabinet. b) In this condition, power to the inverter is disconnected, and battery power from the inverter is disconnected. c) The inverter can then be powered off without affecting normal intersection operation. d) With the inverter turned off, the batteries can be safely disconnected from the inverter. 3) Indicator light a) The Power Transfer Switch shall include a bypass indicator light that automatically illuminates when the Manual bypass switch is in Bypass position. 4) Status Relay a) The Power Transfer Switch shall include a bypass status relay with normally open, dry contacts that automatically close when the Manual bypass switch is in Bypass position. 5) Power Transfer Relay a) The Power Transfer Switch shall include a 50 Amp power transfer relay controlled by the inverter to cause the Power Transfer Switch to switch between AC power from the utility and battery power from the inverter. 6) Integrated Switch a) The manual bypass switch and the power transfer relay shall be integrated together within the Power Transfer Switch allowing the manual bypass switch to be rated at 15 Amp and to be integrated with the bypass indicator light and bypass status relay. 7) Terminal Blocks a) The Power Transfer Switch shall have terminal blocks capable of accepting #6 AWG wiring with #6 AWG internal to the Power Transfer Switch as required for 50 Amp operation. e. Displays, Controls, Diagnostics and Maintenance 1) The BBS inverter/charger unit shall include a backlit LCD display for viewing all status and configuration information. The screen shall be easily viewable in both bright sunlight and in darkness. 2) Screen size a) The screen shall be large enough to display the following information: (1) Operating mode (standby, buck/boost) (2) Utility input voltage (3) BBU output voltage (4) Charger status (5) Percent battery charge (6) BBU status (standby, backup, buck, boost) (7) Any alarms and faults Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 64 TRAFFIC SIGNALS Page 64 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 3) The BBU inverter/charger unit shall include a keypad for configuring system parameters and navigating system information. 4) Communications a) The BBU shall be equipped with an industry standard RS-232 serial connection for user configuration and management. b) The serial port shall be an EIA-232 (DB9-Female) connector. c) The BBU shall have an Ethernet communication interface for user configuration and management. The Ethernet Port shall be an RJ-45, EIA 568B Pin Out Connector. d) The BBU shall be include remote monitoring & alarms transmission capabilities through the Ethernet RJ45 IP Addressable Port, using SNMP protocol. Other means of communication will be considered. e) All BBU configuration and System menus shall be accessible and programmable from the RS-232 and Ethernet Port. f) The BBU shall support TCP and UDP over IP protocol communications. g) The BBU shall support FTP, Telnet, and HTTP. h) The BBU shall be SNMP compliant. 5) Web-based interface a) The BBU shall be provided with a web-based-interface for user configuration and management through a web browser. b) The BBU shall allow the user to do the following through the web browser: (1) View logs (2) Change modes of operation (3) Configure email alarms (4) Adjust line qualify time (5) Program relay contacts (6) Configure network parameters 6) Status LEDs a) The BBU shall have discrete status LED indications on the front of the inverter/charger. (1) Green output LED (a) This LED will be ON any time that the output of the BBU is modified, either by backup Mode or by Buck//Boost Modes. (2) Red fault LED (a) This LED will be ON any time that there are any faults in the system. (3) Yellow Alarm LED (a) The LED will be ON any time that there are any alarms in the system. (4) Event log (a) The BBU shall maintain an event log containing a minimum of 200 of the most recent events recorded by the BBU. At a minimum, the event log shall record the following: date/time stamp, current operating mode, what the event was. (b) The Event log shall be viewable through the LCD display, EIA-232 port, and the Ethernet Interfaces. (5) Counters Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 65 TRAFFIC SIGNALS Page 65 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 (a) The BBU shall keep track of the following: the number of times that the unit was in backup, buck, and boost modes. f. Programmable Relay Contacts 1) The BBU shall provide the user six (6) programmable dry relay contacts. As a minimum, the programmable options shall be On Battery, Low Battery, Timer, Alarm, Fault, and Off. 2) Relay Contact Terminals a) The relay contacts shall be made available on the front panel of the BBS via an 18-position, screw hold-down, printed circuit board mounted terminal block. 3) Contacts a) Each relay shall have their own common and their own set of normally open (NO) and normally closed (NC) terminals. The terminals for each relay shall be oriented as NO-C-NC on the terminal block. 4) Labeling a) The contacts on the terminal block shall be labeled 1-18, left to right. Additionally, each set of contact shall be labeled with the NO-C-NC designation, as well as C1…C6 from left to right. All additional contacts on the terminal block shall be labeled as “spare”. 5) Rating a) The relay contacts shall be rated at a minimum of 1 amp @125 VAC. 6) Display a) When a relay is energized, it shall be displayed on the LCD screen. 7) On Battery Relay Contact a) The dry relay contacts that are configured for “on battery” shall only energize when the Inverter is operating in Backup Mode. 8) Time Relay Contacts a) The BBU shall include a timer that will energize the “timer” configured dry relay contact after the user configured time has elapsed. b) The timer is started when the BBU enters Backup Mode. c) The user can configure the timer from 0 – 480 minutes in 15 minute increments. 9) Low Battery Relay Contact a) The BBU shall have an adjustable low battery relay setting. b) This setting shall be adjustable so that the user can set the point at which the low battery relay contact is energized. g. Batteries 1) Provide batteries from the same manufacturer/vendor of the BBU system. 2) Individual batteries shall be 12V. 3) Batteries shall be comprised of extreme temperature, float cycle, GEL VRLA (Valve Regulated Lead Acid). 4) Battery amp-hour rating shall be 105 amp-hour maximum. 5) Batteries shall be easily replaced and commercially available off the shelf. 6) Battery string a) Batteries used for the BBU shall consist of a 4 battery string with a cumulative minimum rated capacity of 210 amp-hours 7) Batteries shall be sized and rated to operate a 700W load for 4 hours (normal operation) followed by a 300W load for 2 hours (flash operation) for a total of 6 hours. 8) Operating temperature Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 66 TRAFFIC SIGNALS Page 66 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 a) The battery system shall consist of one or more strings of extreme temperature; float cycle GEL VRLA (Valve Regulated Lead Acid) batteries. b) Batteries shall be certified to operate at extreme temperatures from – 40°C to +74°C 9) Construction a) Battery construction shall include heavy-duty, inter-cell connections for low-impedance between cells, and heavy-duty plates to withstand shock and vibration. 10) Top cover a) The top cover shall use tongue and groove construction and shall be epoxied or heat-sealed to the battery case for maximum strength and durability. 11) Ability to function a) The battery shall function if laid on its side without leakage of chemicals and be so designed. b) An integral lifting handle should be provided on the batteries for ease of removal/installation. 12) Interconnect wiring a) All batteries shall be provided with the appropriate interconnect wiring and corrosion-resistant mounting trays and/or brackets appropriate for the cabinet into which they will be installed. h. System Housing 1) EIA Standard a) The internal cabinet shall come with installed EIA rails. b) All references made to EIA rail or EIA 19” rack shall conform to Electronic Industrial Standards EIA-310-B, Racks, Panels, and associated equipment with 10-32 “Universal Spacing” threaded holes. c) The BBU shall be installed in an external cabinet adjacent to or connected to the Traffic Controller cabinet 2) Inverter/Charger Mounting a) The Inverter/Charger Unit shall be shelf or rack mounted on a standard EIA19” rack. 3) Power Transfer Switch Mounting a) The Power Transfer switch shall be mounted on EIA Rail. 4) Interconnect wiring a) All interconnect wiring shall be provided and shall be UL Style 1015 CSA TEW. 5) BBU replacement a) The BBU equipment and batteries shall be easily replaced and shall not require and special tools for installation. 6) The BBU inverter and batteries shall be hot swappable. There shall be no disruption to the Traffic Signal when removing the inverter or batteries for maintenance. 7) All inverter and battery connections shall be of the quick disconnect type for ease of maintenance. 8) All necessary installation hardware (bolts, fasteners, washers, shelf angles, racks, etc.) shall be included. 9) Cabinet shall have a cabinet white LED light that is wired to turn on when the cabinet door is open. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 67 TRAFFIC SIGNALS Page 67 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 10) The external cabinet shall be capable of housing batteries, inverter/charger unit, power transfer switch, control panels, wiring, wiring harnesses, and all other ancillary equipment. 11) Cabinet Types a) TYPE 1: Pole mounted external cabinet (for 336 type cabinet locations) b) TYPE 2: Side mounted external cabinet - Side mounted (attached to the side of the model 332, 336, 350i, 352i, or 357i Cabinets) c) TYPE 3: Base mounted external cabinet - Freestanding (for all type cabinet locations). The base mounted external cabinet shall have a minimum 8” riser for easy cable entrance. 12) All external cabinets shall be NEMA 3R rated. 13) The external cabinet shall be ventilated through the use of louvered vents, filter, and one thermostatically controlled fan. a) The External fan cabinet shall be AC or DC operated from the same line output of the Power Transfer Switch that supplies power to the traffic controller cabinet. b) A 2-postion terminal block shall be provided on the fan panel 14) The external cabinet shall come provided with all bolts washers, nuts, cabinet-cabinet coupler fitting, shelves, wiring, and all other hardware necessary for mounting and connecting the external cabinet. i. Documentation 1) Cabinet wiring diagrams and equipment manuals must be provided for each cabinet. 2) Detailed directions/instructions for installation, programming and maintenance for each BBU unit must be included. 10. Multi-conductor cable a. All cable shall be multi-conductor capable of operating at 600 volts maximum, and suitable for use at conductor temperatures not exceeding 75 degrees C (167 degrees F). b. Multi-conductor cable shall be either stranded IMSA 20-1, #14 AWG, stranded copper wire. c. The copper wire (before insulating) shall meet the requirements of the latest American Society for Testing and Materials (ASTM) standards for uncoated wire. d. Ensure fillers are non-metallic, moisture resistant, non-wicking material. e. Supply cables that clearly show the name of the manufacturer and the IMSA specification number applied at approximate 2 foot intervals to the outer surface of the jacket by indent printing. 11. Power lead-in cable a. Power lead-in cable shall be stranded RHW copper wire and suitable for A/C electric service. b. The cable shall be capable of operating at 600 volts maximum and suitable for use at conductor temperatures not exceeding 167 degrees Fahrenheit (75 degrees Celsius). c. Material and construction shall be in accordance with the applicable requirements of IMSA and NEC standards. d. Conductors shall be stranded, anneal coated copper. e. Copper wire before insulating or stranding, shall meet the requirements of the latest edition of ASTM B-033 (for coated wire). Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 68 TRAFFIC SIGNALS Page 68 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 f. Stranding shall be class B, in accordance with the latest edition of ASTM B-8. g. Insulation shall be THHN and comply with Federal Specification A-A-59544 and all applicable ASTM standards. 12. Grounding conductor a. The grounding conductor shall be a #8 AWG solid copper wire. b. The conductor shall be bonded to all ground rods. 13. Ground rod a. Ground rod electrodes shall be copper-bonded steel being at least 5/8 inch in diameter. b. All ground rods shall be a minimum of 8 feet. c. All ground rods shall be a minimum of 6 feet in ground. 14. Ground Boxes a. All boxes shall meet all test requirements of the latest SCTE 77 “Specification of Underground Enclosure Integrity” for Tier 22 applications. b. Bottom edge of box or extension shall be footed with a minimum 1 ¼” flange. c. Cover lift eye shall be molded with cover. d. Cover lettering shall be 1” incised letters reading “Danger High Voltage Traffic Signal.” e. Cover shall include the City of Fort Worth logo in upper left-hand corner. f. Cover must be secured with “Penta Head”, stainless steel, self-cleaning bolts and nuts. g. Provide security bolts if indicated in the Drawings. h. The top surface of the ground box cover shall have a minimum co-efficient of friction of 0.5. i. Boxes shall be stackable for extra height. j. Boxes shall be manufactured from Reinforced Polymer Concrete (RPM) composed of borosilicate glass fiber, a catalyzed polyester resin and an aggregate. Side walls may be reinforced polymer. k. The size and dimensions of the required ground boxes shall be shown in standard detail 34 41 10 – D601. 15. Traffic Signal Structures a. Design 1) Structures shall be designed in accordance with 1994 AASHTO “Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals” for 80 MPH wind zone. 2) Refer to the City’s Standard or Decorative Traffic Signal standard detail sheets for additional details. b. Markings 1) All pole shafts and mast arms for this project shall be marked with the identification numbers from the drawings to facilitate assembly of these items in the field. 2) For Projects with multiple intersections, the pole shafts and mast arms shall be identified by intersection. c. Vibration dampers 1) Steel mast arms ranging above 28 feet in length shall be provided with aluminum vibration dampers. d. Structure Finish 1) Standard Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 69 TRAFFIC SIGNALS Page 69 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 a) The traffic signal poles and mast arms shall be galvanized in accordance to ASTM A123. Each component must be completely coated in a single dip. No double dipping will be allowed. All miscellaneous hardware shall be galvanized per ASTM A153. 2) Decorative a) As shown in the plans. e. High strength galvanized steel bolts 1) The allowable working stresses for A325 bolts shall be given in the AASHTO Streetscape Structure Specifications for Structural Joints using ASTM A3250-N or A490-N bolts. f. Powder Coating 1) After galvanizing, the steel and aluminum products shall be blasted to an SSPC-SP7 commercial blast. 2) All galvanized parts shall be pre-baked to ensure all gasses are released from the coating surface prior to powder coating. 3) Finish with 1 coat of UMC super TGIC thermosetting powder coating 3-5 mils (D.F.T.) and baked in accordance with powder manufacturer’s recommendations. 4) Top coating is electrostatically applied and oven baked at 400 degrees Fahrenheit and cured for a minimum of 10 minutes. 5) Top coat color shall be black (RAL 9017) unless otherwise selected by the City. g. Terminal block 1) Terminal shall be Pelco 12-Circuit terminal block assembly, or approved equal. Rated at 85 AMP 600V h. Mast arm pole shaft 1) Each traffic signal mast arm pole shall be fabricated from a 1 piece high strength steel sheet, and shall have no more than 2 longitudinal full length high frequency resistance welded joints and no horizontal welded joints except at the base of the pole. 2) Welds shall have a smooth and consistent external surface appearance. 3) All welds shall be performed by an American certified structural steel welder. 4) Traffic signal poles shall have a uniform taper. 5) Poles shall have a minimum of 50,000 PSI yield strength. 6) Cold working the steel to attain the 50,000 PSI required yield strength is not acceptable. 7) The certifications from the vendor on the steel must indicate a minimum of 50,000 PSI yield strength after fabrication. i. Mast arm 1) Each traffic signal mast arm shall be constructed from a 1 piece high strength, steel sheet with guaranteed minimum yield strength of 50,000 PSI. 2) Arms over 40 feet may be 2 piece but shall arrive at the Site and City yard as welded 1 piece. 3) The certifications from the vendor on the steel must indicate a minimum of 50,000 PSI yield strength after fabrication. 4) Cold working the steel to attain the 50,000 PSI required yield strength is not acceptable. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 70 TRAFFIC SIGNALS Page 70 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 5) Mast arms shall have no more than 2 longitudinal full length high frequency resistance welded joints. 6) Welds shall have a smooth and consistent external surface appearance. 7) All mast arms shall have a uniform taper. j. Luminaire Arm 1) Luminaire arms shall be fabricated in accordance with the Drawings. k. Pedestal Structures 1) Pedestal structures for mounting pedestrian signals or median-mount traffic signals shall be furnished with a transformer base, pole cap, and all necessary hardware for proper installation. 2) Height of pole shall be set in the Drawings, but shall not exceed 15 feet. l. All other hardware necessary for complete installation of traffic signal structures, i.e., simplex plates, pole caps, transformer bases, anchor bolts, etc. shall be hot dipped galvanized and conform to the design, dimension, and strength requirements of said items as indicated on the Drawings. m. All hardware shall be packed on a per pole basis. 16. Foundations a. All foundations shall be built in accordance with Section 03 30 00 and the requirements stated in the Drawings. 17. Hardware Signal Pole Paint a. Primer coating shall be Kwal Paint #5810 G-Prime Premium Acrylic Universal Primer or approved equivalent. This is a 100 percent acrylic primer for all types of surfaces, including galvanized finishes. b. Finish coating 1) The flat finish coat shall be Kwal paint #6300 Accupro 100 percent Acrylic Exterior Flat Finish or approved equivalent. This is a 100 percent acrylic finish that is durable and chalk resistant. 2) The semi-gloss finish coat shall be Kwal paint #3910 Accupro 100 percent Acrylic Exterior Semi-Gloss Finish or approved equivalent. This is a 100 percent acrylic finish that is durable and chalk resistant. c. Finish coat colors that are permissible within the City include: 1) Black: RAL #9017 2) Pure aluminum 3) Arch brown: RAL #8019 18. Signal Controller a. The traffic signal controller shall be Intelight ATC controller or approved equivalent, and shall meet the specifications as shown in Specification Attachment “B”. b. Traffic signal controller shall be capable of running latest version of Intelight’s Maxtime controller software and shall meet the following specifications as shown in Specification Attachment “C”. 19. Controller Cabinet Assembly a. The traffic signal controller cabinet shall be McCain ATC type cabinet, or approved equivalent, and shall meet the specifications as shown in Specification Attachment “A”. 20. Roadside Flashing Beacon Assembly a. Provide flasher control assembly in accordance with TxDOT DMS 11160, “Flasher Control Assembly.” Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 71 TRAFFIC SIGNALS Page 71 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 b. Provide pedestal pole bases in accordance with TxDOT DMS-11140, “Pedestal Pole Base.” c. When shown on Drawings, provide solar powered flasher controller assemblies in accordance with TxDOT DMS 11150, “Solar Power Flasher Controller Assembly.” 21. School Zone Flasher Assembly a. Reverse flashing beacons shall be installed on the back side of traffic signal mast arms at signalized intersections within the school zone. b. Cabinet 1) The cabinet shall have a hinged panel for mounting the time switch, the flasher and interface board, and the solar regulator. This hinged panel shall be in front of the battery compartment. The cabinet shall be designed to mount a time switch with dimensions of 10 3/8"h x 4 7/8"w x 4"d with the CPC connector. 2) The cabinet shall be fabricated of .125 inch sheet aluminum. The cabinet shall be weatherproof using a neoprene gasket and shall be supplied with a standard #2 Corbin lock and key. The cabinet shall be of sufficient size to house one (1) 100-amp hour battery. The outside dimensions of the cabinet shall be a minimum of 17"h x 18.5"w x 14.75"d. The outside of the cabinet shall be the natural aluminum finish. 3) The cabinet shall have a rain flap designed to cover the top of the cabinet door. The rain flap shall extend the width of the cabinet and shall be 1.75” deep. The rain flap shall have a slight down angle and extend past the door of the cabinet when the door is closed to allow rain water to drip past the opening of the cabinet door. 4) In order to allow battery gasses to escape, the cabinet shall be equipped with vents on the left and right side of the cabinet. The vents shall be covered on the inside of the cabinet with a screen to prevent insects and other debris from entering the cabinet. The battery compartment shall have 1/2" foam on bottom, sides and back to properly insulate the battery. The battery compartment shall be of sufficient size to house one (1) 100-amp hour (Group 31) battery. 5) The flasher cabinet shall be supplied with appropriate hardware for mounting to a 4 1/2" o. d. pedestal pole using Pelco SE-1100. c. Flasher and Interface Circuit Board 1) The flasher cabinet assembly shall include a flasher and interface board. A two (2) circuit 12VDC flasher shall be integral to the flasher and interface board. The flasher shall be of all solid state construction and shall be rated at a minimum of 6.0 Amps per circuit. The flasher shall utilize zero- voltage turn-on and turn-off of current thus eliminating electromagnetic interference. 2) The flasher and interface board shall have two terminal blocks for connecting the wiring of the cabinet. Barrier type terminal blocks shall be used to terminate all wires. The terminal blocks shall terminate the following functions: 1. Solar Panel + 1. Time switch relay common 2. Solar Panel - 2. Time Switch relay normally open 3. Battery + 3. DC + power to time switch 4. Battery - 4. DC – to time switch Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 72 TRAFFIC SIGNALS Page 72 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 5. Confirmation light + 6. Confirmation light - 7. Load-1 from the flasher 8. Load-2 from the flasher 9. DC common from flasher 10. DC common from flasher 3) The above functions shall be clearly silk screened on the circuit board adjacent to the appropriate terminal. 4) The flasher and interface board shall be pre-wired for connection to a solar regulator. The wires connecting the flasher and interface board to the solar regulator shall be a minimum of 16AWG and shall be permanently soldered to the flasher and interface board. 5) The flasher and interface board shall be pre-wired with a 16-position, CPC type, quick disconnect connector to accommodate a time switch. The time switch connector shall be wired as follows: Pin 4: Relay common Pin 10: Relay normally open Pin 13: DC common Pin 15: DC + 6) The flasher and interface board shall include 3 separate fuses to protect the solar array, the battery and the load. The fuses shall be easily replaceable from the front of the board with the use of a standard fuse removal tool. 7) It shall be possible to configure the flasher and interface board to operate as a 24 hour flasher with the use of standard tools. 8) The flasher cabinet shall be supplied with appropriate hardware for mounting to a 4 1/2" o. d. pedestal pole using Pelco SE-1100. d. Battery 1) Group 31 a) Each battery shall be Valve-Regulated, Gelled -Electrolyte, with a nominal voltage of 12 volts and rated at 108Ah (100 hour test method). Each battery shall conform to the following: (1) Operating temperature range: -76°F (-60°C) to 140°F (60°C) (2) Resistance: 4.0 Milliohms full charge (3) Plate Alloy: Lead Calcium (4) Vents: Pressure relief self-sealing (2PSI operation) vents permanently attached (5) Case: Polypropylene (6) Terminals: Forged with opening for ¼” bolt (7) Maximum size: L-13.0” x W-7” x H-9.75” (8) Weight: 69.5 lbs. (9) Non-Spillable: ICAO, IATA & DOT standards (10) Group Size Rating: Group 31 (11) Cycle Life vs. DOD: 5000 or greater @ +25°C (77°F) BCI 2- Hour Capacity 2) Group 22 a) Each battery shall be Valve-Regulated, Gelled-Electrolyte, with a nominal voltage of 12 volts and rated at 58.2Ah (100 hour test method). Each battery shall conform to the following: (1) Operating Temperature Range: -76°F (-60°C) to 140°F (60°C) (2) Resistance: 4.0 Milliohms full charge Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 73 TRAFFIC SIGNALS Page 73 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 (3) Plate Alloy: Lead Calcium (4) Vents: Pressure relief self-sealing (2PSI operation) vents permanently attached (5) Case: Polypropylene (6) Terminals: Forged with opening for 1/4" bolt (7) Maximum Size: L-9.38" x W-5.5" x H-9.25" (8) Weight: 37.0 lbs. (9) Non-Spillable: ICAO, IATA & DOT Standards (10) Group Size Rating: Group 22 (11) Cycle Life vs. DOD: 5000 or greater @ +20°C (77°F) BCI 2- Hour Capacity e. Photovoltaic Controller (Solar Regulator/Charger) 1) The flasher cabinet shall include a Photovoltaic Controller (Solar Regulator/Charger) that uses Pulse Width Modulation (PWM) type technology. The PWM controller shall be 100% solid state and be designed for use as a battery charge regulator in photovoltaic (solar) energy systems. 2) The PWM controller will allow maximum solar panel current to flow into the battery throughout the battery charge cycle and once full charge is reached; the regulator will continually allow small current pulses to maintain a full charge. The PWM type controller shall allow a true 0 to 100% duty charging cycle without having over-current to the battery. 3) The photovoltaic controller shall have terminals to accept up to 10AWG wire. 4) The solar regulator shall have the following LED status indications: Charging Status LED Color Indication Operating State None Flickers “on” Night (LED flickers every 5 sec) Green Solid: flickers “off” Charging (LED flickers every 5 sec) Red Flashing Error -Solar array current too high disconnect -High Voltage disconnect -High temperature disconnect Red Solid: flicker “off” Critical error -Temp sensor damaged (for battery charging) -Heat sink temp damage (for internal heat level) -MOSFIT damage -Firmware error Battery Status LEDs (3) Led Indication Battery Status Load Status Green 2 flash per sec Full Battery (N/U for Gel Cell) Regulator “LOAD” output good Green 1 flash per second Final stage of charge Regulator “LOAD” output good Green Solid Battery nearly full charge Regulator “LOAD” output good Green 1 flash per 2 seconds maintaining full charge Regulator “LOAD” output good Yellow Solid Battery half full state Regulator “LOAD” output good Red 1 flash per second Battery low “LOAD” good near disconnect Red Solid Battery state critical Low Voltage Disconnect (LVD) (No Field Indications) LVD occurs at 11.5 VDC Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 74 TRAFFIC SIGNALS Page 74 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 Reconnects “LOAD” at 12.6 VDC 5) Amperage Rating a) The amperage rating of the solar regulator shall be a minimum of 125% greater than the amperage supplied by the solar array. b) The solar regulator shall be configurable to work with both sealed and flooded batteries. It shall be possible to switch between sealed and flooded with the use of simple tools or by use of switch setting. c) Operating temperature: -40 to 60° (C) f. Time Switch 1) This specification sets forth the minimum acceptable design requirements for a two (2) circuit solid state time switch. It is intended for use in industrial applications and traffic control systems, and shall be of all solid state construction except for the 2 relay outputs. All components shall be made available to the purchaser for servicing for five years after expiration of the manufacturer's warranty, or shall be so identified that they may be purchased from industrial electronics suppliers. The time switch shall use day plan programming with the annual exception method for ease of programming. 2) Physical a) The time switch shall be equipped with a means for mounting to a suitable back plane. Mounting holes that provide clearance for at least a No. 10 screw will be acceptable. b) The time switch shall not exceed 8 3/8"h x 4 7/8"w x 2"d without harness and 10 3/8"h x 4 7/8"w x 2"d with harness. A case shall be provided to protect the time switch circuitry from dust. The unit shall fasten securely to the case and must be easily removable from the case with the use of simple tools. c) Interface to the power source (AC or DC) and to the controlled device shall be provided by means of a quick disconnect connector with a 48" mating harness. The AC and DC power inputs shall be protected with a fuse and MOV. 3) Power Supply and Timing a) The time switch shall operate on either 12 Volt DC +/-2VDC or an AC power source between 95 and 135 VAC and from -30 to +74 degrees C. b) The AC & DC power supply shall be an integral part of the time switch circuit board for operation in AC powered or solar DC powered systems. A separate 12VDC power supply module, similar to those used for calculators and battery chargers, is not acceptable. c) No time shall be gained or lost during changeover from AC power to the back-up system and back to AC power. 4) Programming a) All programming shall be accomplished via a 16 key positive action push button keyboard which is an integral part of the unit. Prompt messages shall be displayed during the programming process to guide the operator as the data is being entered. b) The time of day shall be able to be set to one second. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 75 TRAFFIC SIGNALS Page 75 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 c) Time of day, day of week, date, year and the operation of the 2 relay outputs shall be able to be easily set from the integral keyboard. The functions of the keys shall be clearly marked on the keypad. Prompt messages shall be displayed during the programming process to guide the operator as the data is being entered. All data required to properly set and program the unit and review the stored program shall be clearly displayed without the use of auxiliary devices. d) Changeover from standard time to daylight savings time or vice versa shall be accomplished automatically. The operator shall have the capability of entering the daylight savings time information from the keyboard thus eliminating the need for a PROM change should the current U.S. law change. The daylight savings time feature shall be able to be defeated from the keyboard. Leap year compensation shall be automatic. e) When the user is programming the unit, the display shall provide for verification of each piece of data prior to its being entered. Provision shall be made for correction of any incorrect data prior to entering it. It shall be possible to alter any individual program step without disturbing any other step in the program. f) When an instruction is given to turn the output/s on or off, that instruction time shall be able to be set to one minute, and the change shall take place at the zero second of that minute. g) A set of clear operating instructions shall be furnished with each time switch. h) A software package shall be available that will allow the operator to upload programming and download programming to the time switch from a table top central computer or laptop. The programming shall include all day plans, week plan, annual plans and a unique name assigned by the operator. The software shall be able to store the programming for an unlimited number of time switches. 5) Day Plan Programming a) Each time switch shall have ten (10) day plans. One of the Day Plans shall be used for holidays throughout the school year. The other nine Day Plans shall be capable of programming 16 program steps per plan. Each day plan program step shall include the following: (1) Time of day in: Hours, Minutes, AM or PM (2) ON/OFF Commands: ON, OFF b) One day plan shall be reserved for programming a normal school day and the other 8 day plans are programmed for any school flasher schedule other than the normal school day such as an early out schedule. c) Means shall be provided to allow the operator to clear the programming of a single Day Plan or all of the Day Plans by simple keystrokes. 6) Week Plan Programming Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 76 TRAFFIC SIGNALS Page 76 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 a) Each time switch shall have a Week Plan. The Week Plan is the normal Monday through Friday school program. The time switch shall automatically assign Saturday and Sunday to no Day Plan, and Monday through Friday to the Normal Day Plan. The operator shall have the ability to reprogram any day of week in the Week Plan to any other Day Plan. 7) Annual Plan Programming a) The time switch shall be capable of executing thirty-six (36) separate Annual Plans. The Annual Plan programming shall use the exception day method where the time switch automatically runs its Week Plan until an Annual Plan program instructs it to run a different day plan. b) Programming for the Annual Plans shall be accomplished through the integral keyboard. Each Annual Plan shall be programmed by entering a Day Plan number and the beginning date (month/date/year) and the ending date for which the time switch is to run that Day Plan. The time switch shall be capable of running a Day Plan as short as one (1) day or as long as six (6) months. It shall be possible to begin an Annual Plan in one calendar year and end that same Annual Plan in the next consecutive year. c) It shall not be necessary to enter the Annual Plans in chronological order. d) Means shall be provided to allow the operator to clear all of the data in the Annual Plans without affecting the operation of the time switch. e) A means shall be provided to review the Annual Plans without affecting the normal operation of the time switch. The display shall include the Annual Plan number, the Day Plan number, and the beginning and ending dates. 8) Program Transfer a) It shall be possible to program any time switch, and transfer that program to any other like time switch by means of a simple unit-to-unit cable. Upon completion of the program transfer, an electronic check shall be activated to insure an accurate transfer of data. In the event an invalid transfer occurs, an error message shall be displayed alerting the operator. The transfer cable connection shall be accessible from the front of the time switch. 9) Manual Operation a) The time switch shall have the capability of manually turning on or off the two relay outputs from the integral keyboard. The manual operation shall remain in effect until the next valid program step occurs. At that point the time switch will release from manual control and revert to its internal program. b) The main display of the time switch shall indicate when the unit is under manual control. 10) Display a) Integral with the time switch shall be an easy to read, 2 line, 16 characters per line, alphanumeric Liquid Crystal Display (LCD). This display shall provide a clear indication of the time of day (HH:MM:SS), AM or PM, day of week, date (MM/DD/YY) and the status of the output relays. Time shall be entered on a 12 hour format with a clear indication of AM or PM. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 77 TRAFFIC SIGNALS Page 77 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 b) The operator shall be able to display the current status of the time switch with simple keystrokes. This status screen shall include which Day Plan and Annual Plan numbers are in effect. c) A means shall be provided to review the program in the unit's memory, and such means shall be integral with the time switch. Such program review shall not affect the current operation of the time switch. 11) Back-up System a) A means shall be provided to maintain timekeeping when the line power source (115VAC) is not available. This back-up system shall maintain timekeeping for not less than 7 years at 25C. Upon resumption of the line power, the unit shall automatically resume normal operation. b) A means shall be provided to maintain the time switch program when the line power source (115VAC) is not available. This back-up system shall maintain all programmed steps intact for not less than 7 years at 25C. Upon resumption of the line power, the unit shall automatically resume normal operation. c) Should the timekeeping or the program of the time switch be erased during an AC power outage, the unit shall display an indication of the loss. The display shall be an easy to read LCD and shall be able to be reset from the integral keyboard. d) When the time switch is operating on the back-up system, the displays shall be blanked and the output disabled to conserve back-up power. 12) Outputs a) The time switch shall have two (2) single-pole, double-throw relay output with a contact rating of at least 15 amps at 115 VAC resistive load. g. 12” Polycarbonate Traffic Signal Head 1) The purpose of this specification is to set forth minimum design and operating requirements for a 12" adjustable face polycarbonate traffic signal head which can house a 12” 12VDC LED. 2) General a) The performance of each signal shall conform to the standard for Adjustable Face Vehicular Traffic Control Signal Head, Technical Report No. 1, of the Institute of Transportation Engineers, as most recently revised. b) The signal shall be sectional in construction, requiring one lens per section. Sections shall be of such design and construction as to fit together rigidly and securely, to prevent the entrance of dirt or moisture and prevent the rotation of misalignment of the individual sections. 3) Housing a) The housing for the individual sections shall be injection molded from ultraviolet and heat stabilized flame retardant permanently colored polycarbonate resins. b) All parts shall be clean, smooth, and free from flaws, cracks, blowholes, and other imperfections. c) The top and bottom of each section shall be molded with a 5 boss and reinforcing ribs. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 78 TRAFFIC SIGNALS Page 78 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 d) Openings in the top and bottom of the signal shall accommodate standard bracket arms. e) A cast boss shall be provided for mounting a 5 or 6 position terminal strip. 4) Door a) The doors for each section shall also be injection molded from similar material to that used for the main section housing. b) Two integrated hinge lugs shall be mounted to the housing with two stainless steel hinge pins. c) Positive latching shall be achieved with stainless steel eyebolts and wingnut assemblies. d) The inside of the door shall have a groove to accommodate a pliant gasket resulting in a completely weatherproof and dustproof assembly when the door is in the closed position. e) The door shall be equipped with four metal threaded inserts molded in for added strength to the visor attachment screws. 5) Visor a) All signal head shall have a tunnel visor for each section. b) The visor shall be one piece made of molded permanently colored polycarbonate resins and have twist-on attaching ears. 6) Hardware a) All screws, latching bolts, and hinge pins shall be 300 series stainless steel to prohibit rust and corrosion. 7) Terminal Block a) The traffic signal shall be equipped with a 2 or 3 section #12 terminal barrier strip; one side with a quick disconnect terminal for socket leads. The opposite set of terminals with a screw clamp terminal for field wiring. 8) Signal Closure Kit a) A signal closure kit will be furnished with each signal head unless otherwise noted. The closer kit shall be designed to seal the signal head at either top or bottom without use of special tools. The closer cap shall be molded ABS plastic having the same color as the signal head with UV stabilizers and having a durometer neoprene gasket. The adapter bar used to secure the closure kit to the head shall compensate for varying thickness of the signal heads. Two screws shall be provided to fit any manufacturers signal. h. Signal Mounting Hardware 1) The purpose of this specification is to set forth minimum design and specification requirements for a signal mounting bracket assembly to attach an 8" & 12" polycarbonate traffic signal head to a 4 1/2" pole. 2) Materials a) The bracket shall consist of a hollow aluminum cast arm with circular tri-bolt signal centering bosses, drilled and tapped 1/4" x 20 for attachment of a traffic signal head and on pole end cast openings for 3/8" U-bolt. b) All associated hardware needed to attach signal head to a 4 1/2" pole shall be supplied with the bracket. c) No special tools required. d) The hollow aluminum arm shall have a 1 1/2" wire raceway. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 79 TRAFFIC SIGNALS Page 79 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 e) The casting shall be free of voids, pits, dents, molding sand and excessive foundry grinding marks. f) The exterior finish shall be free of molding fins, cracks and other blemishes. g) All design radii shall be smooth and intact. h) Minimum aluminum ingot requirements: (1) Aluminum alloy: 319 (2) Yield strength: 18 (3) Tensile strength: 27 (4) Brinell hardness: 75 (5) Elongation (% in 2”): 2% 3) Finish a) Bracket arm: alodine finish b) Hardware: zinc di-chromate i. Pedestal Base 1) The pedestal base shall be 13 3/4" square and 15" high. 2) The base shall be cast aluminum with natural finish and minimum weight of 20 lbs. 3) The pedestal base shall be fabricated from new aluminum billet with the following minimum requirements: a) Aluminum alloy: 319 b) Tensile strength, KSI: 34 c) Yield strength, KSI: 19 d) Elongation (% in 2"): 2.5 e) Brinell hardness: 85 f) Shearing strength, KSI: 23 4) No scrap material shall be used in the fabrication process. 5) The pedestal base shall be free of voids, pits, molding sand and excessive foundry grinding marks. 6) All design radii shall be smooth and intact. 7) The top of the pedestal base shall be threaded to receive a 4" NPT pedestal pole. 8) The pedestal base shall be designed to be fastened to a concrete foundation by means of 3/4" anchor bolts located 90 degrees apart on the bottom of the base. 9) The base shall have slots in the bottom 1 1/2" wide and 2 1/2" long measured along the circumference of the bolt circle, allowing a proper fit even if the bolts are placed slightly off center. 10) The base shall accommodate bolt circles from 12" to 14 1/2". 11) Each pedestal base shall be supplied with a set of 4 anchor bolts, 3/4" diameter by 18" length, galvanized per ASTM-A-572. Each anchor bolt shall have a hex nut and flat washer. 12) The pedestal base shall have an 8 1/2" square door opening that is free of burrs and sharp edges. 13) Each pedestal base shall be supplied with a removable 8 1/2" square door. The door shall be attached to the base by using one socket button head screw at the top and two injection molded lugs with slots at bottom. 14) The door shall be injection molded ABS plastic that is free of burrs and sharp edges and shall conform to the following minimum requirements: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 80 TRAFFIC SIGNALS Page 80 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 ASTM Method Value Tensile @ yield (1/8”) D638 6,600 psi Flexural @ yield D790 11,000 psi Rockwell Hardness D785 101 (R Scale) Nothched Izod D256 5 ft. lb./in. 15) The door shall have reinforcing ribs and shall have an edge thickness of .25" and a minimum thickness of .156". 16) The door shall contain a fire retardant meeting or exceeding Underwriters Laboratories UL94 test H.B. and ultra-violet inhibitors and stabilizers for protection against U.V. degradation. 17) The color of the door shall be gray aluminum tone. All surfaces shall be flat and straight without blisters, buckling or warping. j. Pedestal Pole 1) The pedestal pole shall be 15' in length. 2) The pedestal pole shall be extruded with the following minimum requirements: a) Aluminum alloy: 6063-T6 b) Tensile strength, KSI: 30 c) Yield strength, KSI: 25 d) Elongation: 10% e) Minimum wall thickness: 0.237” f) Outside diameter: 4.5” 3) The pedestal pole shall be threaded and deburred 4" on one end only per NPT specification. 4) The pedestal pole shall have a rough surface texture consisting of a uniform grain pattern that is perpendicular to the axis of the pole for the full length of the pole. 5) The pedestal pole shall be free of heat discoloration, holes, ridges, cracks or other surface defects. k. Pole Reinforcing Collar 1) The reinforcing collar shall be designed to reinforce a pedestal pole at the point where the threads enter the pedestal base. 2) The reinforcing collar shall be three piece cast aluminum with the following minimum requirements: a) Aluminum alloy: 319 b) Tensile strength, KSI: 27 c) Yield strength, KSI: 18 d) Elongation: 2 e) Brinell Hardness: 70 f) Finish: Alodine 1200 g) Minimum wall thickness: 5/8" h) Minimum mounted height: 4 3/8" 3) The reinforcing collar shall clamp around the top of a pedestal base with six (6) 5/16" socket head bolts. 4) Each reinforcing collar shall be supplied with a 5/16" x 3/4" roll pin for holding the collar securely in place. The collar shall have an opening to be used for drilling a pilot hole for the roll pin. l. Anchor Bolts Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 81 TRAFFIC SIGNALS Page 81 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 1) A set of four (4) anchor bolts shall be furnished with four (4) washers and four (4) hex nuts. 2) The anchor bolts shall be ¾” x 18” in length as measured from inside of the bend to the threaded end of the anchor bolt. 3) The anchor bolt shall be threaded ¾”-10NC for a minimum length of 3-¼” inches of thread. 4) The “L” bend shall be a minimum of 3 inches as measured from the inside of the anchor bolt shaft to the end of the bend. 5) The anchor bolt material shall conform to ASTM A-529 Grade 50 specifications, with minimum yield strength of 50 KSI and minimum tensile strength of 70 KSI. 6) The material shall be of domestic origin (manufactured in the USA). 7) The anchor bolt shall be hot dipped galvanized per ASTM A-153 their full length and the threads brushed or rethreaded to remove any excess galvanize on the threads. 8) The material for the hex nuts shall conform to ASTM A-563 Grade DH specifications. 9) The nut shall be hot dipped galvanized per ASTM A-153 and rethreaded to remove any excess galvanize on the threads. 10) The material for the washer shall conform to ASTM F-844 specifications. 11) The washer shall be hot dipped galvanized per ASTM A-153. 12) All galvanized runs, drips, icicles and bare spots shall be properly treated. m. Cell Modem for 2-way communications with CPR2102 or AAP22 Time Switch 1) Frequency Band a) Hepta-band 850/900/AWS 1700/1900/2100 MHz 2) Physical a) The cell modem shall be housed in an aluminum enclosure with a means for mounting. A mounting bracket shall be supplied with each modem for attaching to a time switch. b) The cell modem shall not exceed 3.17” H (3.816” including connectors) x 2.45” W x 1.16” D. The cell modem shall be approximately 8.8 ounces in weight. 3) Connectors a) The RF antenna connector shall be a SMA female and be marked CELL. The serial connector shall be a DB9 female and the power shall be a 2.5mm miniature screw-on connector and both will be located on same end. b) SIM (Subscriber Identification Module) shall be a Mini SIM. 4) Cable Harness a) Each cell modem shall be supplied with a cable harness with the appropriate connectors to connect the cell modem to the time switch. The cable harness shall connect 12 VDC power, serial data in, serial data out and ground from the time switch to the cell modem. The DC power shall be supplied from the time switch over this cable harness. 5) Electrical a) The cell modem shall be capable of operating on a DC power source between +7 to +32 VDC and shall be designed to operate from -40 to +85 degrees C. The unit must be powered directly from the time switch. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 82 TRAFFIC SIGNALS Page 82 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 b) A separate power supply module, similar to those used for calculators and battery chargers, is not acceptable. 6) Antenna a) Antenna configurations must be provided to insure a RSSI level necessary for dependable communications to the remote unit. The antenna required will be determined at the time of installation by testing the signal strength at each individual location. Any necessary cabling and mounting hardware will be provided. b) An omni antenna and coax cable designed for the frequency band of the cell network shall be supplied with the cell modem. The coax cable shall be a minimum of 24” long with connectors necessary to connect the antenna to the cell modem. The omni antenna shall have a nominal impedance of 50 ohms and shall have a gain of 0 – 2 dB. 7) Indicators a) The cell modem shall have LED indicators to display the following: (1) Power-When the cell modem has power applied (2) Tr- When the cell modem is in the process of transmitting data (3) CD- When the cell modem has acquired connection to the cell network (4) LS- Link Status (5) Signal- Signal strength 8) SIM Card a) Each cell modem shall be equipped with a SIM card that is pre- provisioned by the supplier for data through a 3G service provider. b) The cell modem shall have a slot designed for receiving the SIM card. The slot shall be accessible from the outside of the cell modem enclosure and shall hold the SIM card firmly in place. 9) Cell Modem Configuration a) The cell modem shall have the ability to receive commands from the central computer using standard modem “AT” commands. When an AT command is received, the modem shall respond by sending the appropriate response to the central computer. These commands shall allow the operator to determine or execute the following: (1) Unattended daily validation (2) Relay status (3) Low battery voltage (4) Signal strength (5) Last download (6) Last power-up (7) Data acquisition command for AP22 or CPR2102 from the time switch b) Each cell modem shall have a serial connector that is pre-configured to work with Model CPR2102 and Model AP22 Time Switches. The pre- configuration of the serial port shall include the baud rate, data bits, stop bit, parity and flow control. 22. Rectangular Rapid Flashing Beacon (RRFB) Assembly a. Cabinet Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 83 TRAFFIC SIGNALS Page 83 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 1) The cabinet shall be manufactured of 0.125” sheet aluminum. Nominal cabinet dimensions shall be 22” H x 12.0” W x 8.0” D. The cabinet shall be a one (1) compartment type. The cabinet shall have screen covered louvers on each side for ventilation. On the bottom of the cabinet there shall be two screened insect proof drain holes. The cabinet shall be weather resistant, providing a degree of protection from falling rain or sleet and shall be undamaged by the formation of ice on the enclosure. 2) The cabinet door shall be a single unit with a continuous piano hinge riveted to the door and the cabinet. The hinge shall be an A730S, constructed with a 304 stainless steel hinge pin. The door shall incorporate a neoprene gasket which forms a snug weather tight seal when the door is closed. The door lock shall be a standard Police lock. 3) Each cabinet shall be equipped with a mounting bracket for 4.5” OD pole mounting. All necessary hardware for proper mounting shall be included. b. Control Panel 1) The systems electronic components including a solar charge controller, solid state flasher, countdown timer and radio shall be mounted on a modular control panel. The control panel shall mount in the cabinet using standoffs and a self-retaining, spring loaded thumb screw for quick and easy removal. The solar panel input, battery input and system load output shall be fused for short circuit and overload protection and to provide ease of system maintenance. 2) The solar panel, beacons and battery shall be connected to the control panel through a main wiring harness via a circular pin connector (CPC). 3) Solar Charge Controller a) The solar charge controller shall be fully automatic charger using four stages of charging for rapid, efficient and safe battery charging. Stage 1: Full Charge, with 100% of available solar energy. Stage 2: Pulse- Width Modulation (PWM) constant voltage regulation to prevent heating and excessive battery gassing. Stage 3: Float Charge, after battery is fully recharged, reduces to a float or trickle charge with transition dependent on battery history. Stage 4: Equalize Charge, a boost charge that depends on elapsed time and battery history. Flooded cells receive a vigorous equalization, sealed batteries a smaller boost to bring uneven cells into balance and extend battery life. Gel cells are not equalized. b) The solar charge controller shall have a low voltage load disconnect (LVD) of 11.4 VDC and shall automatically reconnect after LVD when the voltage reaches 12.6 VDC. The charge controller shall have a high voltage disconnect (HVD) of 15.3VDC. A liquid crystal display (LCD) shall be provided on the front of the charge controller to display battery voltage, solar charge current, and load current. In addition, colored LED’s will indicate charging state and battery status. The green charging LED shall be on when charging and off when not charging. Battery status LED’s indicate battery state, showing a blinking green LED during PWM charging, a solid green LED when battery is near full charge, a solid amber LED indicating battery at middle capacity, blinking red LED indicating low charge, or a solid red LED indicating load disconnected (LVD). Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 84 TRAFFIC SIGNALS Page 84 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 c) A multifunction manual disconnect push button shall be provided to allow disconnect of the Load or both Load and Solar. When the button is pushed the red Led inside the button will light. In addition, the Load of both the Load and Solar will display ‘OFF’ in the digital meter to indicate the disconnected state. d) The solar charge controller will be capable of operating in a temperature range of -40 degrees C and +60 degrees C. e) Wire terminations to the solar charge controller shall be accomplished via Euro style terminations. f) The solar charge controller shall be Morningstar Corporation’s Prostar 15 with LCD display or approved equal. 4) Solid State DC Flasher a) The flasher shall be solid state, 2 circuit device which controls the wig- wag and rapid flashing sequence of the yellow indications on each side and end of the RRFB. b) The flasher shall allow an input voltage range of 11 to 25 VDC, support a maximum power load of 50W per output and be capable of operating in a temperature range of -40°C and +75° C. The flasher shall be an ELTEC FS-2B or approved equal. 5) Countdown Timer a) The countdown timer shall be a multi-function, multi-range, multi- voltage electronic timer with DPDT relay output and LED status indicator. The timer shall operate upon system activation to control the flash duration of the RRFB. The timer shall provide seven field selectable ranges of timing providing 0.1s to 100h activation duration. b) The timer shall conform to the following minimum specifications: (1) Operating Voltage: 12VDC Nominal (10.2V – 14.4V) (2) Max Power Consumption: 0.6W (3) Repetition Accuracy: +/- 0.5% (4) Operating Temp Range: -20° C to +60° (5) Relay Output Rating: 10A – 250V (6) Fixing: Plug-in Base: 11-pin 6) Wireless Communications a) The units on each side of the road shall communicate wirelessly. No trenching or boring is necessary. The radio transmitter and receiver shall use Frequency Hopping Spread Spectrum (FHSS) technology to ensure reliable data delivery within the unlicensed Industrial, Scientific and Medical (ISM) band. b) The communication system radios shall conform to the following minimum specifications: (1) Operating Voltage: 10VDC – 30VDC (2) Operating Current: Typ - <100mA, Max – <200mA at 12VDC (3) Operating Frequency: 900 MHz (4) RF Transmit Power: 1 Watt (5) Network Identification: MAC ID Binding (6) Antenna Impedance: 50Ω Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 85 TRAFFIC SIGNALS Page 85 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 c) The initiation of the signal for the flashers to commence flashing will be by pedestrian push button. Activation from pedestrian shall trigger the system countdown timer to operate the crossing indications for the programmed duration. Each time a pedestrian pushes a button, the countdown timer will reset and repeat to the preset flashing beacon cycle. d) The wireless communication system must be an ELTEC 730247-GW or an approved equal. c. Solar Panel 1) The solar panel shall be constructed of high efficiency, multi-crystal silicon solar cells that are laminated within a pottant of ethylene vinyl acetate (EVA) and encapsulated between a tempered glass cover plate and a back sheet. The entire laminate shall be secured within an anodized aluminum frame for structural strength, ease of installation, and to protect the cells from the most severe environmental conditions. The panel shall be self- cleaning, impact resistant, highly transmissive, tempered glass superstate. The panel module frame shall be made of extruded, polymer coated aluminum alloy or similar approved construction. The panel module junction box shall be a UV resistant, weatherproof wire termination system which handles #18 AWG - #8 AWG wiring. The typical wattage of the solar panel shall be 40 watts. The appropriate wattage of the solar panel shall be verified with a system sizing report based upon location and specific system configuration and operating parameters. 2) A mounting rack for the solar panel shall be included with the solar panel. The mounting rack shall mount to a 4 ½” OD pole. d. Battery 1) The system battery shall be valve regulated, recombinant, starved electrolyte, sealed lead acid absorbed glass mat (AGM) 12 volt DC battery. The battery self-discharge rate shall be 1% per month or less (at 68 degrees F). The battery will utilize T881 terminals. The positive terminal will be covered with a rubber boot to protect the battery from accidental shorting. The typical battery capacity shall be 55 amp-hours. The appropriate battery size shall be verified with a system sizing report based upon location and specific configuration and operating parameters. e. Rectangular Rapid Flashing Beacon (RRFB) Light Bar 1) The RRFB shall comply with FHWA Interim Approval Memorandum dated July 16, 2008 and all subsequent official interpretation letters provided as clarification. The RRFB shall contain 5 rectangular rapid- flashing yellow indications; two on each side, and one in the end visible to pedestrians in the cross walk. The indications facing the motorists shall be approximately 5” wide by 2” high, and shall be yellow indications, Whelen 500 Series TIR6 50AA3ZCR, split lightheads featuring a six Super-LED panel with a clear outer lens providing wide-angle visibility and high intensity output. The LED used on the end of the light bar facing the pedestrian shall be round. 2) Indications facing the motorists shall meet SAE J595 Class 1 peak luminous output requirements. The vendor shall submit third party certification of SAE J595 Class 1 compliance. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 86 TRAFFIC SIGNALS Page 86 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 3) The RRFB flash pattern with be the WW+S (Wig-Wag plus Simultaneous) as approved by the FHWA on July 25, 2014. The beacons shall flash at a rate of 75 flashes per minute. 4) The RRFB housing shall be constructed of 0.125” brushed sheet aluminum. The housing shall be powder coated Federal Yellow. 5) The RRFB will be assembled and wired as a unit. The unit’s two piece housing shall include a keyed quick disconnect plug between the wiring harness of each side to allow for ease of installation and maintenance. The housing shall mount to 2-3/8” or 4-1/2” OD poles with integral universal mounting bracket and a U-bolt. f. Night Dimming 1) Automatic night dimming may be enabled on the RRFB FS-2B flasher. The dimming function shall employ an external photocell to detect ambient light. The flasher shall initiate the night dimming function when detected light conditions reach the ambient light level as defined by the Federal Aviation Administration (FAA). g. Pole and Base 1) The pole shall be a schedule 40 spun aluminum 4” ID (4.5” OD) x 16’ H. The base shall be an AASHTO Certified square aluminum breakaway base, Pelco PB-5340 or equal. A set of 4 anchor bolts shall be provided. The anchor bolts shall be ¾” x 16” and be similar to Pelco part number PB- 5306. A two-piece aluminum pole collar assembly with standard stainless steel fasteners shall be provided. h. Signage 1) Two (2) W11-2 (36” x 36”) signs shall be provided for each pole location and shall be mounted on each side of the pole just above the light bar. Two (2) W16-7p (24” x 12”) shall be provided for each pole location. One left pointing down arrow mounted below the light bar on one side and one right pointing down arrow mounted below the light bar on the other side of the pole. Signs shall be constructed using 3M diamond grade reflective fluorescent yellow-green sheeting. 2) Back to back sign mounting hardware for mounting the signs on a 4.5” OD pole shall be included. i. Pedestrian Push Button 1) A pedestrian push button shall be provided to activate the flashing beacons. The button shall be an ADA compliant push button with H-frame mount incorporating a plaque on the push button reading ‘PUSH BUTTON TO TURN ON WARNING LIGHTS’. 23. Louvered Back Plates a. Material 1) Aluminum or acrylonitrile-butadiene-styrene (ABS). 2) One-piece for 3- and 4-section heads 3) Two-piece for 5-section heads b. Finishes 1) Aluminum: powder coat 2) ABS, integrally molded c. Color(s) 1) Face: flat black 2) Back: flat black Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 87 TRAFFIC SIGNALS Page 87 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 d. Optional reflective tape can be added to aluminum plates when called out for in the plans or approved prior to installation. e. Shall be vacuum formed. f. Aluminum plates shall be louvered. g. ABS sheet material shall conform to ASTM D1788. 24. Powder Coating Traffic Signal Structures a. Powder Coating 1) After galvanizing, the steel and aluminum products shall be blasted to an SSPC-SP7 commercial blast. 2) All galvanized parts shall be pre-baked to ensure all gasses are released from the coating surface prior to powder coating. 3) Finish with 1 coat of UMC super TGIC thermosetting powder coating 3-5 mils (D.F.T.) and baked in accordance with powder manufacturer’s recommendations. 4) Top coating is electrostatically applied and oven baked at 400 degrees Fahrenheit and cured for a minimum of 10 minutes. 5) Top coat color shall be black (RAL 9017) unless otherwise selected by the City. b. Additional Color(s) 1) Cultural District Green 2) Downtown Bronze 3) Other colors may be approved by the City. 2.3 SOURCE QUALITY CONTROL A. Battery back-up system 1. The City reserves the right to do testing on BBU systems to ensure Quality Assurance on unit before installation and random sampling of units being provided to the City. BBU systems that fail will be taken off the City’s Qualified Products List. 2. The City testing procedures will check compliance with all the criteria of this Specification Section including the following: a. Event logging for fault/alarm conditions. b. Demonstrated use of 1 or more of the operating methods described in this Specification. c. Testing of ability to power a 700W load for 4 hours, transfer to flash mode and power a 300W load for 2 additional hours, at an ambient temperature of +25 degrees Celsius. d. Testing of all components in environmental chamber (temperature ranges from -30 degrees Celsius to +74 degrees Celsius) following NEMA TS2 2003 standards, section 2 and Advanced Transportation Controller (ATC) Standard, Version 5.2b, Section 9. 3. Each BBU shall be manufactured in accordance with a written manufacturer’s Quality Assurance program. The QA program shall include, as a minimum, specific design and production QA procedures. 4. The Inverter manufacturer shall be ISO 9001or ISO 9002 certified. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 88 TRAFFIC SIGNALS Page 88 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 5. The manufacturer, or an independent testing lab hired by the manufacturer, shall perform qualification testing on BBU Systems offered to the City. Testing procedures shall conform to testing procedures defined in the California Department of Transportation’s Specification for Battery Backup System, Tees Chapter 4, dated July 7, 2009. Testing data shall be submitted to the City for review. PART 3 - EXECUTION 3.1 EXAMINATION A. Verification of Conditions 1. The Contractor shall verify by exploratory excavation, if needed, that existing underground utilities are not in conflict with proposed foundations and conduit bores. a. All exploratory excavations shall be in accordance with Section 33 05 30. 3.2 PREPARATION A. Protection of In-Place Conditions 1. The Contractor shall assume full responsibility for the preservation of existing landscaping (sod, shrubbery, trees, and etc.), sprinkler systems, and/or other private property at the Site during the installation of the traffic signal. Damaged landscaping, sprinkler systems, and/or other private property shall be replaced within a reasonable time, by the Contractor at his own expense, to the satisfaction of the Inspector. 2. No trees or shrubbery shall be cut except upon the specific authority of the Inspector. 3. Removal of mail boxes in the way of construction requires 48 hours advance notice to the post office. 3.3 INSTALLATION A. Special Techniques 1. LED Vehicle and Pedestrian Signal Head Assemblies a. Assembly 1) Assemble individual signal sections in multi-section faces in accordance with the manufacturer’s recommendations to form a rigid signal face. 2) Assemble and mount signal heads as shown on the plans. 3) Close any openings in an assembled signal head with a plug of the same material and color as the head. 4) Remove only the existing lens, reflector, and incandescent lamp when installing a retrofit replacement LED traffic signal or pedestrian signal lamp unit into an existing signal housing; fit the new unit securely in the housing door; and connect the new housing unit to the existing electrical wiring or terminal block by means of simple connectors. b. Wiring 1) Wire each optical unit to the terminal block located in that signal section by means of solderless wire connectors or binding screws and spade lugs. 2) Wire all sections of a multi-section signal face to the section terminal blocks in which the traffic signal cable is terminated. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 89 TRAFFIC SIGNALS Page 89 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 3) Maintain the color coding on leads from the individual optical units throughout the signal head, except for the traffic signal cable. 4) Use solderless wire connectors or binding screws and spade lugs for connections to terminal blocks. Use binding screws and spade lugs for field wiring. c. Signal and pedestrian heads shall be securely tightened immediately after signal head assembly has been installed. d. If any signal head assembly is found to be loose or asymmetrical in any manner, the Contractor shall be required to remove and rebuild the signal head assembly to the satisfaction of the Inspector. e. The Contractor shall mount signal heads level and plumb. f. The Contractor shall position and secure the signal heads so they are visible as stipulated, in Section 4E.05 of the 2009 MUTCD. g. All connection screws shall be tight and snug. h. All signal heads or parts of heads not in operation shall be covered with burlap or fabric material until placed into operation. i. When the signal heads become operational, all existing heads no longer required shall be removed immediately. j. Pedestrian head assemblies installed such that the wiring to each head shall pass from the mast arm through the signal head bracing or attachment hardware to the signal head. k. No exposed cable or wiring will be permitted. l. Installation of a pedestrian signal retrofit module into an existing pedestrian signal housing shall only require the removal of the existing optical unit component, i.e., lens, lamp module, gaskets, and reflector; will be weather tight and fit securely in the housing; and shall connect directly to existing electrical wiring. 2. Pedestrian Push Button Assemblies a. Meet the requirements of the TMUTCD when installing push-buttons. b. Wire the push-button according to manufacturer’s installation instructions. c. Close unused housing openings with a weather-tight closure painted to match the housing. d. Verify that each button is communicating and fully functional. e. Do not use terminal connections or splice wire leads except at approved locations. f. Attach wires to terminal posts with solderless terminals unless otherwise advised by manufacturer’s recommendations. g. Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. h. Mount a pedestrian push button sign near each push button as shown on the plans. 3. Accessible Pedestrian Signals (APS) a. If a controller unit is required by the plans, integrate the pedestrian controller unit into the traffic signal controller cabinet assembly. b. Unless specified otherwise, wire the APS to the nearest terminal strip using stranded No. 12 AWG XHHW wire with 600-volt insulation. c. Do not use terminal connections or splice wire leads except in the hand holes located in the signal pole shaft, in the signal pole base, or at locations approved by the City. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 90 TRAFFIC SIGNALS Page 90 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 d. Attach wires to terminal posts with solderless terminals. e. Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. f. Remove any burrs or rough edges on any holes drilled for wire entry to APS pushbuttons. g. Ensure pushbutton stations are mounted at the proper height and orientation. h. Provide a neat workmanship in the installation of any wiring harnesses, control units, wiring panels, push button stations. i. Follow manufacturer’s recommendations regarding installation and weatherproofing. j. Documentation 1) Each APS shall be provided with the following documentation: 2) Complete and accurate installation wiring guide. 3) Contact name, address, and telephone number for the representative, manufacturer, or distributor for warranty repair. 4) If requested supply schematics for all electronics. One schematic diagram shall be provided for pushbutton stations, panels, central control units or control units, along with any necessary installation instructions. 4. Radar Detection Equipment and Cable a. Manufacturing 1) The internal electronics of the radar detector shall utilize automation for surface mount assembly, and shall comply with the requirements set forth in IPC-A-610C Class 2, Acceptability of Electronic Assemblies. 2) The radar detector shall undergo a rigorous sequence of operational testing to ensure product functionality and reliability. Testing shall include the following: a) Functionality testing of all internal sub-assemblies b) Unit level burn-in testing of duration 48 hours or greater c) Final unit functionality testing prior to shipment 3) Test results and all associated data for the above testing shall be provided for each purchased radar detector by serial number, upon request. b. Configuration 1) Auto-Configuration a) The radar detector shall have a method for automatically defining traffic lanes, stop bars and zones without requiring user intervention. This auto-configuration process shall execute on a processor internal to the radar detector and shall not require an external PC or other processor. b) The auto-configuration process shall work under normal intersection operation and traffic conditions and may require up to ten vehicles to pass through each lane to complete. 2) Manual Configuration a) The auto-configuration method shall not prohibit the ability of the user to manually adjust the radar detector configuration. b) The radar detector shall support the configuring of lanes, stop bars and detection zones in 1-ft. (0.3-m) increments. 3) Windows Mobile™ - Based Software Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 91 TRAFFIC SIGNALS Page 91 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 a) The radar detector shall include graphical user interface software that displays all configured lanes and the current traffic pattern using a graphical traffic representation. b) The graphical interface shall operate on Windows Mobile, Windows XP and Windows Vista in the .NET framework. c) The software shall support the following functionality: (1) Operate over a TCP/IP connection (2) Give the operator the ability to save/back up the radar detector configuration to a file or load/restore the radar detector configuration from a file (3) Allow the backed-up sensor configurations to be viewed and edited (4) Provide zone and channel actuation display (5) Provide a virtual connection option so that the software can be used without connecting to an actual sensor (6) Local or remote sensor firmware upgradability c. Operating Conditions 1) The radar detector shall maintain 95% accuracy of performance in all weather conditions, including rain, freezing rain, snow, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn and dusk. 2) The radar detector shall be capable of continuous operation over an ambient temperature range of -40°F to 165.2°F (-40°C to 74°C). 3) The radar detector shall be capable of continuous operation over a relative humidity range of 5% to 95% (noncondensing). d. Testing 1) FCC a) Each radar detector shall be Federal Communications Commission (FCC) certified under CFR 47, Part 15, section 15.249 as an intentional radiator. b) The FCC certification shall be displayed on an external label on each radar detector according to the rules set forth by the FCC. c) The radar detector shall comply with FCC regulations under all specified operating conditions and over the expected life of the detector. 2) NEMA TS2-2003 Testing a) The radar detector shall comply with the applicable standards stated in the NEMA TS2-2003 Standard. Third party test results shall be made available for each of the following tests: (1) Shock pulses of 10g, 10 ms half sine wave (2) Vibration of 0.5 Grms up to 30 Hz (3) 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage (4) Cold temperature storage at -49°F (-45°C) for 24 hours (5) High temperature storage at 185°F (85°C) for 24 hours (6) Low temp, low DC supply voltage at -29.2°F (-34°C) and 10.8 VDC (7) Low temp, high DC supply voltage at -29.2°F (-34°C) and 26.5 VDC (8) High temp, high DC supply voltage at 165.2°F (74°C) and 26.5 VDC Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 92 TRAFFIC SIGNALS Page 92 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 (9) High temp, low DC supply voltage at 165.2°F (74°C) and 10.8 VDC e. Support 1) The radar detector manufacturer shall provide both training and technical support services. f. Documentation 1) Radar detector documentation shall include an instructional training guide and a comprehensive user guide as well as an installer quick-reference guide and a user quick-reference guide. 2) The radar detector manufacturer shall supply the following documentation and test results at the time of the bid submittal: a) FCC CFR 47 certification (frequency compliance) b) IED 6100-4-5 class 4 test report (surge) 5. Hybrid Vehicle Detection System and Cable a. The supplier of the video detection system must supervise the installation and testing of the video and computer equipment. A factory certified representative from the supplier must be on site during installation. b. Install the detector in accordance with the manufacturer’s recommendations in order to achieve the detection areas as shown on the Drawings. c. The detector mounts shall be neat and plumb. d. Hybrid detection cables shall be installed in the conduit system at the same time as the other signal cables. 6. Vehicle Loop Detectors (Sawcut) a. Detector lead-in cables shall be identified as shown on the Drawings (phase 1, etc.) with permanent marking labels (Panduit type PLM, Thomas and Betts type 548M standard single marker tie or equivalent) at each ground box, pole base, and controller. b. Complete all Work related to the installation of a particular detector loop, with the exception of the layout task, in the same Work Day. Install loops during off-peak traffic hours. Loop installation shall not be made during any type of precipitation. c. Installation of detector loops shall be in accordance with the Drawings. Lead- in saw cuts from the street to the pull box shall maintain a maximum separation from other loops of 12 inches (500 mm) and a minimum separation of 6 inches (150 mm) from other lead-in saw cuts. The saw cut depth, as specified in the Drawings shall be consistent, including the entry point into the curb. The maximum number of wires placed in a single saw slot shall be 4 wires. Each lead-in shall enter the curb through a separate hole. d. 3M Loop sealant or approved equivalent shall be used to seal all loop wire within the roadway. e. Detector lead-in cables shall be run continuously without splices from the curbside ground box to the controller. f. If splices must be made, they shall be solder connected and the splice connection shall be insulated and waterproofed with 3M DBR-6 Direct Bury Splice Kits or approved equivalent. g. Splices at the curbside pull boxes shall be made in the same manner. h. Splices in detector cables must be pre-approved by the Inspector in writing. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 93 TRAFFIC SIGNALS Page 93 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 i. In all cases where detector loop lead-ins pass from pavement through a curb to an existing ground box for a splice point, conduit shall be installed from the curb entry point up into the ground box. j. A minimum 1 inch diameter conduit shall be provided from the curb entry point to the ground box for each loop. k. All loop wire from the loop in the street to the ground box shall be tightly twisted a minimum of 5 times per foot (16 times per meter) as it is placed in the lead-in saw cut. 7. Emergency Vehicle Preemption Equipment and Cable a. Emergency vehicle preemption system equipment required in the Drawings will be furnished and installed by the Contractor. b. Where practical, emergency vehicle preemption receiver units shall be mounted to a rigid metal arm and banded to the mast arm pole upright on the intersection corner designated on the Drawings. c. The Inspector shall determine if the roadway sight line permits this type of emergency vehicle preemption installation. d. The emergency vehicle preemption receiver units shall be mounted on the mast arms for the intersection approaches as designated on the Drawings. e. Use stainless steel for all external screws, nuts, and locking washers; do not use any self-tapping screws unless approved by the Engineer or City. f. All equipment shall be installed and wired in a neat and orderly manner in conformance with the manufacturers’ instructions. g. Emergency Preemption Detector Cables shall be installed continuous with no splices between the Emergency Preemption Detector and the cabinet. h. All connections from the Emergency Preemption Phase Selector to the cabinet wiring shall be made at the termination panel. The termination panel shall have AC+ Lights, AC-, and a switched logic ground. The switched logic ground feeds all the pre-empt inputs to the Emergency Preemption Phase Selector. When switched off by the pre-emption disconnect switch, the traffic controller shall not be affected by pre-empt calls from the optical pre-emption system. A minimum of two test buttons shall be provided. If there are more than two pre- empt runs, a button for each shall be installed. A chart or print out, indicating the program steps and settings shall be provided along with the revised cabinet wiring diagrams. 8. Battery Back-up (BBU) System for Signal Cabinets a. Mount the BBU system as shown in the plans. 9. Multi-Conductor Cable a. Cables shall be installed in conduit unless indicated as an "overhead" cable run. 1) All conduits must be in accordance with Section 26 05 33. 2) Conduit must be continuous, reasonably dry, completely free of debris, and without sharp projections, edges, or short bends. b. If required by the Inspector, the Contractor shall demonstrate that the conduit is dry and free of debris by pulling a swab and/or mandrel through the conduit. The conductors shall be installed in a manner so as to ensure against harmful stretching of the conductors or damage to the insulation. c. Installation methods shall conform to the recommendations of the cable manufacturer. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 94 TRAFFIC SIGNALS Page 94 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 d. The Contractor shall furnish, at the request of the Traffic Management Manager or designee a copy of the manufacturer's recommendations, which shall include methods of attaching pull cable, pulling tension per conductor size and per radius of conduit bend, and the type of lubricant to be used. e. All cables in a given conduit run shall be pulled at the same time and the conductors shall be assembled to form 1 loop in such a manner that the pulling tension is equally distributed to all the cables. f. Long, hard pulls will necessitate the use of pulling eyes. g. For short runs, the cables may be gripped directly by the conductors by forming them into a loop to which the pull wire or rope can be attached. h. The insulation on each conductor shall be removed before the loop is formed. i. The method used will depend on the anticipated maximum pulling tension in each case. j. In existing conduit where new cables are to replace existing cables, the existing cables may be used to pull in the new cables. k. At locations where new cables are to be added to existing cable runs, the existing cables shall first be pulled out, the new cables are to be added to the existing cables to form 1 cable pull (no slipping if any wires). l. Installation and removal shall be done in such a way as to prevent damage to the existing and/or new cables. m. In the event of damage, the Contractor shall bear the responsibility of providing the material and labor for replacement of defective cables at no extra cost to the City. n. All conduit runs shall be measured accurately and precisely for determining cable lengths to be installed. o. A conduit run measurements shall take place in the presence of the Inspector. p. The Inspector shall record all cable measurements and include the distances on an as-built drawing. q. In locations where new cables are to replace existing cables, the Contractor may use the removed cables as a measuring device to determine the lengths of the new cables to be installed. r. However, this does not relieve the Contractor of his responsibility to record accurate measurements of all cable lengths. s. The manufacturer's recommended maximum pulling tensions shall not be exceeded under any circumstances. t. If so required by the Inspector, the Contractor shall insert a dynamometer in the pull wire as the cables are being pulled into the conduit to demonstrate that the maximum tensions are not being exceeded. u. The cable shall be fed freely off the reel into the conduit without making a reverse curve. v. At the pulling end, the pull wire and cables shall be drawn from the conduit in direct line with the conduit. w. Sheaves or other suitable devices shall be used as required to reduce any hazards to the cable during installation. x. The cables shall be adequately lubricated to reduce friction and further minimize possible damage. 1) Such lubricants shall not be the grease or oil type used on lead sheathed cables, but shall be 1 of several commercially available wire pulling compounds that are suitable for PVC sheathed cables. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 95 TRAFFIC SIGNALS Page 95 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 2) They shall consist of soap, talc, mica, or similar materials and shall be designed to have no deleterious effect on the cables being used. y. Cables shall be neatly trained to their destinations. z. The Contractor shall adhere to the cable manufacturer's recommended values for the minimum bending radii to which cables may be bent for permanent training during installation. 1) These limits do not apply to conduit bends, sheaves, or other curved surfaces around which these cables may be pulled under tension while being installed. 2) Larger radius bends are required for such conditions. aa. Wire and Cable 1) All wire and cable shall conform to the requirements shown in the Drawings, except wire and cable specifically covered by other Items of this Contract. bb. Controller Cabinet Wiring 1) Wiring for the controller cabinet shall consist of connecting (1) signal wires, (2) loop detector wires, (3) power wires, (4) ground wires, and (5) pedestrian push button wires to their respective terminals in the cabinet. 2) In the controller cabinet, stranded signal conductors from the field shall be stripped back and a solderless terminal connector (spade lug) shall be attached by means of a crimping tool. 3) These terminal Connectors shall be inserted under the binder head screw and tightened securely. 4) Other wiring for the controller shall be completed as shown on the wiring diagrams and in the instructions furnished with the controller by the manufacturer. 5) All field wiring in cabinets shall be neatly installed. Incoming cables shall be trained to their destination and neatly laced together. a) All spare wires shall be trimmed and neatly coiled with the ends taped. b) Detector lead-in cables shall have their insulation jackets removed from their terminal strip connection to the bottom of the cabinet. 6) Pedestrian push buttons shall have a ground wire that is completely isolated and independent from all other ground wires. a) This wire shall be connected to the designated terminal in the controller cabinet. b) A pedestrian isolation board shall be in place. cc. Signal Head Wiring 1) No splicing of cable shall be allowed. 2) Conductors shall run as follows: a) An unbroken 20-conductor cable and 1 bare #8 shall run from the controller cabinet to each pole pier. b) An unbroken 7 conductor, #14 AWG (or larger) cable shall run from the signal pole base to each 5-section or 4-section signal head; an unbroken 5 conductor, #14 AWG cable to each other 3-section; an unbroken 4 conductor, #14 AWG cable to each pedestrian signal head. 3 conductor, #14 AWG (or larger) shall run to each pedestrian push button or APS unit. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 96 TRAFFIC SIGNALS Page 96 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 c) Each cable shall be identified as referenced on the pole wiring detail sheet provided in the Drawings with permanent marking labels (Panduit type PLM standard single marker tie, Thomas and Betts type 548M or equivalent) at each ground box, pole base and controller. dd. Luminaire Wiring 1) 2 #8 cables shall run from service disconnect in parallel around the intersection as on the Drawings. 2) Luminaire wiring connection may be made in the nearest ground box to the traffic signal pole; such connection shall be placed in a water tight seal. a) If more than 3 wires are splice together in the traffic signal cabinet then a Kearney connector (or approved equivalent) shall be used as required. 3) Run 2 #8 cables from terminal panel in signal pole to luminaire. ee. Terminals 1) The ends of all stranded wires from the controller cabinet and from the signal heads shall be twisted at least 3 turns and wire nut applied in the base of the signal structure. ff. Identification of Signal Wires and Cables 1) IMSA color coded signal cable shall be used for all signal systems. a) Colors shall be continuous from the point of origin to the point of termination. 2) Each signal cable, detector lead-in cable and communication cable shall be designated with permanent marking labels or (Panduit type PLM, Thomas and Betta type 548M standard single marker type or equivalent) and color coded tape at each pull box and in the controller cabinet. 10. Power Lead-in Cable a. Perform work in accordance with the details shown on the plans. 11. Ground Conductors a. Perform work in accordance with the details shown on the plans. 12. Ground Rod a. Properly install and connect a ground rod for each controller cabinet, power drop and signal pole pier to reduce any extraneous voltage to a safe level. b. The ground rod shall be located so as to minimize the length of the grounding- conductor run. c. For pole mounted cabinets a grounding rod and grounding conductor shall be installed at the nearest foundation or ground box. d. All grounding circuits shall be substantial and permanent and shall be electrically continuous with an ohms-to-ground resistance not to exceed 10 ohms when tested by volt-ohm-meter. e. UFER grounding shall be used for illumination poles. f. Grounding Connectors and Electrodes 1) When the location precludes driving a single ground rod to a depth of 8 feet (2.4 m), or when a multiple ground rod matrix is used to obtain the required resistance to ground, ground rods shall be spaced at least 6 feet apart and bonded by a minimum No. 6 AWG copper wire. 2) Connection of grounding circuits to grounding electrodes shall be by devices which will ensure a positive, fail-safe grip between the conductor and the electrode (such as lugs or pressure connectors). a) No splice joint will be permitted in the grounding conductor. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 97 TRAFFIC SIGNALS Page 97 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 3) Each grounding rod shall be driven into the ground to a depth sufficient to provide the required resistance (10 ohms) between electrodes and ground. 13. Ground Boxes a. Use established industry and utility safety practices when installing or removing ground boxes located near underground utilities. Consult with the appropriate utility company before beginning work. b. Fabricate and install ground boxes in accordance with the details, dimensions, and requirements shown on the plans. Install ground box to approved line and grade. c. Lube bolts, clean out cover rim, and clean ground box inside and out prior to final inspection. d. Removal 1) Remove existing ground boxes and concrete aprons to at least 6 in. below the conduit level. Uncover conduit to a sufficient distance so that 90 degree bends can be removed and conduit reconnected. Clean the conduit in accordance with Item 618, “Conduit.” Replace conduit within 5 ft. of the ground box. Remove old conductors and install new conductors as shown on the plans. Backfill area with material equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. 14. Traffic Signal Structures a. The Contractor shall install all traffic signal structures in accordance with the Drawings. 1) Deviation from the Drawings because of physical obstructions, such as overhead utilities or in appropriate mast arm length to fit a relocated foundation, shall be worked out with the Inspector and approved prior to installation. 2) Stake the traffic signal pole locations for verification by the City. b. Poles shall have nuts on top and bottom of the pole base plate. 1) Anchor bolts for mast arm signal poles shall be set so that 2 are in tension and 2 are in compression. 2) The exposed length of the anchor bolt between the top of the foundation and the bottom of the leveling nut should not exceed one bolt diameter. c. The traffic signal pole heights and mast arm lengths shown on the Drawings and in the material summary are to be used for bidding purposes only. d. Prior to fabrication, the Contractor, in cooperation with the Inspector, shall make field measurements to determine the actual pole height necessary to ensure a vertical clearance of 17 feet minimum and 19 feet maximum from the roadway surface to the bottom of the lowest point on the signal head assembly or mast arm and to determine the mast arm lengths required to mount the traffic signal heads over the traffic lanes. 1) The masts arms shall be straight and level in the area where the signal heads are attached. 2) These field measurements and evaluations shall be determined from the actual field location of the pole foundations, considering all above and below ground utilities and the existing roadway elevations and lane widths. e. Transformer bases for pedestal poles shall be leveled and tightly secured to the foundation before the structure is placed on the base. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 98 TRAFFIC SIGNALS Page 98 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 1) If shims are required for leveling, total shim height shall not exceed 1/2 inches. 2) Foundation anchor bolts shall extend a minimum of 1 inch through each nut in the base. f. Except as modified herein, erection of traffic signal structures shall be in accordance with the applicable Specifications and standards of the AISC Manual of Steel Construction. 1) Erecting equipment shall be suitable for the Work and shall be in proper working condition. 2) Where parts cannot be assembled or fitted properly as a result of errors in fabrication or deformation due to handling or transportation shall be reported immediately to the Inspector. 3) Straightening of plates and angles or other shapes shall be done by approval of the manufacturer. 4) No corrections will be allowed that will void the manufacturer's warranty. 5) A letter from the manufacturer approving the corrections shall be required or the material may be rejected by the Inspector. g. Use established industry and utility safety practices when working near underground or overhead utilities. Consult with the appropriate utility company before beginning such work. h. Erect structures after foundation concrete has attained its design strength. i. The steel structure frame shall be lifted as shown in the manufacturer's specifications and all match marking shall be followed. 1) Temporary bracing shall be used wherever necessary to support all loads to which the structure may be subjected, including equipment, operation, and material loading. 2) Such bracing shall be left in place as long as may be required for safety. 3) The various members, after being assembled, shall be aligned and adjusted accurately before being fastened. 4) Fastening of splices on compression members shall be done after the abutting surfaces have been brought completely into contact. 5) No welding or bolting shall be done until the structures have been properly aligned. j. Bearing surfaces and surfaces which will be in permanent contact with each other shall be cleaned before the members are assembled. 1) Bearing plates shall be set in exact position and shall have a full and even bearing upon the concrete. 2) As erection progresses, the Work shall be bolted to take care of all dead load, wind and erection stresses. 3) All erection bolts used in welded construction may be tightened securely and left in place. 4) If removed, the holes shall be filled with plug welds. k. Field bolting shall be in accordance with the requirements specified for shop fabrication. 1) Untrue holes shall be corrected by reaming. 2) Where the surface of a bolted part has a slope of more than 1:20, a beveled washer shall be used to compensate for the lack of parallelism. 3) Bolt heads and nuts shall be drawn tight against the Work with a suitable wrench not less than 15 inches long. 4) Bolt heads shall be tapped with a hammer while the nut is being tightened. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 99 TRAFFIC SIGNALS Page 99 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 l. Field Painting of Structures 1) Surfaces where the shop coat of paint has been damaged shall be retouched after installation. a) The cleaning, pretreatment, and priming of welds and the areas adjacent thereto shall be done promptly after the acceptance of the weld. b) Care shall be taken to properly mask signals heads, signs, pedestrian pushbuttons and their mounting hardware to keep paint from splashing onto these components. c) Masking shall be removed after completion of the painting process. d) A sufficient number of paint coatings shall be applied to each structure to result in a uniform finish once completed. e) All structures shall be air blasted using high pressure air to remove peeled paint and dust prior to application of new paint. m. Bolted parts shall fit solidly together when assembled and shall not be separated by gaskets or any other interposed compressible material. 1) When assembled, all joint surfaces, including those adjacent to the bolt heads, nuts, or washers, shall be free of scale, except tight mill scale, and shall also be free of burrs, dirt, and other foreign material that would prevent solid seating of the parts. 2) Each fastener shall be tightened to at least the minimum bolt tension as recommended by the pole manufacturer using ASTM A325 or A490 bolts for the size of fastener used. 3) Threaded bolts shall be tightened with properly calibrated wrenches or by the "turn-of-nut" method. 4) Bolts may be installed without hardened washers when tightening takes place by the "turn-of-bolt" method. Any bolt tightened by the calibrated wrench method (or by torque control) shall have a hardened washer under the element (nut or bolt head) turned in to a point not closer than 7/8 of the bolt diameter from the center of the washer. n. Grouting 1) The Contractor shall perform all Work required to complete the grout work associated with installing the signal structure and furnish all supplementary items necessary for its proper installation. o. Where signal poles and/or mast arms exist on raised foundations that are to be removed and installed on new foundations, the Contractor shall store these poles, mast arms, street lights, and wiring until they can be installed on their new foundations. p. Vibration dampers 1) Dampers shall be installed using Astro Sign Brac or Signfix Aluminum Channel or approved equivalent. q. Signs 1) The Contractor shall furnish, install and relocate existing signs as shown in the Drawings. 2) Mast-arm signs shall be mounted with Astro-sign Brac or Signfix aluminum channel or equivalent as approved by the Engineer. 3) Metro street name signs shall be mounted level with the ground as shown on the City’s Standard Details. 15. Foundations Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 100 TRAFFIC SIGNALS Page 100 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 a. All foundations shall be staked by the Contractor and approved by the Inspector prior to excavation. 1) While staking the pole locations, the Contractor, along with the Inspector, shall be cognizant of pedestrian needs by verifying the location of the push buttons and the pedestrian heads. b. Concrete foundations for signal structures shall be located so that the closest face is a minimum of 3 feet from the face of the nearest vertical curb. 1) Before excavating foundations probe to determine the location of utilities and structures. 2) Foundations shall be paid for once, however, payment for additional work due to unforeseen conditions will be negotiated based on number of labor hours and materials used. 3) Furnish all supplementary items necessary for proper foundation installation. c. Excavation for all foundations shall be done in accordance with lines and depths indicated on the Drawings. 1) All loose material shall be removed from the excavation before concrete is placed. 2) Any water shall be removed by pumping or bailing. 3) The use of explosives will not be permitted. d. Foundations shall be constructed to the dimensions shown on the Drawings. 1) The Contractor is required to make certain that the top of the finished foundation is level and formed. 2) Anchor bolts and conduits shall be held rigidly in place by a template until the concrete is set. e. A mechanical vibrator shall be used for compacting and working the concrete. After the concrete has been placed and the top struck off, it shall be covered with wet cotton or burlap mats or other appropriate form of curing, for not less than 96 hours. f. All bracing and templates for anchor bolts shall remain in place for 96 hours after the concrete is poured. 1) During that time, the anchor bolts and conduit shall not be subjected to any applied strain. g. Backfill shall be tamped with mechanical tamps in 6 inches layers to the density of the surrounding ground. 1) Where excavation is made in the roadway shoulder, the shoulder shall be replaced with material equivalent to the original composition. h. All excavated material, not required for backfill, shall be promptly removed and disposed of by the Contractor, outside the limits of the Project. 1) The Work Site shall be kept clean and neat at all times. i. No concrete shall be placed when the atmospheric temperature drops below 40 degrees Fahrenheit (temperature reading taken in the shade away from artificial heat) unless permission to do so is given by the Inspector. 1) Refer to Section 03 30 00. j. The City shall supply to the Contractor the controller cabinet anchor bolts and specific cabinet templates, when the City furnishes the controller cabinet. k. The cabinet door shall open to the north. Controller face plate shall also face north. Field terminations shall be done on the south side of the cabinet. l. Pole anchor bolts shall be aligned to be parallel to the tangent of the street curb that the pole is intended to serve. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 101 TRAFFIC SIGNALS Page 101 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 m. Tubing used to form pole foundations shall not be visible and all exposed concrete shall be finished with vinyl concrete patch mix to provide a smooth quality finish with all voids filled and no aggregate exposed. n. The cost of the Work shall be included in the unit bid price for this item. 16. Hardware Signal Pole Paint a. Requirements for poles and railings 1) Cleaning a) The entire surface shall be cleaned free of dirt, grime and oils before applying the primer coat. b) Use vinegar wash applied with a sponge or cloth over the entire surface. 2) Sanding a) Spot sanding may be required in order to remove flaking paint and to provide a smooth surface. 3) Priming a) Primer coat shall be applied with a brush or roller. b) The entire surface shall be covered, even over existing painted or galvanized surfaces. c) Spraying is not permissible. 4) Finish coat a) Finish coat shall be applied with a brush or roller. b) The entire surface shall be covered, even over existing painted or galvanized surfaces. c) Spraying is not permissible. 5) Parking meter housings, luminaire heads, signal heads, photo control eyes, pedestrian push buttons and sign faces shall be protected for paint splash. 6) Controller cabinets and circuit boxes mounted to poles shall be painted to match the color of the pole. 7) The ambient temperature shall be 40 degrees Fahrenheit and rising and dry conditions. b. Requirements for traffic signal heads 1) Traffic signal heads should be cleaned by wiping it with a damp sponge or rag to remove all the dust and dirt. 2) Lens and back plate should be masked off. 3) The outside of the traffic signal head should be painted traffic yellow (RAL 1023) and the inside of the lens visors should be painted flat black. 4) The outside of pedestrian signal head should be painted traffic yellow (RAL 1023). 5) The ambient temperature shall be 40 degrees Fahrenheit and rising and dry conditions. 17. Signal Controller a. Each controller cabinet shall be modified for use at a specific intersection in accordance with the instructions included in the Drawings. 1) Each cabinet shall be prepared and tested for on-the-street use b. Connect all field wirings to the controller-cabinet assembly. 1) The City will assist in determining how the detector loop lead-in cables are to be connected in the cabinet. 2) The City will program the controller, the conflict monitor, detector units, and other equipment in the controller cabinet and turn on the traffic signals. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 102 TRAFFIC SIGNALS Page 102 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 c. All wiring modifications made in conjunction with preparing the cabinet for use at a specific intersection shall be documented on the cabinet prints for that intersection. 18. Roadside Flashing Beacon Assembly a. Installation 1) Install in locations as shown in Drawings. 2) Stake the pole location for approval by City or Engineer. 3) Install pole, breakaway base, connectors, wiring, signal beacons, sign and foundation as shown on the Drawings or as directed. 4) Install the flasher control assembly on the electrical service pole. 5) Install watertight breakaway electrical fuse holders in all line and neutral conductors at breakaway base. 6) Use established industry and utility safety practices to erect assemblies near overhead or underground utilities. 7) Consult with the appropriate utility company prior to beginning such work. b. Relocation 1) Disconnect and isolate the electrical power supply prior to removal of the assembly. 2) Remove existing assembly as directed. 3) Unless otherwise directed, salvage existing components such as sign, beacons, pole, and base. 4) Repair or replace lost or damaged components as directed. 5) Relocate existing assembly to the location shown on the plans or as directed. 6) Install existing assembly at new foundations. 7) Remove existing foundations. 8) Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. c. Removal 1) Disconnect and isolate existing electrical power supplies prior to removal of the assembly. 2) Remove existing sign panel, beacons, pole, and base from existing assembly. 3) Store items to be reused or salvaged without damaging. 4) Store sign panels above the ground in a vertical position at locations shown on the plans or as directed. 5) Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 6) Unless otherwise shown on the plans, remove abandoned foundations, including steel, to 2 ft. below the finished grade. 7) Backfill with material equal in composition and density to the surrounding area, and replace any surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition. 19. School Zone Flasher Assembly a. Installation 1) Install in locations as shown in Drawings. 2) Stake the pole location for approval by City or Engineer. 3) Install pole, breakaway base, connectors, wiring, signal beacons, controller, modem, sign and foundation as shown on the Drawings or as directed. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 103 TRAFFIC SIGNALS Page 103 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 4) Install watertight breakaway electrical fuse holders in all line and neutral conductors at breakaway base. 5) Use established industry and utility safety practices to erect assemblies near overhead or underground utilities. 6) Consult with the appropriate utility company prior to beginning such work. b. Relocation 1) Disconnect and isolate the electrical power supply prior to removal of the assembly. 2) Remove existing assembly as directed. 3) Unless otherwise directed, salvage existing components such as sign, beacons, pole, and base. 4) Repair or replace lost or damaged components as directed. 5) Relocate existing assembly to the location shown on the plans or as directed. 6) Install existing assembly at new foundations. 7) Remove existing foundations. 8) Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. c. Removal 1) Disconnect and isolate existing electrical power supplies prior to removal of the assembly. 2) Remove existing sign panel, beacons, pole, and base from existing assembly. 3) Store items to be reused or salvaged without damaging. 4) Store sign panels above the ground in a vertical position at locations shown on the plans or as directed. 5) Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 6) Unless otherwise shown on the plans, remove abandoned foundations, including steel, to 2 ft. below the finished grade. 7) Backfill with material equal in composition and density to the surrounding area, and replace any surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition. 20. Rectangular Rapid Flashing Beacon (RRFB) Assembly a. Installation 1) Install in locations as shown in Drawings. 2) Stake the pole location for approval by City or Engineer. 3) Install pole, breakaway base, connectors, wiring, control panel, solar panel, battery, light bar, signage, pedestrian push button, and foundation as shown on the Drawings or as directed. 4) Install watertight breakaway electrical fuse holders in all line and neutral conductors at breakaway base. 5) Use established industry and utility safety practices to erect assemblies near overhead or underground utilities. b. Relocation 1) Disconnect and isolate the solar panels prior to removal of the assembly. 2) Remove existing assembly as directed. 3) Unless otherwise directed, salvage existing components such as sign, light bar, solar panel, pole, and base. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 104 TRAFFIC SIGNALS Page 104 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 4) Repair or replace lost or damaged components as directed. 5) Relocate existing assembly to the location shown on the plans or as directed. 6) Install existing assembly at new foundations. 7) Remove existing foundations. 8) Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. c. Removal 1) Disconnect and isolate solar panel prior to removal of the assembly. 2) Remove existing sign panel, light bar, solar panel, pole, and base from existing assembly. 3) Store items to be reused or salvaged without damaging. 4) Store sign panels above the ground in a vertical position at locations shown on the plans or as directed. 5) Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 6) Unless otherwise shown on the plans, remove abandoned foundations, including steel, to 2 ft. below the finished grade. 7) Backfill with material equal in composition and density to the surrounding area, and replace any surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition. 21. Powder Coating Traffic Signal Structures a. All galvanized exterior surfaces shall be coated with a Urethane or Triglycidyl Isocyanurate (TGIC) Polyester Powder to a minimum film thickness of 2.0 mils (0.002”). b. Prior to application, the surfaces to be powder coated shall be mechanically etched by brush blasting (Ref. SSPC-SP7) and the zinc coated substrate preheated to 450 degrees for a minimum of one hour in a gas fired convection oven. c. The coating shall be electrostatically applied and cured in a gas fired convection oven by heating the zinc coated substrate to a minimum of 350 degrees Fahrenheit and a maximum of 400 degrees Fahrenheit. d. The thermosetting powder resin shall provide both intercoat as well as substrate fusion adhesion that meets 5A or 5B classifications of ASTM D3359. 3.4 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Initial testing of all materials, construction items, or products incorporated in the Work will be performed at the direction of the City. a. Embankment construction shall conform to 31 24 00. b. All backfill of structures shall conform to 33 05 10. c. Excavation shall conform to 31 23 16. 2. The failure to require tests of materials by the Inspector shall in no way relieves the Contractor of his responsibility of furnishing materials conforming to these Specifications. 3. Tests, unless otherwise specified, shall be made in accordance with the latest methods of the ASTM or other approved test methods. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 105 TRAFFIC SIGNALS Page 105 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 a. The Contractor shall provide such facilities, as the Inspector may require, for the collecting and forwarding of samples and shall not use the materials represented by the samples until tests have been made. b. The Contractor shall furnish adequate samples without charge. 4. Vehicle detector loops a. Prior to termination of the loop lead-in in the controller cabinet an installation test shall be made by applying not less than 500 volts DC to the completed detector loop. 1) A minimum resistance of 1 megohm shall be obtained by use of a meter. b. After the above tests are completed and the lead-in cable has been terminated in the cabinet, the Contractor shall assist the Inspector in determining the loop inductance of each loop detector. 1) A detector loop analyzer shall be used to determine the total inductance of the loop in the pavement and its associated lead-in cable as well as to determine the percentage shift in loop inductance for various size vehicles that actuate the detector. 5. Signal cables a. The Traffic Management Manager or designee may require that all cables shall be checked for insulation resistance upon installation and prior to termination. The tests shall be made with a test set operating at a minimum of 500 volts DC applied to the conductors. b. Each conductor in the multi-conductor signal cables shall be tested for insulation resistance relative to each other and to the outer covering of the cable. The minimum acceptance value for insulation resistance shall be 1 megohm. 6. Controller cabinet a. If the controller cabinet is to be supplied by the Contractor for this Project, the cabinet shall be tested at a facility located within the Dallas/Fort Worth area. b. The Contractor shall notify the Inspector or his representative a minimum of 3 Working Days prior to beginning the test period of his intent to test a cabinet or group of cabinets. c. At this point, the City may schedule an inspection team and notify the Contractor of the earliest date and time the team can visit. d. Each cabinet shall be tested with a controller unit for a minimum of 24 continuous hours. 1) The cabinet test will include conflict monitor functions, detector unit function and load switch operation for conformance with cabinet hardware specifications, etc. 2) The cabinet must successfully pass all items otherwise the test is restarted for another 24 hour period. B. Non-Conforming Work 1. In the event that a material, construction item, product incorporated in the Work, embankment, backfill, excavation or any other item tested, fails to satisfy the minimum requirements of the initial test described above, appropriate prove-out tests shall be made as directed by the Inspector to determine the extent of the failure and to verify that corrective measures have brought the Item up to Specification requirements. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 106 TRAFFIC SIGNALS Page 106 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 a. The cost of all testing necessary to determine the extent of the failure and the adequacy of the corrective measures shall be the responsibility of the Contractor. 3.5 SYSTEM STARTUP A. The Contractor shall coordinate with the Inspector to have a qualified technician on the Site when the traffic signal is placed into operation. B. During the 30 day test period, the contractor shall be responsible for any trouble calls and shall make all necessary action to repair the problem. The City will be responsible for traffic signal timing operation only. C. The Contractor shall provide a local telephone number (not subject to frequent changes) where trouble calls are to be received on a 24-hour basis. D. The Contractor's response time to reported calls shall be within a reasonable travel time, but not more than 2 hours maximum. E. Appropriate repairs shall be made within reasonable time. 1. If, after further diagnosing the problem, the qualified technician determines the problem is in the equipment supplied by others, the Contractor shall notify the Inspector. F. 30 days test period will restart after completing each signal failure due to workmanship G. No extra compensation will be allowed for fulfilling the requirements stated above. 3.6 CLOSEOUT ACTIVITIES A. Prior to final acceptance by the City, the Contractor is responsible for removal, replacement and reinstallation of any damaged material at the Contractor's expense. B. Whenever the Work provided for and contemplated under the Contract has been found by the Inspector to be completed to his / her satisfaction on any individual signalized intersection, or interconnected system of signalized intersections, as shown in the Drawings, final cleaning up of said signalized intersection has been performed and the traffic signal equipment supplied by the or has operated continuously for a minimum of 30 days in a satisfactory manner, the Contractor will be released from further maintenance on that particular intersection. 1. Such partial acceptance will be made in writing and shall in no way void or alter any terms of the Contract. 2. If equipment fails, a new 30-day test period will start when the equipment has been repaired or replaced. 3.7 PROTECTION A. Prevent any property damage to property owner's poles, fences, landscaping, mailboxes, etc., and repair any damages. B. Provide access to all driveways during construction. C. Protect all underground and overhead utilities, including sprinkler systems, and repair any damages. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 10 - 107 TRAFFIC SIGNALS Page 107 of 107 CITY OF FORT WORTH Insert Project Name STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. XXXXX Revised October 12, 2015 3.8 MAINTENANCE A. While performing Work under this Contract, the Contractor bears the sole risk of loss for damages to or destruction of any traffic signal equipment or appurtenances, on equipment that was not to be replaced or installed under this Contract, but which was damaged or destroyed through the fault or negligent acts of the Contractor. B. The Contractor shall replace such damaged or destroyed equipment, etc., at no cost to the City, regardless of whether or not the damaged or destroyed equipment, etc., was a part of this Contract or any warranties under this Contract. C. The Contractor's responsibility shall cease under this paragraph upon written acceptance of an intersection by the City. D. The Contractor's responsibility for full operation and maintenance of all traffic signal equipment shall begin when he starts any type of Work which effects active intersection control at the first intersection and shall extend through the period of final Project acceptance of each intersection. E. This maintenance responsibility includes existing controllers/masters, existing interconnect and cabling systems, existing signal indications, existing vehicle detectors, new controllers/masters, new signal hardware, new cabling systems, and other hardware elements which are considered part of either the existing or the new traffic signal system. F. It is recognized that the City may continue to make a first response to any trouble call. Action on such response will, however, be limited to placing the intersection on flash, replacing load switches or detector amplifiers, erecting temporary control devices, requesting immediate traffic control by uniformed police officer, or other such action deemed necessary to provide a safe operation. 1. Such action will in no way relieve the Contractor of his operation and maintenance responsibility. G. The Contractor shall be required to notify the Inspector or Traffic Management Division at least 24 hours in advance of any planned controlled change-outs or any other operational procedures. H. Battery Back-up System 1. The BBU shall provide voltmeter standard probe input-jacks (+) and (-) to read the exact battery voltage drop at the inverter input. 2. The BBS shall be equipped with both Input and Output AC circuit breakers, and with either a DC circuit breaker or fused battery harness. 3. All components, terminations, terminal blocks, relays, etc. shall be fully accessible. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/19/2015 S. Arnold Various revisions and additions Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 0 | Page      ATTACHMENT A CITY OF FORT WORTH  ADVANCE  TRANSPORTATION  CONTROLLER CABINET  (ATCC) SPECIFICATIONS    Page 1 of 12  Contents  ATC CABINET SPECIFICATIONS ...................................................................................................................... 3  ATC Cabinet Requirements ....................................................................................................................... 3  Cabinet Housings ...................................................................................................................................... 3  Housing Package ................................................................................................................................... 3  Housing Construction ............................................................................................................................ 3  Material Thickness ................................................................................................................................ 3  Welds .................................................................................................................................................... 3  Aluminum Surface Protection ............................................................................................................... 4  Anti‐Graffiti Paint .................................................................................................................................. 4  Enclosure Door Frames and Door Seals ................................................................................................ 4  Gasketing .............................................................................................................................................. 4  Cage Mounting Supports ...................................................................................................................... 4  Lifting Eyes and Exterior Bolt Heads ..................................................................................................... 4  Door Latches and Locks ......................................................................................................................... 4  Latch/Lock Mechanism ......................................................................................................................... 5  Lock & Keys ........................................................................................................................................... 5  Cam ....................................................................................................................................................... 5  Housing Ventilation ............................................................................................................................... 5  Intake & Filter ....................................................................................................................................... 5  Fan ......................................................................................................................................................... 5  Hinges .................................................................................................................................................... 5  Door Catches ......................................................................................................................................... 6  Police Panel ........................................................................................................................................... 6  Rack Cage .............................................................................................................................................. 6  Clearance between Rails ....................................................................................................................... 6  Cage Connection ................................................................................................................................... 6  Cage Location ........................................................................................................................................ 6  ATC Cabinet Assemblies ............................................................................................................................ 6  General .................................................................................................................................................. 6  Output Assembly (16‐Channel) ............................................................................................................. 7  Output Assembly (32‐Channel) ............................................................................................................. 7  Field Output Termination Assembly (16‐Channel) ............................................................................... 7  Input Assembly (24‐Channel) ................................................................................................................ 7  Input Assembly (48‐Channel) ................................................................................................................ 7  Service Assembly (1‐Flasher) ................................................................................................................ 8  Service Assembly (2‐Flasher) ................................................................................................................ 8  SB1/SB2 and DC Power Bus .................................................................................................................. 8  AC Clean Power Bus .............................................................................................................................. 8  ATC Cabinet  Components ........................................................................................................................ 9  Model 2202‐HV Universal High‐Density Switch Pack / Flasher Units (HDSP‐FU) ................................. 9  Model 2212‐HV Cabinet Monitor Unit (CMUip) ................................................................................... 9  Model 2220 Auxiliary Display Unit (ADU) ............................................................................................. 9  Model 2218 Serial Interface Unit (SIU2) ............................................................................................. 10  Model 2216 Cabinet Power Supply (CPS) ........................................................................................... 10  Model 2205 High‐Density Flash Transfer Relay (HDFTR) .................................................................... 10  Main Contactor ................................................................................................................................... 10  Page 2 of 12  ATCC CABINET CONFIGURATION EXAMPLE ................................................................................................ 11  General .................................................................................................................................................... 11  Output Assembly (16‐Channel): .......................................................................................................... 12  Output Assembly (32‐Channel): .......................................................................................................... 12  Field Output Termination Assembly (16‐Channel): ............................................................................ 12  Input Assembly (24‐Channel): ............................................................................................................. 12                                                                                      Page 3 of 12      ATC  CABINET SPECIFICATIONS  This specification describes the Advanced Transportation Controller Cabinet (ATCC) for City of Fort Worth. The City has chosen to stop procurement of 170 cabinets any more, and instead will be procure  and implement new ATC cabinets from here on after.   As a part of the ATC Cabinet, the intention is to standardize on internal Assemblies regardless of the specific housing configuration of the ATC Cabinet chosen. The common parts shall include: Service Assembly (SA), Input Assembly (IA), Output Assembly (OA), AC Clean Power Bus, combo SB1/SB2 and DC Power Bus, Field Input Termination Assembly (FITA), and Field Output Termination Assembly (FOTA). The housing and the cage(s) shall depend on the ATC Cabinet configuration. The ATC Cabinet Inspection and Testing Requirement shall comply with the Electrical, Environmental and Testing Requirements of the ITS Cabinet Standard v01.02.17b. ATC Cabinet Requirements  This section describes the functional and physical requirements of the corresponding ATC Cabinets. Cabinet Housings  Housing Package  The housings shall include, but not be limited to, the following: • Enclosure & Doors • Gasketing • Lifting Eyes & External Bolt Heads • Door Latches & Locks • Ventilation • Cage Supports & Mounting • Door Hinges & Catches • Police Panel • Aluminum Surfaces Housing Construction  The housing shall be rainproof. It shall have front and rear doors, each equipped with a lock and handle. The enclosure top shall be crowned to prevent standing water. Material Thickness  The enclosure, doors, lifting eyes, gasket channels, police panel door, spacer supports and all supports welded to the enclosure and doors shall be fabricated of 0.125 inch minimum thickness aluminum sheet. The filter shell, filter through, fan support and police panel enclosure shall be fabricated of 0.080 inch minimum thickness aluminum sheet. The spacer supports shall have the option to use 0.059 inch minimum stainless steel sheet. Welds  All exterior seams for enclosure and doors shall be continuously welded and shall be smooth. All edges shall be filled to a radius of 0.03125 inch minimum. Exterior cabinet welds shall be done by gas Tungsten arc TIG process only. ER5356 aluminum alloy bare welding electrodes conforming to AWS A5.10 Page 4 of 12  requirements shall be used for welding on aluminum. Procedures, welders and welding operators shall conform to the requirements and practices in AWS B3.0 and C5.6 for aluminum. Internal cabinet welds shall be done by gas metal arc MIG or gas Tungsten arc TIG process. Aluminum Surface Protection  The aluminum surface protection shall be either MILL FINISH or ANTI-GRAFFITI Paint.  Anti‐Graffiti Paint  The aluminum surface shall be cleaned, etched and rinsed. The cleaning and etching procedure shall be to immerse in inhabited alkaline cleaner at 71 degrees C for five minutes (Oakite 61A, Diversey 909 or equivalent in mix of the 6 to 8 ounces per gallon to distilled water). Rinse in cold water. Etch in a sodium solution at 66 degrees C for 5 minutes 90.5 ounce sodium fluoride plus 5 ounces of sodium hydroxide mix per gallon to distilled water. Rinse in cold water. Desmut in a 50% by volume nitric acid solution at 20 degrees C for 2 minutes. Rinse in cold water. Dry surfaces by preheating in an oven for 15 minutes at 400 degrees F. Remove and coat the surfaces using TCI Wheel Silver # 9811- 0110 with a minimum film build of not more than 2 mils total thickness. Place back into preheated oven for 10 minutes minimum at 360 degrees F to gel the base coat. Remove and coat the surfaces using TCI Anti-graffiti Clear # 9810-0231. Place back into oven and fully cure at 380 degrees F for 40 minutes. Enclosure Door Frames and Door Seals  The enclosure door frames shall be double-flanged out on all four sides and shall have strikers to hold tension on, and to form a firm seal between, the door gasketing and the frame. The dimension between the door edge and the enclosure external surface when the door is closed and locked shall be 0.156 inch (+/-0.08 inches). Gasketing  Gasketing shall be provided on all door openings and shall be dust-tight. Gaskets shall be 0.25 inches minimum thickness closed cell neoprene or silicone (BOYD R- 108480 or equal) and shall be permanently bonded to the metal. A gasket top and side channels shall be provided to support the top gasket on the door to prevent gasket gravitational fatigue. Cage Mounting Supports  Cage mounting supports shall be provided on either side, level with the bottom edge of the door opening, for horizontal support and bolt attachment; side cage supports provided for the bracket cage supports; and bracket cage support attachments. Lifting Eyes and Exterior Bolt Heads  The housing shall be provided with 2 lifting eyes for placing the cabinet on its foundation. Each eye opening shall have a minimum diameter of 0.75 inch. Each eye shall be able to support the weight load of 1000 lbs. All bolt heads shall be tamperproof type. Door Latches and Locks  The latching handles shall have provision for padlocking in the closed position. Each handle shall be 0.75 inch minimum diameter stainless steel with a minimum of 0.50 inch shank. The padlocking attachment shall be placed at 4 inch from the handle shank center. An additional 4 inch minimum gripping length shall be provided. Page 5 of 12  Latch/Lock Mechanism  The latching mechanism shall be a three-point draw roller type. The pushrods shall be turned edgewise at the outward supports and have a cross section of 0.25 inch thick by 0.75 inch wide minimum. Rollers shall have a minimum diameter of 0.875 inch with nylon wheels and steel ball bearings. When the door is closed and latched, the door shall be locked. The lock and lock support shall be rigidly mounted on the door. The lock shall be mounted in the upper quadrant, above the handle when in its full open position. In the locked position, the bolt throw shall extend a minimum of 0.25 inch (+/-0.03125 inches) into the latch cam area. A seal shall be provided to prevent dust or water entry through the lock opening. Lock & Keys  The locks shall be Corbin 2 type. One key shall be supplied with each lock. The keys shall be removable in the locked position only. The locks shall have rectangular, spacing loaded bolts. The bolt shall have a 0.281 inch throw and shall be 0.75 inch wide by 0.375 inch thick. Tolerance is 0.035 inch. A swing away cover shall be placed over the key entrance to protect the lock mechanism. Cam  The center latch cam shall be fabricated of a minimum thickness of 0.188 inch aluminum, or 11 gauge steel. The bolt surface shall horizontally cover the cam thickness. The cam shall be structured to only allow the door to open when the handle is moved toward the center of the door. Housing Ventilation  Housing ventilation shall include intake, exhaust, filtration, and continuous running fan assembly or a thermostat controlled fan. Intake & Filter  The louvered vent depth shall be a maximum of 0.25 inch. A removable and reusable air filter shall be housed behind the door vents. The filter filtration area shall cover the vent opening area. A filter shell shall be provided that fits over the filter providing mechanical support for the filter. This shell shall be louvered to direct the incoming air downward. The shell sides and top shall be bent over a minimum of 0.25 inch to house the filter. The filter resident in its shell shall be held firmly in place with a bottom trough and spring loaded upper clamp. No incoming air shall bypass the filter. The bottom filter shall be formed into a waterproof sump with drain holes to the outside housing. The filter shall be 16 inch wide by 12 inch high by 0.875 inch thick. The filter shall be an ECO-AIR Product E35S or equal. The intake (including filter with shell) and exhaust areas shall pass a minimum of 60 cubic feet of air per minute for housing #1; 120 cubic feet of air per minute for Housing #3; and 26 cubic feet of air per minute for housing #2. Fan  Each electric fan shall be equipped with ball or roller bearings and shall have a minimum capacity of 100 cubic feet of free air delivery per minute. The fan shall be mounted within the housing and protected with a finger guard. The fan should be powered from 120 Vac. Hinges  Stainless steel hinges (two bolts per leaf) shall be provided to bolt the enclosure to the doors. Housing #1 and housing #3 shall have four hinges per door, and housing #2 shall have three hinges per door. Each hinge shall be 3.5 inch minimum length and have a fixed pin. The pin ends shall be welded to hinge and ground smooth. The pins and bolts shall be covered by the door edge and not accessible when the door is closed. A ground strap between the door and the main cabinet housing shall be required when 120 VAC components are mounted on the door. Page 6 of 12  Door Catches  Front and rear doors shall be provided with catches to hold the door open at both 90 and 165 (+/- 10) Degrees. The catch minimum diameter shall be 0.375 inch aluminum rods. The catches must be capable of holding the door open at 90 degrees in a 60 mph wind acting at an angle perpendicular to the plane of the door. Police Panel  A police panel assembly shall be provided to allow limited control access. The panel door shall be equipped with a lock and master police key. The front and back of the panel shall be enclosed with a rigid metal covering so that no parts having live voltage are exposed. The panel assembly shall have a drain to prevent water from collecting within the assembly. The drain shall be channeled to the outside. The series 35X cabinets shall have one switch provided and labeled "SIGNALS ON - OFF” and one switch provided and labeled "FLASH / AUTO". The MANUAL CONTROL ENABLE ON-OFF switch and a receptacle for the INTERVAL ADVANCE cord shall be provided. An INTERVAL ADVANCE cord, six feet in length, shall be provided. Rack Cage  A standard rack cage shall be installed inside the housing for mounting of the ATC Controller unit and cabinet assemblies. The EIA rack portion of the cage shall consist of four continuous, adjustable equipment mounting angles. The mounting angle nominal thickness shall be 11- gauge plated steel. The mounting angles shall be tapped with 10-32 threads with EIA universal spacing. The mounting angle shall comply with standard EIA-310-B and shall be supported at the top and bottom by either welded or bolted support angles to form a cage. The mounting angles shall provide holes to mount the side panels. Clearance between Rails  Clearance between rails for mounting assemblies shall be 17.75 inch. Cage Connection  The cage shall be bolted to the cabinet at four points via the housing cage supports and four points via associated spacer brackets (top and bottom). Cage Location  The cage(s) shall be centered within the cabinet door opening(s). ATC Cabinet Assemblies  General  This document describes the functional and physical requirements of the ATC Cabinet. The ATC Cabinet shall adhere to the following requirements:  The Assemblies shall be completely removable from or installable in the ATC Cabinet cage without removing any other equipment and using only a standard slotted or Phillips screwdriver.  All equipment in the ATC Cabinet shall be clearly and permanently labeled.  The marker strips shall be made of material that can be easily and legibly written on using a pencil or ballpoint pen. Marker strips shall be located immediately below the item they are to identify and must be clearly visible with the items installed.  Guides (top and bottom) shall be provided for assembly plug-in units. The guides shall begin 0.50 inch from the assembly front panel face.  High-voltage components (over 50 V) shall not be exposed per NEC. Page 7 of 12   All fuses, circuit breakers, switches (except police panel switches) and indicators shall be readily visible and accessible when the ATC Cabinet front door is open.  When servicing the ATC Cabinet the Output Assembly, Input Assembly, Cabinet Power Supply, and Controller shall be replaceable without putting the intersection into a dark condition, i.e. Flash mode shall be maintained.  Wire raceway shall be integrated as part of the ATC Cabinet allowing for neat internal and field wiring.  Output Assembly 24VDC bypass switch shall provide a momentary 24VDC voltage to the HDSPs during flash mode for troubleshooting purposes.  All Assemblies shall be modular with pluggable cabling.  Replacing the ATC Cabinet fan shall not require any tool. Output Assembly (16‐Channel)  The Output Assembly shall be an EIA-310B rack mounted assembly. The Output Assembly shall house eight Model 2202-HV Universal High-Density Switch Pack / Flasher Units (HDSP-FU) providing forty eight load circuits. One resident Model 2218 Serial Interface Unit (SIU2) shall provide interface and control. The Output Assembly shall house a CMUip-2212-HV Cabinet Monitor Unit (CMUip), Main Contactor, Stop Time Switch, Flash / Auto Switch, four Circuit Breakers and Momentary 24VDC Bypass Switch. Output Assembly (32‐Channel)  The Output Assembly shall be an EIA‐310B rack mounted assembly. The Output Assembly shall house  sixteen Model 2202‐HV Universal High‐Density Switch Pack / Flasher Units (HDSP‐FU) providing ninety  six load circuits.    Two resident Model 2218 Serial Interface Units (SIU2) shall provide interface and control.   The Output Assembly shall house a CMUip-2212-HV Cabinet Monitor Unit (CMUip), the Main Contactor,  Stop Time Switch, Flash / Auto Switch, eight Circuit Breakers and Momentary 24VDC Bypass Switch.  Field Output Termination Assembly (16‐Channel)  The 16-Channel Field Output Termination Assembly shall be coupled with the 16-Channel Output Assembly and shall house eight Model 2205 High-Density Flash Transfer Relays (HDFTR). The HDFTR and Flash Program Blocks (FPB) shall be provided to control and select the color (red, yellow, or dark) during ATC Cabinet Flash mode. Transient Protectors shall be provided at the field terminals for the protection of the HDSP-FU when requested. Input Assembly (24‐Channel)  The Input Assembly shall be an EIA-310B rack mounted assembly providing twelve slots of 22/44 pin PCB sockets. A Model 2218 Serial Interface Unit (SIU2) shall be provided in its location mated to a DIN 96-pin connector. The SIU2 shall provide interface and control between the ATC Controller and the input units via system SB1/SB2. This Input Assembly shall be wired for a mix of twelve 2-channel and 4-channel devices. Input Assembly (48‐Channel)  The Input Assembly shall be an EIA-310B rack mounted assembly providing twelve slots of 22/44 pin PCB sockets. Two Model 2218 Serial Interface Units (SIU2) shall be provided in its location mated to a DIN 96-pin connector. The SIU2 shall provide interface and control between the ATC Controller and the input units via system SB1/SB2. The Input Assembly shall be capable of supporting twelve 4-channel devices. This Input Assembly shall be wired for a mix of twelve 2-channel and 4-channel devices. Page 8 of 12  Service Assembly (1‐Flasher)  The Service Assembly shall be modular and shall be mounted on the lower left of the EIA when viewed from the front. It shall house: a Model 2202-HV Universal HDSP-FU, EDCO SHA-1250 or approved equal, BBS landing wire terminals, GFCI, Convenient Outlets and Circuit Breakers. Service Assembly (2‐Flasher)  The Service Assembly shall be modular and shall be mounted on the lower left of the EIA when viewed from the front. It shall house: two Model 2202-HV Universal HDSP-FU, EDCO SHA-1250 or approved equal, BBS landing wire terminals, GFCI, Convenient Outlets and Circuit Breakers. SB1/SB2 and DC Power Bus   SB1/SB2 and DC Power Bus shall include eight DB25 connectors to interconnect the SB1/SB2 communication ports of the assemblies and controller. It shall include a termination circuit at the end of the connections (S8) to prevent radio frequency signal reflection. SB1/SB2 and DC Power Bus shall include one Phoenix plug block or equal to bring the DC power to the SB1/SB2 and DC Power Bus; such power shall be distributed to the ATC Cabinet Assemblies through seven Phoenix receptacle blocks or equal. The copper traces for the DC voltages shall support at least 10 Amps. The SB1/SB2 and DC Power Bus shall be mounted in the EIA rails and it shall swing out to provide access to the back of the assemblies mounted in the opposite side. AC Clean Power Bus  The AC Clean Power Bus shall include eight single NEMA 5-15 receptacles, to provide AC clean power to the ATC Cabinet Assemblies, the controller and Cabinet Power Supply. It shall be mounted on the EIA rails and it shall swing out to provide access to the back of the assemblies mounted in opposite side. Page 9 of 12  ATC Cabinet  Components  Model 2202‐HV Universal High‐Density Switch Pack / Flasher Units (HDSP‐FU)  When located in the Output Assembly, the Model 2202-HV HDSP-FU shall be:  Two channels per card o 6 outputs rated at 5 mA to 1 Amp (1-135 watts) o Over-current protected o Load current monitored for each output  Modular PCB-based plug-in device containing six solid-state switches  1.2” x 4.5” card format with DIN style connector  LED compatible to <2 watts  CMUip controlled output over-ride for fail-safe operation  “ID” Led for each channel driven by CMUip based trouble-shooting  Serial Bus #3 compatible When located in the Service Assembly, the Model 2202-HV HDSP-FU shall be:  Two channels per card o Four outputs rated at 5 mA to 2 Amps each o Over-current protected o Load current monitored for each output  Modular PCB-based plug-in device containing four solid-state switches  1.2” x 4.5” card format with DIN style connector  Supports CMUip Flasher Alarm function Model 2212‐HV Cabinet Monitor Unit (CMUip)  The CMUip-2212-HV Cabinet Monitor Unit (CMUip) shall be a compact, pluggable and modular.  32 channel fully monitor output capability  Direct SB#3 communication to each HDSP-FU for field voltage and load current status  Ethernet port for diagnostics  CMUip is programmed with interchangeable Datakey  Built-in Diagnostic Wizard: The CMUip analyzes the ATC Controller output commands and HDSP-FU field input status o Isolates whether the cabinet fault was caused by an ATC malfunction or a failure in the load bay or field wiring o Identifies the faulty channel(s) and output directly o Provides guidance on how the technician should isolate the cause of the malfunction Model 2220 Auxiliary Display Unit (ADU)  The ADU-2220 shall be a rack mounted display module.  32 channels of RYG status plus a Blue LED for fault status provides a full view of the intersection signal states.  The LCD menu driven display provides detailed status information from the CMUip along with an interface to the patented EDI SmartMonitor® technology. o The built-in Diagnostic Wizard provides a concise view of the signal states involved in the fault, pinpoints faulty signal inputs, and provides guidance on how the technician should isolate the cause of the malfunction.  View status, configuration settings, voltages, currents, and event logs. Page 10 of 12  Model 2218 Serial Interface Unit (SIU2)  The Model 2218 Serial Interface Unit (SIU2) shall be modular PCB-based plug-in device.  SIU2 is housed in each Input and Output Assembly. o The SIU2 converts serial data from the ATC Controller into parallel outputs to the assembly. o The SIU2 converts parallel inputs from the assembly into serial data to the ATC Controller.  54 programmable inputs / outputs  4 opto-isolated inputs  Diagnostic monitoring software uses the front panel EIA-232 port  1.5 inch width faceplate Model 2216 Cabinet Power Supply (CPS)  The PS-2216 Cabinet Power Supply (CPS) shall be a rack mounted and high efficiency design and shall be either of the following: PS2216EP-24-HV Cabinet Power Supply (48v, 24v) PS2216-2412-HV Cabinet Power Supply (48v, 24v, 12v)  Outputs o 1 Amp at 48 Vdc o 5 Amps at 24 Vdc (maximum) o 5 Amps at 12 Vdc (maximum) for PS-2216-2412 only  Power Factor corrected input  1U height with Phoenix connector or equal  Fuse and LED indicator for each output . Model 2205 High‐Density Flash Transfer Relay (HDFTR)  The Model 2205 High-Density Flash Transfer Relay (HDFTR) shall be:  Hermetically Sealed Cover - Moisture proof, prevents contact contamination, insect proof (fire ant, etc.)  Dry Nitrogen Filled - Protects contacts from corrosion, prevents condensation  Metal Can - Robust design, shock/impact resistant  Solid Pins - Robust, bend proof  Ratings: 5 Amps @ 120 Vac switching, 10 Amps surge  48 Vdc coil voltage  LED indicator to display contact transfer position Main Contactor    Input: 48 Vdc coil voltage  Output: 60 Amps @ 120Vac  Contacts: SPST-NO  Equipped with input indicator  Operation at rated current:1,000,000  Power: less than 3 Watts  Located in the Output Assembly       Page 11 of 12        ATCC  CABINET CONFIGURATION EXAMPLE  General  The ATC Cabinet shall consist of Assemblies and Components needed to carry out a specific application. ATC Cabinet versions provided here are EXAMPLES of possible configurations. Traffic Signal Cabinet Application: 350i: 4-Door Cabinet with “P/R” Base Ground Mount 352i: 2-Door Cabinet with “332/342” Base Ground Mount 356i: 2-Door Cabinet with”336/356” Base, Adaptor Mount ATC Cabinet Configuration Table Modules / Assemblies 352i-ATCC 356i-ATCC 350i-ATCC Housing #1 / Cage #1 1 Housing #2 / Cage #2 1 Housing #3 / Two Cage #1 1 Side Panel Cage #1 2 4 Side Panel Cage #2 2 Service Assembly (1-Flasher) 1 1 Service Assembly (2-Flasher) 1 AC Clean Power Bus 1 1 1 SB1 / SB2 and DC Power Bus 1 1 12 Output Assembly (16-Channel) or (32- Channel) 1 1 1 Field Output Termination Assembly (16- Channel) 12 1 12 Input Assembly (24-Channel) maximum 120 channels, or Input Assembly (48-Channel) maximum 120 channels 13 1 15 13 1 13 Field Input Termination Assembly * * * Model 2216 Cabinet Power Supply 1 1 1 Auxiliary Display Unit 1 1 1 LED - Cabinet Light Assembly 12 12 12 Drawer Assembly 1 1 12 *This is optional and depends on the end user’s discretion. Page 12 of 12  The ATC Cabinet shall also be supplied with the following components: Output Assembly (16‐Channel):   (1-8ea **) Model 2202-HV HDSP-FU  (1 ea) Model 2218 SIU2  (1 ea) Model 2212-HV CMUip Output Assembly (32‐Channel):   (1-16ea **) Model 2202-HV HDSP-FU  (2 ea) Model 2218 SIU2  (1 ea) Model 2212-HV CMUip Field Output Termination Assembly (16‐Channel):   (1-8 ea **) Model 2205 HDFTR  (1-8 ea **) Transient Protector  (16 ea) Red Flash Program Blocks  (4 ea) Yellow Flash Program Blocks  (4 ea) White Flash Program Blocks Input Assembly (24‐Channel):   (1 ea) Model 2218 SIU2 Input Assembly (48‐Channel):   (2 ea) Model 2218 SIU2 Service Assembly (1‐Flasher):   (1 ea) Model 2202-HV HDSP-FU  (1 ea) EDCO SHA-1250 or approved equal Service Assembly (2‐Flasher):   (2 ea) Model 2202-HV HDSP-FU  (1 ea) EDCO SHA-1250 or approved equal ** Quantity at the end user’s discretion. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification SPECIAL SPECIFICATION ADVANCED TRANSPORTATION CONTROLLER Attachment B The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page i Table of Contents SECTION 1 – GENERAL SPECIFICATIONS ....................................................................................... 1  2070.1 Description. ........................................................................................................................... 1  2070.2 Interchangeability ................................................................................................................. 1  2070.3 Compliance............................................................................................................................ 1  2070.4 Reference Standards and Specifcations ................................................................................ 1  2070.5 Barcode ................................................................................................................................. 2  2070.6 Warranty ............................................................................................................................... 2  2070.7 Definitions. ............................................................................................................................ 2  2070.8 Assemblies and Associated Modules .................................................................................... 3  2070.9 Documentation ..................................................................................................................... 4  2070.10 Packaging .......................................................................................................................... 5  2070.11 Delivery ............................................................................................................................. 5  2070.12 Measurement and Payment ............................................................................................. 5  2070.13 Metals ............................................................................................................................... 5  2070.14 Aluminum .......................................................................................................................... 5  2070.15 Stainless Steel ................................................................................................................... 5  2070.16 Cold Rolled Steel ............................................................................................................... 5  2070.17 Plating ............................................................................................................................... 5  2070.18 Mechanical Hardware ....................................................................................................... 5  2070.19 Electrical Isolation ............................................................................................................. 5  2070.20 Equipment Grounding ....................................................................................................... 6  2070.21 Daughter Boards ............................................................................................................... 6  COMPONENTS ...................................................................................................................................... 6  2070.22 General .............................................................................................................................. 6  2070.23 Electronic Components ..................................................................................................... 6  2070.24 Capacitors.......................................................................................................................... 6  2070.25 Potentiometers ................................................................................................................. 6  2070.26 Resistors ............................................................................................................................ 7  2070.27 Semiconductor Devices ..................................................................................................... 7  2070.28 Transformers and Inductors .............................................................................................. 7  2070.29 Triacs ................................................................................................................................. 7  2070.30 Circuit Breakers and Fuses Circuit Breakers ...................................................................... 7  2070.31 Load Circuit Breaker Auxiliary Internal Switches .............................................................. 7  2070.32 Fuses.................................................................................................................................. 8  2070.33 Switches ............................................................................................................................ 8  2070.34 Terminal Blocks ................................................................................................................. 8  2070.35 Wiring, Cabling, and Harnesses ......................................................................................... 8  2070.36 Indicators and Character Displays ..................................................................................... 9  2070.37 Connectors ........................................................................................................................ 9  2070.38 Surge Protection Device .................................................................................................. 10  MECHANICAL .................................................................................................................................... 10  2070.39 Assemblies ...................................................................................................................... 10  2070.40 Locking Devices ............................................................................................................... 10  2070.41 PCB Design and Connectors ............................................................................................ 10  2070.42 Model and Serial Numbers ............................................................................................. 10  2070.43 Workmanship .................................................................................................................. 11  2070.44 Tolerances ....................................................................................................................... 11  The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page ii ENGINEERING .................................................................................................................................... 11  2070.45 Human Engineering ......................................................................................................... 11  2070.46 Design Engineering .......................................................................................................... 11  2070.47 Generated Noise ............................................................................................................. 11  PRINTED CIRCUIT BOARDS ........................................................................................................... 11  2070.48 Design, Fabrication and Mounting. ................................................................................. 11  2070.49 Soldering ......................................................................................................................... 12  2070.50 Definitions ....................................................................................................................... 12  QUALITY CONTROL ......................................................................................................................... 13  2070.51 General ............................................................................................................................ 13  2070.52 Manufacturers’ Quality Control and Testing Certification .............................................. 13  2070.53 Components. ................................................................................................................... 13  2070.54 Subassembly, Unit or Module ......................................................................................... 13  2070.55 Pre‐delivery Repair .......................................................................................................... 13  2070.56 Electrical, Environmental and Testing Requirements ..................................................... 13  SECTION II - TYPE 2070 ATC CONTROLLER UNIT ...................................................................... 14  2070.57 Controller Unit ................................................................................................................ 14  2070.58 Unit Version Configuration ............................................................................................. 14  2070.59 Communication and Option Modules ............................................................................. 14  2070.60 Operating System & Board Support Package Requirements .......................................... 14  2070.61 Chassis ............................................................................................................................. 15  2070.62 Power Fail and Power Restoration Operation ................................................................ 15  2070.63 Power Limitations ........................................................................................................... 15  2070.64 EIA‐485 Communications Circuitry ................................................................................. 15  2070.65 EIA‐485 Line Drivers/Receivers ....................................................................................... 15  2070.66 Sockets ............................................................................................................................ 15  2070.67 Frame Address ................................................................................................................ 16  SECTION III - TYPE 2070-1C CPU Module ........................................................................................ 17  2070.68 Type 2070 – 1C Module .................................................................................................. 17  2070.69 The C13S Connector ........................................................................................................ 17  2070.70 Serial Port SP8 ................................................................................................................. 17  2070.71 LINESYNC and POWERDOWN ......................................................................................... 17  2070.72 NRESET ............................................................................................................................ 17  2070.73 Engine Board ................................................................................................................... 17  2070.74 Ethernet Ports ................................................................................................................. 17  2070.75 Network Switches ........................................................................................................... 17  2070.76 Universal Serial Bus (USB) ............................................................................................... 18  2070.77 Host Module Identification ............................................................................................. 18  2070.78 ATC Controller Board Support Package (BSP) ................................................................. 18  SECTION IV - MODEL 2070-1C CPU (Engine Board) ....................................................................... 21  2070.79 General ............................................................................................................................ 21  2070.80 Model 2070 ‐1C CPU Module Processor ......................................................................... 21  2070.81 FLASH Memory ................................................................................................................ 21  2070.82 Dynamic RAM (DRAM) .................................................................................................... 21  2070.83 Static RAM (SRAM) .......................................................................................................... 21  2070.84 Standby Power ................................................................................................................ 21  2070.85 Real‐Time Clock (RTC) ..................................................................................................... 21  2070.86 CPU_RESET ...................................................................................................................... 21  2070.87 CPU_ACTIVE .................................................................................................................... 21  The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page iii APPLICATION PROGRAM INTERFACE (API) ............................................................................ 22  2070.88 ATC API Standard ............................................................................................................ 22  2070.89 Integrated Security .......................................................................................................... 22  2070.90 Serial Communications Interface Ports ........................................................................... 22  2070.91 Serial Peripheral Interface Port ....................................................................................... 24  2070.92 Serial Peripheral Interface (SPI) ...................................................................................... 24  2070.93 Data Key .......................................................................................................................... 25  2070.94 Start‐Up Consideration and Sequence ............................................................................ 26  SECTION V – TYPE 2070-2 FIELD I/O MODULE ............................................................................. 27  2070.95 Type 2070‐2A Field I/O Module (FI/O) ............................................................................ 27  2070.96 Type 2070‐2B Field I/O Module (FI/O) ............................................................................ 27  2070.97 Field F/O Controller Unit (FCU) ....................................................................................... 27  2070.98 Parallel Input Port ........................................................................................................... 27  2070.99 Parallel Output Port ........................................................................................................ 27  2070.100 Output Operation ............................................................................................................ 27  OTHER MODULE CIRCUIT FUNCTIONS. ................................................................................... 28  2070.101 Maximum Capacitive Load .............................................................................................. 28  2070.102 External WDT “Enable” Shunt/Toggle Switch ................................................................. 28  2070.103 WATCHDOG Circuit ......................................................................................................... 28  2070.104 One KHz Reference ......................................................................................................... 28  2070.105 32 Bit Millisecond Counter .............................................................................................. 28  2070.106 Power Up ......................................................................................................................... 28  2070.107 Logic Switch ..................................................................................................................... 28  SERIAL COMMUNICATIONS/LOGIC CIRCUITRY ................................................................... 28  2070.108 System Serial Port 5 (SP5) EIA 485 Signal........................................................................ 28  2070.109 System Serial Port 3 (SP3) EIA 485 Signal........................................................................ 29  2070.110 LINE SYNC and POWER DOWN ........................................................................................ 29  2070.111 CPU RESET and POWER UP ............................................................................................. 29  2070.112 Module 2070‐2B .............................................................................................................. 29  2070.113 Internal Isolation ............................................................................................................. 29  2070.114 Buffers ............................................................................................................................. 29  I/O FUNCTIONS. ................................................................................................................................. 29  2070.115 Inputs .............................................................................................................................. 29  2070.116 Data Filtering ................................................................................................................... 29  2070.117 Outputs ........................................................................................................................... 30  2070.118 Standard Function ........................................................................................................... 30  2070.119 CASE A ............................................................................................................................. 30  2070.120 Interrupts ........................................................................................................................ 31  2070.121 Communication Service Routine ..................................................................................... 31  2070.122 Communication Processing ............................................................................................. 31  2070.123 Input Processing .............................................................................................................. 31  DATA COMMUNICATIONS PROTOCOLS. .................................................................................. 31  2070.124 Communication Protocol ................................................................................................ 31  2070.125 Frame Types .................................................................................................................... 32  2070.126 Request Module Status ................................................................................................... 32  2070.127 Status Bits ........................................................................................................................ 33  2070.128 Request Module Status ................................................................................................... 33  2070.129 MC Management ............................................................................................................ 33  2070.130 Configure Inputs Commands........................................................................................... 34  The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page iv 2070.131 Poll Raw Input Data ......................................................................................................... 34  2070.132 Poll Filtered Input Data ................................................................................................... 35  2070.133 Poll Input Transition Buffer ............................................................................................. 36  2070.134 Active Input ..................................................................................................................... 37  2070.135 The Block Number byte ................................................................................................... 37  2070.136 Set Outputs ..................................................................................................................... 37  2070.137 Configure Input Tracking Functions ................................................................................ 38  2070.138 Definitions are as follows: ............................................................................................... 38  2070.139 Timestamp Value ............................................................................................................ 39  2070.140 Outputs Tracks Inputs ..................................................................................................... 39  2070.141 Number of Item ............................................................................................................... 39  2070.142 Configure Complex Output Functions ............................................................................. 39  2070.143 Configure Complex Outputs Bit Fields ............................................................................ 40  2070.144 Controlling Input Signals ................................................................................................. 41  2070.145 Number of Items ............................................................................................................. 41  2070.146 Configure Watchdog ....................................................................................................... 41  2070.147 Timeout Value ................................................................................................................. 42  2070.148 Watchdog Timeout Value ............................................................................................... 42  2070.149 Controller Identification .................................................................................................. 42  2070.150 Module Identification ..................................................................................................... 42  SECTION VI - TYPE 2070-3D FRONT PANEL ASSEMBLY. ........................................................... 43  2070.151 General ............................................................................................................................ 43  2070.152 Keyboards ........................................................................................................................ 43  2070.153 Ethernet Port ................................................................................................................... 43  2070.154 FPA Layout....................................................................................................................... 43  2070.155 CPU Active Indicator ....................................................................................................... 43  2070.156 Display Liquid Crystal Display (LCD) ................................................................................ 43  2070.157 Characters and Angles of Liquid Crystal Display (LCD) .................................................... 43  2070.158 Backlight .......................................................................................................................... 43  2070.159 Cursor Display ................................................................................................................. 44  2070.160 FPA Controller ................................................................................................................. 44  2070.161 FPA RESET ........................................................................................................................ 44  2070.162 Keypress .......................................................................................................................... 44  2070.163 Auto‐Repeat .................................................................................................................... 44  2070.164 AUX .................................................................................................................................. 44  2070.165 Controller Circuitry .......................................................................................................... 44  2070.166 Character Overwrite ........................................................................................................ 45  2070.167 Auto‐Wrap ....................................................................................................................... 45  2070.168 Cursor Positioning ........................................................................................................... 45  2070.169 Blinking Characters ......................................................................................................... 45  2070.170 Tab Stops ......................................................................................................................... 45  2070.171 Auto‐Scroll ....................................................................................................................... 45  2070.172 Displayable Characters .................................................................................................... 46  2070.173 Display Back Light Illuminate .......................................................................................... 46  2070.174 Command Codes ............................................................................................................. 46  2070.175 Controller Circuit ............................................................................................................. 46  2070.176 C50 ENABLE FUNCTION ................................................................................................... 46  2070.177 Front Panel ...................................................................................................................... 46  The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page v SECTION VII - TYPE 2070-3D USB FRONT PANEL ASSEMBLY ................................................. 47  2070.178 General ............................................................................................................................ 47  2070.179 Universal Serial Bus (USB) ............................................................................................... 47  2070.180 Alternate Front Panel Assembly Layout .......................................................................... 47  2070.181 1C‐CPU USB ..................................................................................................................... 47  SECTION VIII - TYPE 2070-4A POWER SUPPLY MODULE. ........................................................ 48  2070.182 Model 2070‐4A Power Supply Module ........................................................................... 48  2070.183 On/Off Power Switch ...................................................................................................... 48  2070.184 Input Protection .............................................................................................................. 48  2070.185 +5VDC Standby Power .................................................................................................... 48  2070.186 Monitor Circuitry ............................................................................................................. 48  2070.187 ACFAIL/POWER DOWN ................................................................................................... 48  2070.188 Monitor Circuitry Switch ................................................................................................. 48  2070.189 60 Hz Square Wave LINESYNC ......................................................................................... 48  2070.190 LINESYNC ......................................................................................................................... 49  2070.191 Line/Load Regulation ...................................................................................................... 49  2070.192 Efficiency ......................................................................................................................... 49  2070.193 Ripple and Noise ............................................................................................................. 49  2070.194 Voltage Overshoot .......................................................................................................... 49  2070.195 Overvoltage Protection ................................................................................................... 49  2070.196 Circuit Protection ............................................................................................................ 49  2070.197 Inrush Current ................................................................................................................. 49  2070.198 Holdup Time .................................................................................................................... 49  2070.199 Remote Sense ................................................................................................................. 50  SECTION IX - UNIT CHASSIS TYPE 2070. ........................................................................................ 51  2070.200 General ............................................................................................................................ 51  2070.201 Serial Motherboard ......................................................................................................... 51  SECTION X - TYPE 2070 NEMA ........................................................................................................... 52  2070.202 ATC NEMA Standard Controller Units ............................................................................. 52  2070.203 N1C Unit Consisting ......................................................................................................... 52  2070.204 N2C Unit Consisting ......................................................................................................... 52  2070.205 Address ............................................................................................................................ 52  FIELD I/O MODULE ........................................................................................................................... 52  2070.206 2070‐2N Field I/O Module .............................................................................................. 52  2070.207 Requirements Exceptions ............................................................................................... 52  2070.208 Types ............................................................................................................................... 53  2070.209 Power .............................................................................................................................. 53  2070.210 Isolation ........................................................................................................................... 53  2070.211 FCU Output ...................................................................................................................... 53  2070.212 Connectors A, C15S pin out and functions ...................................................................... 53  2070.213 Serial Port 3 ..................................................................................................................... 53  4AN POWER SUPPLY MODULE ..................................................................................................... 54  2070.214 4AN POWER SUPPLY MODULE ........................................................................................ 54  MODEL 2070- 8 FIELD I/O MODULE ............................................................................................. 54  2070.215 2070‐9 Module ................................................................................................................ 54  2070.216 Module Front Panel ........................................................................................................ 54  2070.217 Label ................................................................................................................................ 54  2070.218 Module Power Supply ..................................................................................................... 54  2070.219 Incoming AC Power ......................................................................................................... 55  The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page vi 2070.220 Module PC Boards ........................................................................................................... 55  2070.221 POWERDOWN, NRESET, and LINESYNC .......................................................................... 55  2070.222 Requirements .................................................................................................................. 55  2070.223 EIA‐232 Serial Port .......................................................................................................... 55  2070.224 HAR 2 Harness ................................................................................................................. 55  2070.225 Fault and Voltage Monitor Circuitry ............................................................................... 55  2070.226 Figures ............................................................................................................................. 56  SECTION XI - TYPE 2070 PERIPHERAL EQUIPMENT. ................................................................ 57  2070.227 General Notes ................................................................................................................. 57  2070.228 Type 2070‐6 A & B Async/ Modem Serial Communication Modules.............................. 57  2070.229 Type 2070‐7A Async Serial Comm Module ..................................................................... 58  SECTION XII – GLOSSARY .................................................................................................................. 59  2070.230 Terms and Abbreviations ................................................................................................ 59  APPENDIX A – ELECTRICAL ENVIRONMENTAL AND TESTING REQUIREMENTS .......... 63  A1 ENVIORNMENTAL AND TEST PROCEDURES ........................................................................ 63  A2 Inspection ............................................................................................................................ 64  A3 Definitions of Design Acceptance Testing (DAT) and Production Testing. ......................... 64  A4 Environmental and Operating Requirements ..................................................................... 64  A5 Transients, Power Service. .................................................................................................. 65  A6 Nondestructive Transient Immunity. .................................................................................. 66  TEST FACILITIES .............................................................................................................................. 66  A1 Test Facilities ....................................................................................................................... 66  TEST PROCEDURE: TRANSIENTS, TEMPERATURE, VOLTAGE, AND HUMIDITY ........ 66  A1 Test A: Placement in Environmental Chamber and Check‐Out of Hook‐Up ....................... 66  A2 Test B: Transient Tests (Power Service) .............................................................................. 66  A3 Test C—Low‐Temperature Low‐Voltage Tests.................................................................... 68  A4 Test D—Low‐Temperature High‐Voltage Tests .................................................................. 69  A5 Test E—High‐Temperature High‐Voltage Tests .................................................................. 69  A6 Test F—High‐Temperature Low‐Voltage Tests ................................................................... 70  A7 Test G—Test Termination ................................................................................................... 70  A8 Test H—Appraisal of Equipment under Test ...................................................................... 70  A9 Vibration Test ...................................................................................................................... 71  A10 Shock (Impact) Test. ............................................................................................................ 72  A11 Power Interruption Tests .................................................................................................... 73  APPENDIX B – DETAILED DRAWINGS ............................................................................................ 75  The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A1 of 107 SPECIAL SPECIFICATION ADVANCED TRANSPORTATION CONTROLLER SECTION 1 – GENERAL SPECIFICATIONS 2070.1 Description. Furnish Type 2070 Advanced Transportation Controller (ATC) unit. The Advanced Transportation Controller (ATC) is a general purpose programmable controller that is intended for continuous unattended operation in harsh environments. This specification defines specific, interchangeable modules that are combined to form the Type 2070 ATC, capable of running control software that could be provided from a variety of providers. This specification lays out compositions for the Type 2070 ATC configurations to be used in the City. The Type 2070 ATC is designed such that all components are fully standardized and are therefore interchangeable. All furnished equipment shall be new and unused. Vacuum or gaseous tubes and electro- mechanical devices (unless specifically called out) shall not be used. 2070.2 Interchangeability All assemblies described in this specification and their respective associated devices shall electrically and mechanically intermate and be compatible with each other. 2070.3 Compliance. The Supplier shall guarantee that the 2070 ATC Controller Unit facilitates application portability by abstracting application software from the ATC hardware thereby allowing application programs to operate on the 2070 ATC, regardless of software manufacturer. This will be accomplished thorough a layered software architecture and open source operating system as defined in 2070.78 of this specification. “Burn-in” each controller unit and provide a Quality Control report as described in this specification. The certification report shall be furnished by the manufacturer and attached to each controller unit. The report shall indicate the dates of the “burn-in” period, number of hours, and “burn-in” temperature, and other pertinent test information requested by the City. 2070.4 Reference Standards and Specifcations This specification incorporates the latest approved versions of the following standards by reference:  Advanced Transportation Controller (ATC) Standard Version 5.2b published jointly by the American Association of State Highways and Transportation Officials (AASHTO), the Institute on Transportation Engineers (ITE), and the National Electrical Manufacturers Association (NEMA), January 24, 2006.  Transportation Electrical Equipment Specifications published by the State of California, Department of Transportation (CALTRANS), dated March 12, 2009.  NEMA TS2-2003 v2.03 – Traffic Controller Assemblies with NTCIP Requirements – Published by the National Electrical Manufacturers Association, 2003 When specifications defined in this specification differ from specifications in the above referenced documents, this specification shall prevail. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A2 of 107 Any applicable update and/or revision approved and incorporated into these standards and specifications shall be automatically incorporated into the City’s ATC Specification. 2070.5 Barcode Each Controller Unit shall have a unique barcode place on the front. The Barcode shall be .002” Premium polyester material or approved equal. The barcode shall be 1 ½” x 3/4”. The adhesive shall be MC59 or approved equal. Temperature range shall be –40 degrees Fahrenheit to 250 degrees Fahrenheit. Barcode shall be Code 39. The shelf life is 12 months when stored at 72 degrees Fahrenheit and 50 percent relative humidity. The barcode for the controller unit shall be 4.7 CPI (low density). All barcodes are guaranteed to have no skips in sequence. All barcodes and numerals shall be subsurface printed and produce in black. 2070.6 Warranty The Vendor shall fully guarantee all items, equipment and materials provided under this contract. The duration of the warranty or guarantee shall be the standard of the industry, with a minimum period of 36 MONTHS from the date of shipment to the City. The Vendor shall mark each device with the date of shipment and "City of Fort Worth (or purchasing agency)." The warranty shall cover all Manufacturer's defects, including parts, labor, and shipping costs. Any item found not in accordance with this Specification will be rejected, and returned to Vendor at the Vendor's expense for immediate replacement. Repair: The Manufacturer shall perform warranty repair or replacement and return component within 30 calendar days after receiving equipment. Extension: Following warranty repair or replacement, the warranty period (for that item or module) shall be extended for an additional period of one (1) year. Vendor: If the equipment Vendor is other than the Manufacturer, then the Vendor shall be fully responsible for all warranties and requirements of this Specification. Vendor’s Responsibility: The City will determine the supplier’s responsibility for any controller unit assembly failure if failure occurs within the warranty period. The City will contact the supplier with instructions on the pickup and delivery of defective controller assembly component. The supplier shall be responsible for all shipping and related handling charges. 2070.7 Definitions. The Type 2070 Controller Housing defines a controller housing that is intended to fit an EIA 19 in. rack mounted form commonly found in the Type 332 and ITS family of cabinets. In addition, A NEMA base module is defined for those NEMA TS1 and TS2 shelf mounted applications.  Engine Board. All computational functions are concentrated on an engine board within the ATC that meets requirements of CPU and RAM memory, FLASH memory storage, serial ports, Ethernet interface, standardized pin out interface, clock/calendar maintenance, and Board Support Package.  CPU Module. The CPU module consists of the main CPU, memory, software and interfaces to the remainder of the controller. The CPU module identified in this specification is the Type 2070-1C configuration and is intended to interface with the “engine board” specified by the ATC AASHTO/ITE/ NEMA v5.2b Standard and this specification. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A3 of 107  Field I/O Module. The Field I/O Module provides a mechanism for input and output interfaces. There are two options for the Field I/O Module identified in this specification. The Type 2070-2A Modules is intended to provide a parallel I/O interface with the Type 332 family of cabinets using the C1S connector. The Type 2070-2B Module is intended to provide a serial I/O interface to the ITS cabinet family and the NEMA interface to TS1 cabinets. The Type 2070-2N is for the NEMA TS2 Type 1 cabinets.  Front Panel Assembly Module. A controller Front Panel contains a keyboard display that comprises the user field interface. The Front Panel on the Type 2070 ATC Unit specified shall be the Type 2070-3D Front Panel. The 2070-3D Front Panel includes large character (16 lines of 40 characters each) Liquid Crystal Display (LCD).  Power Supply Module. The power supply module is used to convert 120 volt power to voltages required to operate the electronics inside the Type 2070 ATC controller unit. This power supply shall meet certain minimum electrical characteristics defined herein for its intended use. The power supply shall meet certain minimum electrical characteristics defined herein for its intended use. The Type 2070-4AN identifies the corresponding power supplies needed to support the NEMA TS1 and TS2 standards. This power supply has the Power-up and Power-down signals adjusted to meet NEMA specifications.  Communications Modules. This standard includes serial and modem communication modules. The modem communication module shall be a type 2070-6B. The Type 2070-7A communication modules are for serial communications.  NEMA Interface. This standard includes requirements for an optional module to interface with the NEMA TS1 and NEMA TS2 Type 1 cabinets. The Type 2070-8 NEMA Field I/O Module is an external module that attaches to the bottom of the 2070 and provides for the typical “A,” “B,” and “C” NEMA connectors. 2070.8 Assemblies and Associated Modules The 2070 ATC assemblies and associated modules to be provided include the following: (1) Type 2070- LC Controller Unit (Type 332 Family of Cabinets)  Type 2070-1C CPU Module  Type 2070-2A Field I/O Module  Type 2070-3D Front Panel Assembly  Type 2070- 4A Power Supply  Type 2070-6B Internal Modems (Optional)  Type 2070-7A Serial MA Module (Optional) (2) Type 2070-LCS Controller Unit (ITS Cabinets)  Type 2070-1C CPU Module)  Type 2070-2B Field I/O Module  Type 2070-3D Front Panel Assembly  Type 2070-4A Power Supply  Type 2070-6B Internal Modem (Optional)  Type 2070-7A Serial MA Module (Optional) (3) Type 2070-N1C Controller Unit  Type 2070-1C CPU Module  Type 2070-2B Field I/O Module  Type 2070-3D Front Panel Assembly  Type 2070-4AN Power Supply Module  Type 2070-7A Serial MA Module (Optional)  Type 2070-8 NEMA Module The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A4 of 107 (4) Type 2070-N2C Controller Unit  Type 2070-1C CPU Module  Type 2070-2N Field I/O Module – this module contains 120VAC outlet (accommodates 2070-4 line cord) and has a built-in CPU and memory emulating the 2070-8 NEMA base.  Type 2070-3D Front Panel Assembly  Type 2070-4AN Power Supply Module  Type 2070-7A Serial MA Module (Optional) 2070.9 Documentation All documentation shall be provided in digital format on a CD and one hard copy of the Documentation Manual shall be supplied for each item purchased up to 200 manuals per order. The manual shall be bound in durable covers made of either 65-pound stock paper or clear plastic. The manual shall be printed on 8-1/2 in. by 11 in. paper, with the exception that schematics, layouts, parts lists and plan details may be on 11 in. by 17 in. sheets, with each sheet neatly folded to 8-1/2 in. by 11 in. size. A minimum of Times New Roman or Arial 10 point font shall be used for all manual text, excluding drawings and schematics. Drawing text may use a smaller font size. Manual Contents. Each manual shall include the following sections in the order listed:  Front Cover - The date, serial numbers, model numbers and revision numbers of equipment covered by the manuals shall be printed on the front cover of the manuals.  Table of Contents  Glossary  Manufacturer Contact Information  Address  Telephone Number  Fax Number  General Email Address  General Description  General Characteristics  Installation  Adjustments  Theory of Operation  Systems Description (include block diagram).  Detailed Description of Circuit Operation.  Maintenance  Preventive Maintenance.  Trouble Analysis.  Trouble Shooting Sequence Chart.  Wave Forms.  Voltage Measurements.  Alignment Procedures.  Parts List (include circuit and board designation, part type and class, power rating, component manufacturer, mechanical part manufacturer, data specification sheets for special design components and original manufacturer's part number).  Electrical Interconnection Details & Drawings. Schematic and Logic Diagram Assembly Drawings and a pictorial diagram showing physical locations and identification of each component or part. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A5 of 107 Draft Manual. A preliminary draft of the manual shall be submitted to the City for approval prior to final printing. 2070.10 Packaging Each item delivered shall be individually packed in its own shipping container. When loose Styrofoam is used for packing, the item shall be sealed in a plastic bag to prevent direct contact with the Styrofoam. 2070.11 Delivery Each item delivered for testing shall be complete ready for testing, and shall include documentation manuals. 2070.12 Measurement and Payment The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly, but will be subsidiary to pertinent Items. 2070.13 Metals All sharp edges and corners shall be rounded and free of any burrs. 2070.14 Aluminum Sheet shall be 15 gauge American Standard (0.060-in.) minimum thick Type 3003-H14 or Type 5052-H32 ASTM Designation B209 aluminum alloy. Rod, Bar and Extruded shall be Type 6061-T6, or equal. 2070.15 Stainless Steel Sheet shall be annealed or one-quarter-hard complying with the ASTM Designation: A666 for Type 304, Grades A or B, stainless steel sheet. 2070.16 Cold Rolled Steel Sheet, Rod, Bar and Extruded shall be Type 1018/1020. 2070.17 Plating All cold roll steel shall be plated. All plating shall be either cadmium plating meeting the requirements of Federal Specification QQ-P-416C, Type 2 Class l or zinc plating meeting the requirements of ASTM B633-85 Type II SC4. 2070.18 Mechanical Hardware All bolts, nuts, washers, screws, hinges and hinge pins shall be stainless steel unless otherwise specified. 2070.19 Electrical Isolation Within the circuit of any device, module, or Printed Circuit Board (PCB), electrical isolation shall be provided between DC logic ground, equipment ground and the AC- conductor. They shall be electrically isolated from each other by 500 MΩ, minimum, when tested at the input terminals with 500 VDC. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A6 of 107 2070.20 Equipment Grounding Equipment grounding practices specified in the NEMA TS2 Standard shall be followed. In particular, all external metallic surfaces such as faceplates, chassis, and connector housing shall be connected to the equipment ground signal input of the power supply. 2070.21 Daughter Boards Keyboards and LCD/LED Displays are considered daughter boards. Daughter boards shall be mechanically secured with a minimum of four spacers/metal screws. Connectors shall be either Flat Cable or PCB Headers. Components are to be mounted under the daughter board. COMPONENTS 2070.22 General All components shall be of such design, fabrication, nomenclature or other identification as to be purchased from a wholesale distributor or from the component manufacturer. When a component is of such special design that it precludes the purchase of identical components from any wholesale distributor or component manufacturer, one spare duplicate component shall be furnished with each 20, or fraction thereof, components used. The electronic circuit design shall be such that all components of the same generic type, regardless of manufacturer, shall function equally in accordance with the specifications. 2070.23 Electronic Components No device to be socket mounted unless specifically called out. No component to be operated above 80% of its maximum rated voltage, current or power ratings. Digital components shall not be operated above 3% over their nominal voltage, current or power ratings. No component to be provided where the manufactured date is three years older than the contract award date. The design life of all components, operating for twenty-four hours a day and operating in their circuit application, shall be ten years or longer. Components shall be arranged so they are easily accessible, replaceable and identifiable for testing and maintenance. Where damage by shock or vibration exists, a clamp, fastener, retainer, or hold-down bracket shall support the component mechanically. The Manufacturer shall submit detailed engineering technical data on all components at the request of the Department. The Manufacturer shall certify that the component application meets the requirements of this standard. 2070.24 Capacitors The DC and AC voltage ratings as well as the dissipation factor of a capacitor shall exceed the worst-case design parameters of the circuitry by 150% except for supercaps. Supercaps are capacitors rated less than 10 working volts DC with capacitance values greater than or equal to 1.0F. Supercaps shall be required to meet only their stated ratings. Capacitor encasements shall be resistant to cracking, peeling and discoloration. All capacitors shall be insulated and shall be marked with their capacitance values and working voltages. Electrolytic capacitors shall not be used for capacitance values of less than 1.0 µF and shall be marked with polarity. 2070.25 Potentiometers Potentiometers with ratings from 1 to 2 watts shall meet Military Type RV4 requirements. Under 1 Watt potentiometers shall be used only for trimmer type function. The The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A7 of 107 potentiometer power rating shall be at least 100% greater than the maximum power requirements of the circuit. 2070.26 Resistors Fixed carbon film, deposited carbon, or composition-insulated resistors shall conform to the performance requirements of Military Specifications MIL-R-11F or MIL-R-22684. All resistors shall be insulated and be marked with their resistance values. Resistance values shall be indicated by the EIA color codes, or stamped value. The value of the resistors shall not vary by more than 5% between -37 degrees C and 74 degrees C. Special ventilation or heat sinking shall be provided for all 2- watt or greater resistors. They shall be insulated from the PCB. 2070.27 Semiconductor Devices All transistors, integrated circuits, and diodes shall be a standard type listed by EIA and clearly identifiable. All metal oxide semiconductor components shall contain circuitry to protect their inputs and outputs against damage due to high static voltages or electrical fields. Device pin "1" locations shall be properly marked on the PCB adjacent to the pin. 2070.28 Transformers and Inductors All power transformers and inductors shall have the manufacturer's name or logo and part number clearly and legibly printed on the case or lamination. All transformers and inductors shall have their windings insulated, be protected to exclude moisture, and their leads color coded with an approved EIA color code or identified in a manner to facilitate proper installation. 2070.29 Triacs Each triac with a designed circuit load of greater than 0.5 Amperes at 120 VAC shall be mounted to a heat sink with thermal conductive compound or material, in addition to being mechanically secured. 2070.30 Circuit Breakers and Fuses Circuit Breakers Circuit Breakers and Fuses Circuit breakers shall be listed by UL or ETL. The trip and frame sizes shall be plainly marked (marked on the breaker by the manufacturer), and the ampere rating visible from the front of the breaker. Contacts shall be silver alloy and enclosed in an arc-quenching chamber. An ambient air temperature range of from -18 degrees C to 50 degrees C shall not influence overload tripping. The minimum Interrupting Capacity shall be 5,000 amperes, RMS when the breaker is secondary to a UL approved fuse or primary circuit breaker and both breakers in concert provide the rated capacity. For circuit breakers 80 amperes and above, the minimum interrupting capacity shall be 10,000 amperes, RMS. Circuit breakers shall be the trip-free type with medium trip delay characteristic (Carling switch Time Delay Curve #24 or equal). 2070.31 Load Circuit Breaker Auxiliary Internal Switches The Load Circuit Breakers used to power Switch Packs shall have auxiliary switches. The auxiliary switches shall “open” when the load breaker has tripped and the system will transfer the power from the Main Contactor to the Flash or Blank condition. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A8 of 107 2070.32 Fuses All Fuses that are resident in a bayonet style fuse holder shall have the fuse size rating labeled on the holder or on the panel adjacent to the holder. Fuses shall be easily accessible and removable without use of tools. 2070.33 Switches Dual-inline-package (DIP). DIP quick snap switches shall be rated for a minimum of 30,000 operations per position at 50 mA, 30 VDC. The switch contact resistance shall be 100 milliohms maximum at 2 mA, 30 VDC. The contacts shall be gold over brass. Logic Switches. The switch contacts shall be rated for a minimum of 1-ampere resistive load at 120 VAC and shall be silver over brass (or equal). The switch shall be rated for a minimum of 40,000 operations. Power Switches. The switch contacts shall be rated for a minimum of 5 amperes resistive load at 120 VAC or 28 VDC and be silver over brass (or equal). The switch shall be rated for a minimum of 40,000 operations. Power. Ratings shall be the same as CONTROL, except the contact rating shall be a minimum of 10 amperes at 125 VAC. 2070.34 Terminal Blocks The terminal blocks shall be barrier type, rated at20amperes and 600 VAC RMS minimum. The terminal screws shall be 0.3125 in. minimum length nickel-plated brass binder head type with screw inserts of the same material. Screw size is called out under the associated file, panel or assembly. Screw Lug and Cam Driven Connectors. Provided the connectors mate, screw lug cam driven devices or crimp pin connectors shall be allowable if the interface is part of a harness. For field termination, screw lug and cam driven assemblies are interchangeable for field wiring termination, provided they both accommodate 22-gauge wire on the inputs and 22- gauge wire on the outputs. 2070.35 Wiring, Cabling, and Harnesses Wiring, Cabling and Harnesses shall be neat, firm and properly bundled with external protection. They shall be tie-wrapped and routed to minimize crosstalk and electrical interference. Each harness shall be of adequate length to allow any conductor to be connected properly to its associated connector or termination point. Conductors within an encased harness have no color requirements. Printed circuit motherboards are to be used where possible to eliminate or reduce cabinet wiring. Wiring containing AC shall be bundled separately or shielded separately from all DC logic voltage control circuits. Wiring shall be routed to prevent conductors from being in contact with metal edges. Wiring shall be arranged so that any removable assembly may be removed without disturbing conductors not associated with that assembly. All conductors, except those that can be readily traced, shall be labeled. Labels attached to each end of the conductor shall identify the destination of the other end of the conductor. All conductors shall conform to MIL-W-16878E/1 or better and have a minimum of 19 strands of copper. The insulation shall be polyvinyl chloride with a minimum thickness of 10 The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A9 of 107 mils or greater. Where insulation thickness is 15 mils or less, the conductor shall conform to MIL-W-16878/17. Conductor color identification shall be as follows:  AC- circuits – white  Equip. Ground - solid green or continuous green color with 1 or more yellow stripes  DC logic ground - continuous white with a red stripe  AC+ circuits - continuous black or black with colored stripe  DC logic ungrounded or signal - any color not specified 2070.36 Indicators and Character Displays All indicators and character displays shall be readily visible at a radius of up to 4 feet within the cone of visibility when the indicator is subjected to 97,000 lux (9,000 foot-candles) of white light with the light source at 45 degrees (+/-2 degrees) to the front panel. All indicators and character displays shall have a minimum 90 degrees cone of visibility with its axis perpendicular to the panel on which the indicator is mounted. All indicators shall be self-luminous. All indicators shall have a rated life of 100,000 hours minimum. Each LED indicator shall be white or clear when off. Indicators supplied on equipment requiring handles shall be mounted such that a horizontal clearance is provided. Liquid Crystal Displays (LCD) shall be readable at temperatures of -20 degrees C to +70 degrees C. All controller unit functions are required to operate at temperatures of –37 degrees C to +74 degrees C. 2070.37 Connectors Connectors shall be keyed to prevent improper insertion of the wrong connector where equipment damage or operator injury may result. The mating connectors shall be designated as the connector number and male/female relationship, such as C1P (plug or PCB edge connector) and C1S (socket). Type T. Type T connector shall be a single row, 10 position, feed through terminal block. The terminal block shall be a barrier type with 6-32, 0.25 in. or longer, nickel plated brass binder head screws. Each terminal shall be permanently identified as to its function. Plastic Circular and Type M Connectors. Pin and socket contacts for connectors shall be beryllium copper construction subplated with 1.27 microns nickel and plated with 0.76 microns gold. Pin diameter shall be 0.0618 in. All pin and socket connectors shall use the AMP #601105-1 or #91002-1 contact insertion tool and the AMP #305183 contact extraction tool or equal. Card Edge and Two Piece PCB. Edge connectors shall have bifurcated gold-plated contacts. The PCB receptacle connector shall meet or exceed the following:  Operating Voltage: 600 VAC (RMS)  Current Rating: 5.0 Amperes  Insulation Material: Diallyl Phthalate or Thermoplastic  Insulation Resistance: 5,000 Megohms Contact  Material: Copper alloy plated with 0.00005 in. of nickel and 0.000015 in. of gold  Contact Resistance: 0.006 Ohm maximum The two-piece PCB connector shall meet or exceed the DIN 41612. The PCB 22/44 Connector shall have 22 independent contacts per side; dual sided with 0.156 in. contact centers. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A10 of 107 Wire Terminal. Each wire terminal shall be solderless with PVC insulation and a heavy- duty short -locking spade type connector. Crimp terminal connectors using a Controlled- Cycle type crimping tool. Flat Cable. Each flat cable connector shall be designed for use with 26 AWG cable; have dual cantilevered phosphor bronze contacts plated with 0.00015 in. of gold over 0.00005 in. of nickel; and have a current rating of 1 Ampere minimum and an insulation resistance of 5 Megohms minimum. PCB Header Post. Each PCB header post shall be 0.025 in. square by 0.3425 in. high from the plane of the PCB to the end of the pin; be mounted on 0.10 in. centers; and be tempered hard brass plated with 0.00015 in. of gold over 0.00005 in. of nickel. PCB Header Socket. Each PCB header socket block shall be nylon or diallyl phthalate. Each PCB header socket contact shall be removable, but crimp-connected to its conductor. List the part number of the extraction tool recommended by its manufacturer. Each PCB header socket contact shall be brass or phosphor bronze plated with 0.0015 in. of gold over 0.00005 in. of nickel. 2070.38 Surge Protection Device The surge suppression device shall comply with ANSI/IEEE C62.41 (100 Kilohertz Ring Wave, the 1.2/50 microseconds – 8/20 Combination Wave and the EFT Burst) at voltages and currents specified at “Location Category B2” and at “Test Severity” level III (i.e. up to 4.0 Kilovolts, open-circuit). MECHANICAL 2070.39 Assemblies All assemblies shall be modular, easily replaceable and incorporate plug-in capability for their associated devices or PCBs. Assemblies shall be provided with two guides for each plug-in PCB or associated device (except relays). The guides shall extend to within 0.75 in. from the face of either the socket or connector and front edge of the assembly. If Nylon guides are used, attach the guides securely to the file or assembly chassis. 2070.40 Locking Devices All screw type fasteners shall utilize locking devices or locking compounds except finger screws, which are captive. 2070.41 PCB Design and Connectors No components, traces, brackets or obstructions are to be within 0.125 in. of the board edge (guide edges). The manufacturer's name or logo, model number, serial number, and circuit issue or revision number shall appear and be readily visible on all PCBs. 2070.42 Model and Serial Numbers The manufacturer's model number and circuit issue or revision number shall appear on the rear panel of all equipment supplied (where such panel exists). In addition to any assignment of model numbers by the manufacturer, the TYPE number shall be displayed on the front panel in bold type, at least 0.25 in. high. A permanent label shall be affixed to the inside near and center floor of the Type 2070 unit chassis when viewed from the front. The label shall display the unit's serial number and be permanent and easy to read. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A11 of 107 2070.43 Workmanship Workmanship shall conform to the requirements of this specification and be in accordance with the highest industry standards. 2070.44 Tolerances The following tolerances shall apply, except as specifically shown on the plans or in these specifications: Sheet Metal +/-0.0525 in. PCB +0 in., - 0.010 in. Edge Guides +/-0.015 in. *Note: These dimensional tolerances do not apply to material gauge or thickness. ENGINEERING 2070.45 Human Engineering Equipment. The equipment shall be engineered for simplicity, ease of operation and maintenance. Knobs. Knobs shall be a minimum of 0.5 in. in diameter and a minimum separation of 0.5 in. edge to edge. PCBs. PCBs shall slide smoothly in their guides while being inserted into or removed from the frame and fit snugly into the plug-in PCB connectors. PCBs shall require a force no less than 5 pounds-force or greater than 50 pounds-force for insertion or removal. 2070.46 Design Engineering The design shall be inherently temperature compensated to prevent abnormal operation. The circuit design shall include such compensation as is necessary to overcome adverse effects due to temperature in the specified environmental range. The design shall take into consideration the protection of personnel from all dangerous voltages. 2070.47 Generated Noise No item, component or subassembly is to emit an audible noise level exceeding the peak level of 55 dBa when measured at a distance of one meter away from its surface, except as otherwise noted. No item, component or subassembly is to emit a noise level sufficient to interfere with processing and communication functions of the controller circuits. PRINTED CIRCUIT BOARDS 2070.48 Design, Fabrication and Mounting. Contacts of PCBs. All contacts on PCBs shall be plated with a minimum thickness of 0.00003 in. gold over a minimum thickness of 0.000075 in. nickel. PCB Design. PCB design shall be such that when a component is removed and replaced, no damage is done to the board, other components, conductive traces or tracks. Fabrication. Fabrication of PCBs shall be in compliance with Military Specification MIL- P-13949, except as follows:  Copper Tracks - NEMA FR-4 glass cloth base epoxy resin copper clad laminates 0.0625 in. minimum thickness shall be used. Inter-component wiring shall be by The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A12 of 107 laminated copper clad track having a minimum weight of 2.0 ounces per square foot with adequate cross section for current to be carried. All copper tracks shall be plated or soldered to provide complete coverage of all exposed copper tracks. Jumper wires to external PCB components shall be from plated-through padded holes and as short as possible.  Pits, Dents, Bows and Twists. All PCBs shall conform to Section 3.3 of Military Specification MIL-P-13949G Grade of Pits and Dents and be of Grade B quality (3.5.1.3) or better. The class of permissible bow or twist shall be Class C (Table V) or better. The class of permissible warp or twist shall be Class A (Table II) or better. NOTE: Omit Sections 4.2 through 6.6 of Military Specification MIL-P-13949G (inclusive) except as referenced in previous sections of this specification. Mounting. The mounting of parts and assemblies on the PCB shall conform to Military Specification MIL-STD-275E, except as follows:  Semiconductor Devices. Semiconductor devices that dissipate more than 250 milliwatts or cause a temperature rise of 10 degrees C or more shall be mounted with spacers, transipads or heat sinks to prevent contact with the PCB.  Residual Flux. When completed, remove all residual flux from the PCB.  Resistence. The resistance between any two isolated, independent conductor paths shall be at least 100 Megohms when a 500 VDC potential is applied.  Coating. All PCBs shall be coated with a moisture resistant coating.  Lateral Separation. Where less than 0.25 in. lateral separation is provided between the PCB (or the components of a PCB) and any metal surface, a 0.0625 in. (+/- 0.0005 in.) Thick Mylar (polyester) plastic cover shall be provided on the metal to protect the PCB. Connector Edges. Each PCB connector edge shall be chamfered at 30 degrees from board side planes. The key slots shall also be chamfered so that the connector keys are not extracted upon removal of board or jammed upon insertion. The key slots shall be 0.045 in. (+/-0.005 in.) for 0.1 in. spacing and 0.055 in. (+/-0.005 in.) for 0.156 in. spacing. 2070.49 Soldering Hand Soldering. Hand soldering shall comply with Military Specification MIL-STD-2000. Automatic Flow Soldering. Automatic flow soldering shall be a constant speed conveyor system with the conveyor speed set at optimum to minimize solder peaks or points. Temperature shall be controlled to within +/- 8 degrees C of the optimum temperature. The soldering process shall result in the complete coverage of all copper runs, joints and terminals with solder except that which is covered by an electroplating process. Wherever clinching is not used, provide a method of holding the components in the proper position for the flow process. Time-Temperature. If exposure to the temperature bath is of such a time-temperature duration, as to come within 80% of any component's maximum specified time-temperature exposure, that component shall be hand soldered to the PCB after the flow process has been completed. 2070.50 Definitions Definitions for the purpose of this section on PCBs shall be taken from MIL-P-55110D Section 3.3 and any current addendum. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A13 of 107 QUALITY CONTROL 2070.51 General Material in this section is considered a supplement to that provided in Appendix A. In the case of apparent inconsistencies, the material in Appendix A of this specification shall prevail. 2070.52 Manufacturers’ Quality Control and Testing Certification A compliant test report that is part of the quality control procedure shall be supplied with each delivered unit. Along with pass fail information this report shall include the quality control procedure, test report format and the name of the tester. It should be counter-signed by a corporate officer.  The quality control procedure shall include the following:  Design acceptance testing of all supplied components  Physical and functional testing of controller units  Environmental testing report(s) and final acceptance  Acceptance testing of all supplied components  Physical and functional testing of all modules and items  Verification of a minimum burn-in of all equipment 2070.53 Components. All components shall be lot sampled to assure a consistent high conformance standard to the design specification of the equipment. 2070.54 Subassembly, Unit or Module Complete electrical, environmental and timing compliance testing shall be performed on each module, unit, printed circuit or subassembly. Components will be tested as a complete controller assembly. Housing, chassis, and connection terminals shall be inspected for mechanical sturdiness, and harnessing to sockets to be electrically tested for proper wiring sequence. The equipment shall be visually and physically inspected to assure proper placement, mounting, and compatibility of subassemblies. 2070.55 Pre-delivery Repair Any defects or deficiencies found by the inspection system involving mechanical structure or wiring shall be returned through the manufacturing process or special repair process for correction. PCB flow soldering is allowed a second time if copper runs and joints are not satisfactorily coated on the first run. Do not flow solder a PCB more than twice. Hand soldering is allowed for printed circuit repair. 2070.56 Electrical, Environmental and Testing Requirements Electrical, Environmental and Testing Requirements are provided in Appendix A of this Specification. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A14 of 107 SECTION II - TYPE 2070 ATC CONTROLLER UNIT 2070.57 Controller Unit The Controller Unit is composed of the Type 2070 Unit CHASSIS, modules, and assemblies per their version. 2070.58 Unit Version Configuration The Type 2070 Controller Unit Version defines the module composition to be delivered as follows: MODEL 2070 CONTROLLER CONFIGURATIONS ASSOCIATED DEVICES LC LCS N1C N2C 2070 Unit Chassis 1 1 1 1 1C Type 2070-1C CPU Module 1 1 1 1 2A Type 2070-2A Field I/O Module 1 2B Type 2070-2B Field I/O Module 1 1 2N Type 2070 -2N Field I/O Module 1 3 Type 2070-3D Front Panel Assy. 1 1 1 1 4B Type 2070-4A Power Supply 1 1 4AN Type 2070-4AN Power Supply 1 1 8 Type 2070-8 NEMA Module 1 6B Type 2070 – 6B Comm. Module opt opt opt opt 7A Type 2070-7A Comm. Module opt opt opt opt Notes: 1) 2070 LC and LCS are the same units using the 1C CPU Module with a 2A FIO and 2B communication interface to drive the Type 332 and Serial cabinets, respectively. 2) 2070N versions includes the 1C CPU Module. The communications and option modules/assemblies must be called out separately from the unit version. The 2N Field I/O module is designed to replace the 2070-8 NEMA Base and use the TS2 serial interface. The 2070N versions are described in SECTION X - TYPE 2070 NEMA. 2070.59 Communication and Option Modules The communications and option modules/assemblies must be called out separately from the unit version. 2070.60 Operating System & Board Support Package Requirements The ATC shall use a Linux operating system (O/S) and shall include standard POSIX libraries for application support including real-time extensions of POSIX 1003.1b. To facilitate application level access to the ATC hardware, a Board Support Package (BSP) shall be provided for access to hardware-specific drivers. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A15 of 107 After boot-up the ATC Linux O/S shall make available to applications, access to the low level drivers (block, character and network) provided by the kernel (subject to current open source requirements) or through kernel modules. 2070.61 Chassis The CHASSIS Top and Bottom, Internal Structure Supports, Back Plane Mounting Surface, Module Plates, Power Supply Enclosure, and Front Panel shall be made of 63-gauge minimum aluminum sheet. The CHASSIS Side panels shall be 0.090 inches minimum sheet. 2070.62 Power Fail and Power Restoration Operation It is noted that the Power Failure Power Restoration operations of this unit are specific to the requirements of the user. All associated modules are to comply with said operations. 2070.63 Power Limitations 2070 UNIT module / assembly power limitations are as follows: Types +5VDC +12VDC ISO +12VDC ser -12 VDC ser 2070-1C CPU 2.0A 250Ma 2070-2A FI/O 250 mA 750 mA ----- ----- 2070-2B FI/O 250 mA 500 mA ----- ----- 2070-3D FPA 500 mA ----- 50 mA 50 mA 2070-6 All Comm. 900 mA ----- 300 mA 300 mA 2070-7 All Comm. 250 mA ----- 50 mA 50 mA 2070.64 EIA-485 Communications Circuitry All circuitry associated with the EIA-485 Communications links shall be capable of reliably passing a minimum of 1.0 megabits per second. 2070.65 EIA-485 Line Drivers/Receivers The EIA-485 Line Drivers/Receivers shall be socket mounted or surface mounted and shall not draw more than 35 mA in active state and 20 mA in inactive state. A 100-Ohm Termination Resistor shall be provided across each Differential Line Receiver Input. The Motherboard’s control signals (e.g., SP1-RTS) shall be active, or asserted, when the positive terminal (e.g., SP1-RTS+) is a lower voltage than its corresponding negative terminal (e.g., SP1-RTS-). A control signal is inactive when its positive terminal voltage is higher than its negative terminal. Receive and transmit data signals shall be read as a "1" when the positive terminal's (e.g., SP1-TXD+) voltage is higher than its corresponding negative terminal (e.g., SP1-TXD-). A data value is "0" when its positive terminal's (e.g., SP1-TXD+) voltage is lower than its negative terminal (e.g., SP1-TXD-). 2070.66 Sockets Sockets for devices (called out to be socket mounted) shall be “xx” pin AUGAT 500/800 series AG10DPC or equal. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A16 of 107 2070.67 Frame Address SDLC. SP5 and SP3 SDLC frame address assignments (Command/Response) are as follows: SP5 SP3 CPU 2070-1 “19” “19” FI/O 2070-2A & 8 “20” “Not Applicable” Manufacturer Use 128-254 128-254 CPU Broadcast to all “255” “255” All other addresses are reserved by this standard. The SDLC response shall contain the frame address of the Command sender. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A17 of 107 SECTION III - TYPE 2070-1C CPU Module 2070.68 Type 2070 – 1C Module The TYPE 2070-1C CPU shall be a single board module meeting the 2X WIDE board requirements. The module shall be furnished normally resident in MOTHERBOARD Slot A5. 2070.69 The C13S Connector The C13S Connector shall be a DB25S connector and shall be located on the Module 2070- 1C CPU front panel and shall contain signals for SP8, LINESYNC, NRESET, POWERDOWN, and an isolated BIAS +5VDC as specified in the following paragraphs and as listed in Figure A9-15 located in Appendix D if this specification. TX and RX LEDs shall be provided as shown in Figure A9-15 in Appendix D of this specification. 2070.70 Serial Port SP8 System Serial Port 8 (SP8) shall be isolated, converted to EIA-485, and then routed to Connector C13S. SP8 shall meet all SP2 Port requirements except where noted. 2070.71 LINESYNC and POWERDOWN LINESYNC and POWERDOWN lines shall each be isolated, converted to EIA-485, and then routed to connector C13S for external module use. 2070.72 NRESET CP Reset and POWER UP lines shall be isolated, then OR’d to NRSET. NRESET shall then be converted to EIA-485 and routed to connector C13S for external module use. 2070.73 Engine Board The TYPE 2070-1C CPU module shall use an Engine Board compliant to the AASHTO/ITE/NEMA ATC Standard with exceptions as defined in Section IV. The Engine Board shall be used for execution of the application software. No other microprocessor or memory of the 2070-1C CPU to be used for execution of the application software. 2070.74 Ethernet Ports The ETHERNET ports of the Engine Board shall be brought out on an RJ 45 Connectors mounted on the 2070-1C front panel. The front panel LED indicators for the two CPU Ethernet ports shall be provided as indicated in Figure A9-15 in the Appendix. 2070.75 Network Switches The Model 2070-1C CPU Module shall be provided with two integrated Store-and-Forward Network Switches per the IEEE 802.3u and 802.3x specifications. One switch shall be configured with port 1 and 2 connected to the front panel RJ-45 connectors and port 3 shall be connected to the CPU ENET 1 port. The second switch shall be configured with port 1 connected to the front panel RJ-45, port 2 shall be connected to the CPU ENET 2 port. Port 3 shall be used to route Ethernet across the Motherboard to the “A” Connectors. DC Grounding plane around the network connectors and lines shall be provided. Port 3 Network Lines shall be assigned to: NetP5 TX+, TX-, RX+ and RX- respectively. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A18 of 107 2070.76 Universal Serial Bus (USB) Except as noted in SECTION VII - TYPE 2070-3D USB FRONT PANEL ASSEMBLY, the TYPE 2070-1C CPU module shall include a USB port compliant to the AASHTO/ITE/NEMA ATC Standard, with exceptions that the USB shall conform to appropriate sections of the USB v3.0 specification for both hardware and software operations. USB shall be brought out from the Engine Board to a USB Connector mounted on the 2070-1C front panel. The USB Mass Storage device shall use the FAT file system as configured in the latest approved version of Annex A – Minimum Linux Kernel Configuration of the ATC AASHTO/ITE/NEMA Standard. 2070.77 Host Module Identification The TYPE 2070-1C CPU module shall use a Host Module that provides the mechanical and electrical interfaces to the Engine Board and Mother Board. The TYPE 2070-1C CPU module shall implement the host module identification using the Engine Board SPI serial port, compliant to the latest approved version of the AASHTO/ITE/NEMA ATC Standard. 2070.78 ATC Controller Board Support Package (BSP) The BSP supplied by the manufacturer shall provide operating-system-level support for engine board. The ATC shall use a Linux operating system (O/S) and shall include standard POSIX libraries for application support including real-time extensions of POSIX 1003.1b. To facilitate application level access to the ATC hardware, a Board Support Package (BSP) shall be provided for access to hardware-specific drivers. After boot-up the ATC Linux O/S shall make available to applications, access to the low level drivers (block, character and network) provided by the kernel (subject to current open source requirements) or through kernel modules. The BSP supplied by a manufacturer shall include the following components: 1) A Linux compatible kernel that shall be configured to include, at minimum, the features specified in the latest approved version of Annex A – Minimum Linux Kernel Configuration of the ATC AASHTO/ITE/NEMA Standard. 2) Drivers that support all functionality defined by Section 5.3 of the ATC AASHTO/ITE/NEMA Standard (and Section III and IV of this specification), On-Board Resources; and Section 5.4.3 (and paragraph 2070.69 of this specification), Serial Interface Ports, of the ATC AASHTO/ITE/NEMA Standard, and be capable of operating in an interrupt driven environment where appropriate. Drivers for the following engine board hardware are required: Function Character Block Network Interrupt /dev/sp1 Asynchronous Port X X /dev/sp1s Synchronous Port X X /dev/sp2 Asynchronous Port X X /dev/sp2s Synchronous Port X X /dev/sp3 Asynchronous Port X X /dev/sp3s Synchronous Port X X /dev/sp4 Asynchronous Port (Note 1) X X /dev/sp5s Synchronous Port X X /dev/sp6 Asynchronous Port X X /dev/sp8 Asynchronous Port X X The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A19 of 107 Function Character Block Network Interrupt /dev/sp8s Synchronous Port X X Ethernet 1 X X Ethernet 2 X X USB X X SPI X X CPU Reset X CPU Active LED X Power Down X X RTC X Datakey Present X X Flash File System X X SRAM File System X Notes: A Linux console shall be provided on /dev/tty4 (/dev/console) at boot-up. All terminal outputs during boot time shall be made to that interface. All inputs are made via a terminal program to that interface. This interface is the default stdin / stdout of Linux. The communication parameters are initially 38400 baud, n, 8, 1. The same communication parameters shall be used by the boot-loader in order to ensure a continuous output to the serial terminal / console. After booting and all applications are loaded, /dev/tty4 shall be available to applications as /dev/sp4 unless the single-user mode Linux feature has been invoked via Ctrl-C during the boot process before control is passed to any application programs. See the latest approved version of Annex B – Required Device Driver Interfaces of the ATC AASHTO/ITE/NEMA Standard for BSP-specified driver interface details. 3) Utility applications, modules, libraries and supporting data which include, but are not limited to, the following: Package Version* Programs Remarks Busybox 1.00p8 [, addgroup, adduser, adjtimex, ar, ash, basename, busybox, cat, chgrp, chmod, chown, chroot, clear, cmp, cp, crond, crontab, cut, date, dd, delgroup, deluser, df, dirname, dmesg, dos2unix, du, echo, egrep, env, expr, false, fgrep, find, freeramdisk, getty, grep, gunzip, gzip, halt, head, hexdump, hostid, hostname, hwclock, id, ifconfig, ifdown, ifup, inetd, init, insmod, install, kill, killall, klogd, last, ln, logger, login, logname, logread, ls, lsmod, makedevs, md5sum, mesg, mkdir, mkfifo, mknod, mktemp, modprobe, more, mount, mv, netstat, nslookup, passwd, patch, pidof, ping, pivot_root, printf, ps, pwd, rdate, reboot, renice, reset, UNIX shell and commands collection http://www.busybox.net/ The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A20 of 107 rm, rmdir, rmmod, route, run-parts, rx, sed, sh, sleep, sort, start-stop- daemon, stty, su, sulogin, sync, sysctl, syslogd, tail, tar, tee, telnet, telnetd, test, time, top, touch, tr, true, tty, umount, uname, uniq, unix2dos, unzip, uptime, usleep, vi, wc, which, who, whoami, xargs, yes, zcat UclibC 0.9.27 ld.so, libc, libcrypt.so, libdl.so libm.so, libnsl.so, libnss_dns.so, libnss_files.so, libpthread.so, libresolv.so, libutil.so Uclibc Equivalent http://www.uclibc.org/ downloads *or higher The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A21 of 107 SECTION IV - MODEL 2070-1C CPU (Engine Board) 2070.79 General Appendix B of this specification provides a copy of the AASHTO/ITE/NEMA ATC Standard Annex B. Annex B specifies the device driver interfaces required by the standard. Linux drivers are specified and no further detail is given. Each driver interface summary is described below. 2070.80 Model 2070 -1C CPU Module Processor The Model 2070-1C CPU Module Processor shall utilize a Freescale 32 bit MPC series processor with PowerQUICK architecture that shall have a minimum computational capability of 60 MIPS calculated using the Dhrystone v2.1 benchmark. 2070.81 FLASH Memory The Model 2070-1C CPU Module shall contain a minimum of 64Mbytes of FLASH Memory for storage of OS Software and user application. 2070.82 Dynamic RAM (DRAM) The Model 2070-1C CPU Module shall contain a minimum of 64 Mbytes of DRAM or equivalent volatile memory for application and OS program execution. 2070.83 Static RAM (SRAM) The Model 2070-1C CPU Module shall contain a minimum of 1 MB minimum of SRAM memory for non-volatile parameter storage. 2070.84 Standby Power The Model 2070-1C CPU Module Engine Board shall provide the Standby Power required for supporting the SRAM and RTC. 2070.85 Real-Time Clock (RTC) The Model 2070-1C Module shall be provided with a software settable, hardware RTC that meets the requirements of the ASHTO/ITE/NEMA ATC Standard except that in the absence of VPRIMARY, the RTC shall operate from VSTANBY as listed in Figure A9-16 of Appendix D of this Specification. Operating System Time shall be maintained by utilizing the RTC and LINESYNC as defined by 2070-162 of this specification. 2070.86 CPU_RESET A software-driven CPU_RESET Signal (Active Low) shall be provided to reset other system devices and shall be accessible by application programs as well as by the command line as “cpureset”. CPU_RESET shall be executed when the Controller starts up or is rebooted using the reboot command. 2070.87 CPU_ACTIVE An Active Low signal shall be provided to drive the Front Panel Assembly CPU_ACTIVE LED indicator. This signal shall cause to the LED to default to ON when the controller starts up. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A22 of 107 APPLICATION PROGRAM INTERFACE (API) 2070.88 ATC API Standard The Model 2070-1C Module shall be fully compliant and shall be provided, upon request, with an installed copy of the Application Program Interface (API) compliant to the latest ASHTO/ITE/NEMA ATC API Standard. 2070.89 Integrated Security The Model 2070-1C Module shall be implemented with integrated security support for DES, 3DES, MD-5, SHA-1, AES and ARC-4 encryption algorithms as well as a public key accelerator and an on-chip random number generator. 2070.90 Serial Communications Interface Ports The engine board shall provide seven serial communications ports. These ports are described below. Each port shall be capable of operating at a completely independent bit rate from all other ports. All interface pins shall operate at logic-levels. Input pins are indicated by (I), output pins by (O). All ports are not expected to operate at maximum speed simultaneously. The following communication channel loads for test purposes, with no other activity present shall be the following: SP1,2,8 = Continuous full-duplex, asynchronous communications at 19.2Kbps SP4,6 = Continuous full-duplex, asynchronous communications at 38.4Kbps SP3S = Continuous full-duplex, synchronous communications at 153.6Kbps SP5S = Continuous full-duplex synchronous communications at 614.4Kbps All Ethernet Ports: At 10% loading, with 3% average hits to processor per minute No other applications or I/O activities are required to be operational during this test. Serial Port 1 (SP1) Principal Usage: general-purpose Operating Modes: ASYNC / SYNC / HDLC / SDLC Asynchronous Rates (bps): 1200 / 2400 / 4800 / 9600 / 19.2k / 38.4k Optional: 57.6k / 115.2k Synchronous Rates (bps): 19.2k / 38.4k / 57.6k / 76.8k / 153.6k Interface Pins: SP1_TXD: Transmit Data (O) SP1_RXD: Receive Data (I) SP1_RTS: Request To Send (O) SP1_CTS: Clear To Send (I) SP1_CD: Carrier Detect (I) SP1_TXC_INT: Transmit Clock Internal (O) SP1_TXC_EXT: Transmit Clock External (I) SP1_RXC_EXT: Receive Clock External (I) Serial Port 2 (SP2) Principal Usage: general-purpose Operating Modes: ASYNC / SYNC / HDLC / SDLC Asynchronous Rates (bps): 1200 / 2400 / 4800 / 9600 / 19.2k / 38.4k Optional: 57.6k / 115.2k Synchronous Rates (bps): 19.2k / 38.4k / 57.6k / 76.8k / 153.6k Interface Pin: SP2_TXD: Transmit Data (O) SP2_RXD: Receive Data (I) SP2_RTS: Request To Send (O) SP2_CTS: Clear To Send (I) The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A23 of 107 SP2_CD: Carrier Detect (I) SP2_TXC_INT: Transmit Clock Internal (O) SP2_TXC_EXT: Transmit Clock External (I) SP2_RXC_EXT: Receive Clock External (I) Serial Port 3 (SP3) Principal Usage: in-cabinet devices Operating Modes: ASYNC / SYNC / HDLC / SDLC Asynchronous Rates (bps): 1200 / 2400 / 4800 / 9600 / 19.2k / 38.4k Optional: 57.6k / 115.2k Synchronous Rates (bps): 153.6k / 614.4k Interface Pins: SP3_TXD: Transmit Data (O) SP3_RXD: Receive Data (I) SP3_RTS: Request To Send (O) SP3_CTS: Clear To Send (I) SP3_CD: Carrier Detect (I) SP3_TXC_INT: Transmit Clock Internal (O) SP3_TXC_EXT: Transmit Clock External (I) SP3_RXC_EXT: Receive Clock External (I) Serial Port 4 (SP4) Principal Usage: external user-interface (console) and general purpose Operating Modes: ASYNC Asynchronous Rates (bps): 1200 / 2400 / 4800 / 9600 / 19.2k / 38.4k Optional: 57.6k / 115.2k Interface Pins: SP4_TXD: Transmit Data (O) SP4_RXD: Receive Data (I) Serial Port 5 (SP5) Principal Usage: in-cabinet devices Operating Modes: SYNC / HDLC / SDLC Synchronous Rates (bps): 153.6k / 614.4k Interface Pins: SP5_TXD: Transmit Data (O) SP5_RXD: Receive Data (I) SP5_TXC_INT: Transmit Clock Internal (O) SP5_RXC_EXT: Receive Clock External (I) Serial Port 6 (SP6) Principal Usage: front panel user-interface Operating Modes: ASYNC Asynchronous Rates (bps): 1200 / 2400 / 4800 / 9600 / 19.2k / 38.4k Optional: 57.6k / 115.2k Interface Pins: SP6_TXD: Transmit Data (O) SP6_RXD: Receive Data (I) Serial Port 8 (SP8) Principal Usage: general-purpose Operating Modes: ASYNC / SYNC / HDLC / SDLC Asynchronous Rates (bps): 1200 / 2400 / 4800 / 9600 / 19.2k / 38.4k Optional: 57.6k / 115.2k Synchronous Rates (bps): 19.2k / 38.4k / 57.6k / 76.8k / 153.6k Interface Pins: SP8_TXD: Transmit Data (O) SP8_RXD: Receive Data (I) SP8_RTS: Request To Send (O) The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A24 of 107 SP8_CTS: Clear To Send (I) SP8_CD: Carrier Detect (I) SP8_TXC_INT: Transmit Clock Internal (O) SP8_RXC_EXT: Receive Clock External (I) 2070.91 Serial Peripheral Interface Port The engine board shall provide a synchronous Serial Peripheral Interface Port. All SPI interface pins shall be at HCT logic-levels. Input pins are indicated by (I), output pins by (O). The implementation of SPI_SEL_1 is required to support DataKey operations. The implementation of SPI_SEL_2 is required to support a host module serial EEPROM device containing controller configuration information. The content and organization of the information will be described in the BSP. This EEPROM device shall have the following characteristics:  Function in a manner similar to a 25020-type (2K-bit) SPI EEPROM device  Have a minimum size of 2 Kbit organized as 256 words of 8 bits each  Provide 5V interface signals  Operate properly with up to a 2.0 MHz SPI clock  Utilize SPI Mode 0 (CPOL=0, CPHA=0)  Be write-protected (using *WP pin) whenever POWERUP is LOW  Be readable from application software during normal ATC operation  Support the following instruction set: Instruction Description Instruction Format WREN Write Enable 0000 X110 WRDI Write Disable 0000 X100 RDSR Read Status Register 0000 X101 WRSR Write Status Register 0000 X001 READ Read from Memory Array 0000 A8011 WRITE Write to Memory Array 0000 A8010 Note: A8 represents MSB address bit A8 SPI_SEL_3 is currently unimplemented and is reserved for future SPI-related expansion. SPI_SEL_4 is manufacturer specific. 2070.92 Serial Peripheral Interface (SPI) Principal Usage: DataKey / serial EEPROM interface Operating Modes: SYNC Synchronous Rates (bps): (application-specific) Interface Pins: SPI_MOSI: Master-Out-Slave-In (O) SPI_MISO: Master-In-Slave-Out (I) SPI_CLK: Clock (O) SPI_SEL_1: Select 1 (O) SPI_SEL_2: Select 2 (O) SPI_SEL_3: Select 3 (O) SPI_SEL_4: Select 4 (O) The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A25 of 107 2070.93 Data Key Provide a DATAKEY Keyceptacle (KC4210, KC4210PCB or equal) shall be mounted on the CPU module front panel. Power shall not be applied to the receptacle if the key is not present. The Manufacturer shall supply a 3.3 Volt, 8-Mb Memory Size Datakey (SFK8Mb or equal) with each MODEL 1C CPU module. The Datakey shall be temperature rated for –40°C to +85°C (-40°F to 185°F) operation, be blue in color, and shall be initialized to the format and default values defined below. External capability to program the CPU Datakey shall be provided by the Manufacturer. When programmed, the memory on the key of header shall be organized as follows: Bytes Description Default Values 1-2 16 bit Frame Check Sequence (FCS) calculated as defined in clause 4.6.2 of ISO/IEC 3309. This FCS is calculated across bytes 3-64 3 Key Type See table below 4 Header Version 2 5-8 Latitude 0.0 9-12 Longitude 0.0 13-14 Controller ID 0xFFFF 15-16 Communication drop number 0xFFFF 17-20 IP Address 10.20.70.51 21-24 Subnet Mask 255.255.255.0 25-28 Default Gateway 10.20.70.254 29 Startup Override 0xFF 30-64 Reserved for Agency use All bytes set to 0xFF 65 to End User Data All bytes set to 0xFF When programmed, Byte 3 of the header must contain the Key Type value as defined in the following table: Key Type Model No. Memory Size Sector Size Part Number 1 DK1000 1 KiloByte 2 Byte 611-0006-002A 2 LCK16000 16 KiloBytes 2 Byte 611-0070-008A 3 SFK2Mb 2 megabytes 64 KiloBytes 611-0089-004A 4 SFK4Mb 4 megabytes 64 KiloBytes 611-0104-002A 5 SFK8Mb 8 megabytes 64 KiloBytes 611-0132-006A 6 SFK32MB 32 megabytes 64 KiloBytes 611-0164-005A The data format in the CPU Datakey header for the Latitude and Longitude fields shall comply with IEEE/ANSI 754-1985 STD. All the other fields follow a Big Endian Format as implemented by Motorola CPUs. The Startup Override byte, not the Key Type, may be used to override the default controller startup procedure as defined below. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A26 of 107 2070.94 Start-Up Consideration and Sequence The engine board low-level hardware and O/S software initialization shall be completed and application software shall be capable of exercising control of all ATC unit hardware within a maximum of 4.5 seconds from the rise of both the POWERUP and POWERDOWN signals to the HIGH state. In order that the startup time requirement may be verified, an application program shall be provided by the manufacturer, as an independently-loaded software module, which will activate the CPU_ACTIVE signal. Start-Up Sequence. The engine board shall provide circuitry to prevent writing to the SRAM area and to keep the processor in a RESET state any time that VPRIMARY is less than the minimum-specified operating voltage regardless of the state of the POWERUP or POWERDOWN signals. The BSP supplied by the vendor shall provide operating-system-level support for the engine board. See Paragraph 2070.60 Operating System & Board Support Package Requirements. Startup Sequence The BSP performs many steps starting from system reset to configure all low-level hardware, file systems and system level drivers for such items as SP4, SP6, timers, etc. The bootstrap code:  Initializes the microprocessor(s) internal registers  Does low level memory subsystem and peripheral initialization  Decompresses the Linux kernel, if compressed, and moves it from flash EPROM to DRAM  Creates an initial RAM disk (initrd) if needed  Boots the kernel The kernel then:  Parses the kernel command line if provided  Determines the processor MIPs rating (BogoMIPS)  Determines available memory and many other things  Loads compiled-in BSP drivers  Creates the RAM disk(s) from the flash EPROM image  Frees up memory used by the initial RAM disk  Starts processing the startup scripts The startup scripts, which run before the prompt is displayed on the terminal, should then:  Install any additional time-critical BSP driver modules. (The steps listed above must be completed within the time period specified above.)  Start time-critical user applications  Start IP stack protocol modules  Start other driver modules  Start other applications The file /etc/inittab is the main location to put calls to startup scripts. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A27 of 107 SECTION V – TYPE 2070-2 FIELD I/O MODULE 2070.95 Type 2070-2A Field I/O Module (FI/O) The TYPE 2070-2A MODULE consists of the Field Controller Unit; Parallel Input/Output Ports; other Module Circuit Functions (includes muzzle switch); Serial Communication Circuitry; Module Connectors C1S, C11S, and C12S mounted on the module front plate; VDC Power Supply (+12VDC to +5VDC); and required resident software. 2070.96 Type 2070-2B Field I/O Module (FI/O) The TYPE 2070-2B MODULE shall consist of the Serial Communication Circuitry, DC Power Supply, and Module Connector C12S mounted on the module front plate only. 2070.97 Field F/O Controller Unit (FCU) The FCU shall include a programmable microprocessor/controller unit together with all required clocking and support circuitry. The FCU shall be provided with in-circuit re- programmability via JTAG or BDM port. FCU shall be provided with operational software necessary to meet housekeeping and functional requirements resident in socketed firmware. 2070.98 Parallel Input Port The Parallel Input Ports shall provide 64 bits of input using ground-true logic. Each input shall be read logic “1” when the input voltage at its field connector input is less than 3.5 VDC, and be read logic “0” when either the input current is less than 100 µA or the input voltage exceeds 8.5 VDC. Each input shall have an internal pull-up to the Isolated +12 VDC and not deliver greater than 20 Ma to a short circuit to ground. The pull-up resistance shall not be less than 10K or more than 50 K Ohms. 2070.99 Parallel Output Port The Parallel Output Ports shall provide 64 bits of output. Each output written as logic “1” shall have a voltage at its field connector output of less than 4.o VDC. Each output written as logic “0” shall provide an open circuit (1 Mega Ohm or more) at its field connector output. Each output shall consist of an open-collector capable of driving 40 VDC minimum and sinking 100 Ma minimum. Each output circuit shall be capable of switching from logic “1” to “0” within 100 µs when connected to a load of 100K-Ohms minimum. Each output circuit shall be protected from transients of 10 ±2µs duration, ±300 VDC from 1 K-Ohm source, with a maximum rate of 1 pulse per second. 2070.100 Output Operation Each output shall latch the data written and remain stable until either new data is written or the active-low reset signal. Upon an active-low reset signal, each output shall latch LOGIC “0” and retain that state until a new writing. The state of all output circuits at the time of Power Up or in Power Down state shall be open. It shall be possible to simultaneously assert all outputs within 100 µs of each other. An output circuit state not changed during a new writing shall not glitch when other output circuits are updated. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A28 of 107 OTHER MODULE CIRCUIT FUNCTIONS. 2070.101 Maximum Capacitive Load A maximum capacitive load of 100 picrofarads shall be presented to the LINESYNC input signal. The EIA-485 compliant differential LINESYNC signals shall be derived from the LINESYNC signal. 2070.102 External WDT “Enable” Shunt/Toggle Switch An External WDT “Enable” Shunt/Toggle Switch shall be provided on the board. With the jumper IN and NRESET transitions HIGH (FCU active), the FCU shall output a state change on Output 39 Monitor Watchdog Timer Input) every 100 milliseconds for 10 seconds or due to Set Output Command. When the shunt is missing (open), the feature will not apply. This feature is required to operate with the Type 210 Monitor Unit only. 2070.103 WATCHDOG Circuit An FCU Watchdog Circuit shall be provided. It shall be enabled by FIELD I/O firmware at Power Up with a value of 100 milliseconds. Its enabled state shall be machine readable and reported in the FI/O status byte. Once enabled, the watchdog timer shall not be disabled without resetting the FI/O. Failure of the FI/O to reset the watchdog timer within the prescribed timeout will result in a hardware reset. 2070.104 One KHz Reference A synchronizable 1 KHz time reference. It shall maintain a frequency accuracy of ±0.01% (±0.1 counts per second). 2070.105 32 Bit Millisecond Counter A 32-bit MILLISECOND COUNTER (MC) for “time stamping” shall be provided.” Each 1 KHz reference interrupt shall increment the MC. 2070.106 Power Up At Power Up, the FCU loss of communication timer shall indicate loss of communication until the user program sends the Request Module Status message to reset the “E” Bit. 2070.107 Logic Switch A LOGIC Switch shall be provided resident on the module board. The switch shall function to disconnect Serial Port 3 (SP3) from the external world, Connector C12S. Its purpose is to prevent multiple use of SP3. An LED shall be provided on the module front panel labeled “SP3 ON”. If LED light ON, SP3 is active and available at C12S. SERIAL COMMUNICATIONS/LOGIC CIRCUITRY 2070.108 System Serial Port 5 (SP5) EIA 485 Signal System Serial Port 5 (SP5) EIA-485 signal lines shall enter the Field I/O Module and be split into two multi-drop isolated ports. Route one to the FCU and the other converted to EIA- 485, then routed to Connector C12S. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A29 of 107 2070.109 System Serial Port 3 (SP3) EIA 485 Signal System Serial Port 3 (SP3) EIA-485 signal lines shall enter the Field I/O Module and be isolated, converted back to EIA-485 and then routed to Connector C12S. 2070.110 LINE SYNC and POWER DOWN LINE SYNC and POWER DOWN lines shall be split and isolated, one routed to the FCU for shut down functions and the other changed to EIA-485; then routed to connector C12S for external module use. 2070.111 CPU RESET and POWER UP CPU_ RESET and POWER UP (SysReset) lines shall be isolated and “OR’d” to form NRESET. NRESET shall be used to reset the FCU and other module devices. NRESET shall also be converted to EIA-485 then routed to Connector C12S. 2070.112 Module 2070-2B If the Type 2070 module is a –2B, routing to FCU does not apply. 2070.113 Internal Isolation Isolation is between internal +5 DC / DCG#1 and +12 DC ISO / DCG #2. +12 DC ISO is for board power and external logic. 2070.114 Buffers Transition Buffer capable of holding a minimum of 1024 recorded entries shall be provided. The Transition Buffer shall default to empty. There shall be two entry types: Transition and Rollover. The inputs shall be monitored for state transition. At each transition (If the input has been configured to report transition), a transition entry shall be added to the Transition Buffer. The MC shall be monitored for rollover. At each rollover transition ($xxxx FFFF - $xxxx 0000), a rollover entry shall be added to the Transition Buffer. For rollover entries, all bits of byte 1 are set to indicate that this is a rollover entry. Transition Buffer blocks are sent to the CPU Module upon command. Upon confirmation of their reception, the blocks shall be removed from the Transition Buffer. I/O FUNCTIONS. 2070.115 Inputs Input scanning shall begin at I0 (bit 0) and proceed to the highest numbered input I63, from LSB to MSB in increasing input number. Each complete input scan shall finish within 100 µs. Once sampled, the logic state of an input shall be held until the next input scan. Each input shall be sampled 1,000 times per second. The time interval between samples must be 1 ms (±100 µs). If configured to report, each input that has transitioned since its last sampling shall be identified by input number, transition state, and timestamp (at the time the input scan began) and be added as an entry to the Transition Buffer. If multiple inputs change state during one input sample, these transitions shall be entered into the Input Transition Buffer by increasing input number. The MC shall be sampled within 10 µs of the completion of the input scan. 2070.116 Data Filtering If configured, the inputs shall be filtered by the FCU to remove signal bounce. The filtered input signals shall then be monitored for changes as noted. The filtering parameters for each The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A30 of 107 input shall consist of Ignore Input Flag and the ON and OFF filter samples. If the Ignore Input flag is set, no input transitions will be recorded. The ON and OFF filter samples shall determine the number of consecutive samples an input shall be ON and OFF, respectively, before a change of state is recognized. If the change of state is shorter than the specified value, the change of state shall be ignored. The ON and OFF filter values shall be in the range of 0 to 255. A filter value of 0, for either or both values, shall result in no filtering for this input. The default values for input signals after reset shall be as follows: Filtering Enabled On and off filter values shall be set to 5 Transition monitoring Disabled (Timestamps are not logged) 2070.117 Outputs Simultaneous assertion of all outputs shall occur within 100 µs. Each output shall be capable of being individually configured in state to ON, OFF, or a state synchronized with either phase of LINESYNC. The condition of the outputs shall only be "ON" if the FI/O continues to receive active communications from the CPU Module. If there is no valid communications with the CPU Module for 2.0 seconds, all outputs shall revert to the OFF condition, and the Module Status Byte shall be updated to reflect the loss of communication from the CPU Module. 2070.118 Standard Function Each output shall be controlled by the data and control bits in the CPU Module Field I/O frame protocol as follows: Output Bit Translation Case Output Data Bit Output Control Bit Function A 0 0 Output in the OFF state B 1 1 Output is a square wave, synchronized to the LINESYNC signal. When LINESYNC is ON (1), the output is OFF, and when LINESYNC is OFF (0), the output is ON. C 0 1 Output is a square wave, synchronized to the LINESYNC signal. When LINESYNC is ON (1), the output is ON, and when LINESYNC is OFF (0), the output is OFF D 1 0 Output is in the ON state. 2070.119 CASE A In Case A above, the corresponding output shall be turned OFF if previously ON and if previously OFF remain OFF until otherwise configured. For half-cycle switching (cases B and C), all outputs to be changed shall be changed within 50 µs after the corresponding LINESYNC transition and shall remain in the same state during the entire half cycle. In Case D above, the corresponding output shall be turned ON if previously OFF and if previously ON remains ON until otherwise configured. All outputs shall neither glitch nor change state unless configured to do so. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A31 of 107 2070.120 Interrupts All interrupts shall be capable of asynchronous operation with respect to all processing and all other interrupts. MILLISECOND Interrupt shall be activated by the 1 KHz reference once per ms. A timestamp rollover flag set by MC rollover shall be cleared only on command. LINESYNC Interrupt both the 0-1 and 1-0 transitions of the LINESYNC signal shall generate this interrupt. The LINESYNC interrupt shall monitor the MC interrupt and set the MC error flag if there has not been an interrupt from the 1 KHz source for 0.5 seconds (≥60 consecutive LINESYNC interrupts). The LINESYNC interrupt shall synchronize the 1 KHz time reference with the 0-1 transition of the LINESYNC signal once a second. A LINESYNC error flag shall be set if the LINESYNC interrupt has not successfully executed for 0.5 seconds or longer (≥500 consecutive ms interrupts). 2070.121 Communication Service Routine A low-level communication service routine shall be provided to handle reception, transmission, and EIA-485 communication faults. The communication server shall automatically: For Transmission Generate the opening and closing flags Generate the CRC value Generate the abort sequence (minimum of 8 consecutive '1' bits) when commanded by the FCU Provide zero bit insertion For Receiving Detect the opening and closing flags Provide address comparison, generating an interrupt for messages addressed to the Field I/O Module, and ignoring messages not addressed to the Field I/O Module Strip out inserted zeros Calculate the CRC value, compare it to the received value, and generate an interrupt on an error Generate an interrupt if an abort sequence is received 2070.122 Communication Processing This task shall be to process the command messages received from the CPU Module, prepare, and start the response transmission. The response message transmission shall begin within 4 milliseconds of the receipt of the received message. Message type processing time constraint shall not exceed 70 milliseconds per message. 2070.123 Input Processing This task shall process the raw input data scanned in by the 1 ms interrupt routine, perform all filtering, and maintain the transition queue entries. DATA COMMUNICATIONS PROTOCOLS. 2070.124 Communication Protocol All communication between the CPU Module and the Field I/O shall be SDLC-compatible command-response protocol, support 0 bit stuffing, and operate at a data rate of 614.4 kilobits per second. The CPU Module shall always initiate the communication and should the command frame be incomplete or there is an error, no Field I/O response will be The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A32 of 107 transmitted. The amount of bytes of a command or response is dependent upon the Field I/O Module identification. 2070.125 Frame Types The frame type shall be determined by the value of the first byte of the message. The command frames type values 112-127 ($70-$7F) and associated response frame type values 240-255 ($F0- $FF) are allocated to the manufacturer diagnostics. All other frame types not called out are reserved. The command-response Frame Type values and message times shall be as follows: Frame Types Module Command I/0 Module Response Description Minimum Message Time Maximum Message Time 0-43 128-171 Reserved for NEMA TS-2 44-48 172-176 Reserved 49 177 Request Module Status 250 µs 275 µs 50 178 MC Management 222.5 µs 237.5 µs 51 179 Configure Inputs 344.5 µs 6.8750 µs 52 180 Poll Raw Input Data 317.5 µs 320 µs 53 181 Poll Filtered Input Data 317.5 µs 320 µs 54 182 Poll Input Transition Buffer 300 µs 10.25 µs 55 183 Set Outputs 405 µs 410 µs 56 184 Configure Input Tracking 340 µs 10.25 µs 57 185 Configure Complex Outputs 340 µs 6.875 µs 58 186 Configure Watchdog 222.5 µs 222.5 µs 59 187 Controller Identification 222.5 µs 222.5 µs 60 188 I/O Module Identification 222.5 µs 222.5 µs 61-62 189-190 Reserved (note below) --- --- 63 191 Poll variable length raw input (note below) 317.5 µs 320 µs 64 192 Variable length command outputs 405 µs 410 µs 65 193 Reserved (note below) --- --- 67 195 Reserved (note below) --- --- 68-111 196-239 Reserved --- --- 112-127 240-255 Manufacture Diagnostics --- --- Note: ITS Cabinet Monitor. Messages 61 / 189, 62 / 190, 65 / 193, are reserved for ITS Cabinet Monitor Unit. See ITS Cabinet Monitor System Serial Bus #1 for Command and Response Frames. Message 63 / Message 191 shall be the same as Message 52 / 180 except Byte 2 of Message 63 response shall denote the following number of input data bytes. Message 64 / 192 shall be the same as Message 55 / 183 except Byte 2 of the Message 64 Command shall denote the number of output data bytes, plus the following output control bytes. 2070.126 Request Module Status The Command shall be used to request FI/O status information response. Command/response frames are as follows: The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A33 of 107 Request Module Status Command Description msb lsb Byte Number (Type Number = 49) 0 0110001 Byte 1 Reset Status Bits P E K R T M L W Byte 2 Request Module Status Response Description msb lsb Byte Number (Type Number = 177) 1 011000 1 Byte 1 System Status P E K R T M L W Byte 2 SCC Receive Error Count Receive Error Count Byte 3 SCC Transmit Error Count Transmit Error Count Byte 4 MC Timestamp MSB MC Timestamp MSB Byte 5 MC Timestamp NMSB MC Timestamp NMSB Byte 6 MC Timestamp NLSB MC Timestamp NLSB Byte 7 MC Timestamp LSB MC Timestamp LSB Byte 8 2070.127 Status Bits The response status bits are defined as follows: P Indicates FI/O hardware reset E Indicates a communications loss of greater than 2 seconds K Indicates the Datakey has failed or is not present R Indicates that the SCC Receive Error count byte has rolled over T Indicates that the SCC Transmit Error count byte has rolled over M Indicates an error with the MC interrupt L Indicates an error in the LINESYNC W Indicates that the FI/O has been reset by the Watchdog 2070.128 Request Module Status Each of these bits shall be individually reset by a “1” in the corresponding bit of any subsequent Request Module Status frame, and the response frame shall report the current status bits. The SCC error count bytes shall not be reset. When an SCC error count rolls over (255-0), its corresponding roll-over flag shall be set. 2070.129 MC Management MC MANAGEMENT frame shall be used to set the value of the MC. The 'S' bit shall return status '0' on completion or “1” on error. The 32-bit value shall be loaded into the MC at the next 0-1 transition of the LINESYNC signal. The frames are as follows: MC Management Command Description msb lsb Byte Number (Type Number = 50) 0 0 1 1 0 0 1 0 Byte 1 New MC Timestamp MSB x x x x x x x x Byte 2 New MC Timestamp NMSB x x x x x x x x Byte 3 New MC Timestamp NLSB x x x x x x x x Byte 4 New MC Timestamp LSB x x x x x x x x Byte 5 The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A34 of 107 MC Management Response Description msb lsb Byte Number (Type Number = 178) 1 0 1 1 0 0 1 0 Byte 1 Status 0 000000S Byte 2 2070.130 Configure Inputs Commands The Configure Inputs command frame shall be used to change input configurations. The command-response frames are as follows: Configure Inputs Command Description msb lsb Byte Number (Type Number = 51) 0 0 1 1 0 0 1 1 Byte 1 Number of Items (n) n nnnnnnn Byte 2 Item # - Byte 1 E Input Number Byte 3(I-1)+3 Item # - Byte 2 Leading edge filter (e) Byte 3(I-1)+4 Item # - Byte 3 Trailing edge filter (r) Byte 3(I-1)+5 Configure Inputs Response Description msb lsb Byte Number (Type Number = 179) 1 0 1 1 0 0 1 1 Byte 1 Status 0 000000S Byte 2 Block field definitions shall be as follows: E Ignore Input Flag. "1" = do not report transitions for this input, "0" = report transitions for this input e A one-byte leading edge filter specifying the number of consecutive input samples which shall be "0" before the input is considered to have entered to "0" state from "1" state (range 1 to 255, 0 = disabled) r A one-byte trailing edge filter specifying the number of consecutive input samples which shall be "1" before the input is considered to have entered to "1" state from "0" state (range 1 to 255, 0 = disabled) S return status S = '0' on completion or '1' on input error out of range 2070.131 Poll Raw Input Data The Poll Raw Input Data frame shall be used to poll the FI/O for the current unfiltered status of all inputs. The response frame shall contain 8 bytes (2A) or 15 bytes (2B) of information indicating the current status of the inputs. The frames are as follows: Poll Raw Input Data Command Description msb lsb Byte Number (Type Number = 52) 0 0 1 1 0 1 0 0 Byte 1 The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A35 of 107 Poll Raw Input Data Response (2070-2A) Description msb lsb Byte Number (Type Number = 180) 1 0 1 1 0 1 0 0 Byte 1 Inputs I0 (lsb) to I7 (msb) x x x x x x x x Byte 2 Inputs I8 to I63 x x x x x x x x Bytes 3 to 9 Timestamp MSB x x x x x x x x Byte 10 Timestamp NMSB x x x x x x x x Byte 11 Timestamp NLSB x x x x x x x x Byte 12 Timestamp LSB x x x x x x x x Byte 13 Poll Raw Input Data Response (2070-8 via 2070-2B) Description msb lsb Byte Number (Type Number = 180) 1 0 1 1 0 1 0 0 Byte 1 Inputs I0 (lsb) to I7 (msb) x x x x x x x x Byte 2 Inputs I8 to I119 x x x x x x x x Bytes 3 to 16 Timestamp MSB x x x x x x x x Byte 17 Timestamp NMSB x x x x x x x x Byte 18 Timestamp NLSB x x x x x x x x Byte 19 Timestamp LSB x x x x x x x x Byte 20 2070.132 Poll Filtered Input Data The Poll Filtered Input Data frame shall be used to poll the FI/O for the current filtered status of all inputs. The response frame shall contain 8 bytes (2A) or 15 bytes (2B) of information indicating the current filtered status of the inputs. Raw input data shall be provided in the response for inputs that are not configured for filtering. The frames are as follows: Poll Filter Input Data Command Description msb lsb Byte Number (Type Number = 53) 0 011010 1 Byte 1 Poll Filter Input Data Response (2070-2A) Description msb lsb Byte Number (Type Number = 181) 1 0 1 1 0 1 0 1 Byte 1 Inputs I0 (lsb) to I7 (msb) x x x x x x x x Byte 2 Inputs I8 to I63 x x x x x x x x Bytes 3 to 9 Timestamp MSB x xxxxxx x Byte 10 Timestamp NMSB x xxxxxx x Byte 11 Timestamp NLSB x xxxxxx x Byte 12 Timestamp LSB x xxxxxx x Byte 13 The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A36 of 107 Poll Filter Input Data Response (2070-8 via 2070-2B) Description msb lsb Byte Number (Type Number = 181) 1 011010 1 Byte 1 Inputs I0 (lsb) to I7 (msb) x xxxxxx x Byte 2 Inputs I8 to I119 x xxxxxx x Bytes 3 to 16 Timestamp MSB x xxxxxx x Byte 17 Timestamp NMSB x xxxxxx x Byte 18 Timestamp NLSB x xxxxxx x Byte 19 Timestamp LSB x xxxxxx x Byte 20 2070.133 Poll Input Transition Buffer The Poll Input Transition Buffer frame shall poll the FI/O for the contents of the input transition buffer. The response frame shall include a three-byte information field for each of the input changes that have occurred since the last interrogation. The frames are as follows: Poll Input Transition Buffer Command Description msb lsb Byte Number (Type Number = 54) 0 011011 0 Byte 1 Block Number x xxxxxx x Byte 2 Poll Input Transition Buffer Response Description msb lsb Byte Number (Type Number = 182) 1 011011 0 Byte 1 Block Number x xxxxxx x Byte 2 Number of Entries (n) x xxxxxx x Byte 3 Item # S Input Number Byte 3(I-1)+4 Item # Timestamp NLSB x xxxxxx x Byte 3(I-1)+5 Item # Timestamp LSB x xxxxxx x Byte 3(I-1)+6 Status 0 0 0 0 C F E G Byte 3(I-1)+7 Timestamp MSB X xxxxxx x Byte 3(I-1)+8 Timestamp NMSB X xxxxxx x Byte 3(I-1)+9 Timestamp NLSB X xxxxxx x Byte 3(I-1)+10 Timestamp LSB X xxxxxx x Byte 3(I-1)+11 The entry types are depicted as follows: Input Transition Entry Description msb lsb Byte Number Transition Entry Identifier S Input Number 1 Timestamp NLSB x xxxxxx x 2 Timestamp LSB x xxxxxx x 3 The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A37 of 107 MC Rollover Entry Description msb lsb Byte Number Rollover Entry Identifier 1 111111 1 1 Timestamp MSB x xxxxxx x 2 Timestamp NMSB x xxxxxx x 3 2070.134 Active Input Each detected state transition for each active input (see configuration data) is placed in the queue as it occurs. Bit definitions are as follows: S Indicates the state of the input after the transition C Indicates the 255 entry buffer limit has been exceeded F Indicates the transition buffer limit has been exceeded G Indicates the requested block number is out of monotonic increment sequence E Same block number requested, E is set in response 2070.135 The Block Number byte The Block Number byte is a monotonically increasing number incremented after each command issued by the CPU Module. When the FI/O Module receives this command, it shall compare the associated Block Number with the Block Number of the previously received command. If it is the same, the previous buffer shall be re-sent to the CPU Module and the 'E' flag set in the status response frame. If it is not equal to the previous Block Number, the old buffer shall be purged and the next block of data sent. If the block number is not incremented by one, the status G bit shall be set. The block number received becomes the current number (even if out of sequence). The Block Number byte sent in the response block shall be the same as that received in the command block. Counter rollover shall be considered as a normal increment. 2070.136 Set Outputs The Set Outputs frame shall be used to command the FI/O to set the Outputs according to the data in the frame. If there is any error configuring the outputs, the 'E' flag in the response frame shall be set to '1'. If the LINESYNC reference has been lost, the 'L' bit in the response frame shall be set to “1”. Loss of LINESYNC reference shall also be indicated in Module Status Response Frame. The output bytes depend upon field I/O module. These command and response frames are as follows: Set Outputs Command (2070-2A) Description msb lsb Byte Number (Type Number = 55) 0 0 1 1 0 1 1 1 Byte 1 Outputs O0 (lsb) to O7 (msb) Data x x x x x x x x Byte 2 Outputs O8 to O63 Data x x x x x x x x Bytes 3 to 9 Outputs O0 (lsb) to O7 (msb) Control x x x x x x x x Byte 10 Outputs O8 to O63 Control x x x x x x x x Bytes 11 to 17 The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A38 of 107 Set Outputs Command (2070-8 via 2070-2B) Description msb lsb Byte Number (Type Number = 55) 0 0 1 1 0 1 1 1 Byte 1 Outputs O0 (lsb) to O7 (msb) Data x x x x x x x x Byte 2 Outputs O8 to O103 Data x x x x x x x x Byte 3 to 14 Outputs O0 (lsb) to O7 (msb) Control x x x x x x x x Byte 15 Outputs O8 to O103 Control x x x x x x x x Byte 16 to 27 Set Outputs Response Description msb lsb Byte Number (Type Number = 183) 1 0 1 1 0 1 1 1 Byte 1 Status 0 0 0 0 0 0 L E Byte 2 2070.137 Configure Input Tracking Functions The Configure Input Tracking Functions frame shall be used to configure outputs to respond to transitions on a specified input. Each Output Number identified by Item Number shall respond as configured to the corresponding Input Number identified by the same Item Number. Input and Output mapping shall be one to one. If a command results in more than 8 input tracking outputs being configured, the response V bit shall be set to “1” and the command shall not be implemented. The command and response frames are as follows: Configure Input Tracking Function Command Description msb lsb Byte Number (Type Number = 56) 0 0 1 1 1 0 0 0 Byte 1 Number of Items Number of Items Byte 2 Item # - Byte 1 E Output Number Byte 2(I-1)+3 Item # - Byte 2 I Input Number Byte 2(I-1)+4 Configure Input Tracking Functions Response Description msb lsb Byte Number (Type Number = 184) 1 0 1 1 1 0 0 0 Byte 1 Status x x x x x x x x Byte 2 Timestamp MSB x x x x x x x x Byte 3 Timestamp NMSB x x x x x x x x Byte 4 Timestamp NLSB x x x x x x x x Byte 5 Timestamp LSB x x x x x x x x Byte 6 2070.138 Definitions are as follows: E “1” - Enable input tracking functions for this output “0” - Disable tracking functions for this output I “1” - The output is OFF when input is ON, On when the input is OFF The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A39 of 107 “0” - The output is ON when input is ON, OFF when input is OFF V “1” - The max. number of 8 configurable outputs has been executed “0” - No error Number of Items – the number of entries in the frame. If zero, all outputs currently configured for input tracking shall be disabled. 2070.139 Timestamp Value The timestamp value shall be sampled prior to the response frame. 2070.140 Outputs Tracks Inputs Outputs which track inputs shall be updated no less than once per ms. Input to output signal propagation delay shall not exceed 2 ms. 2070.141 Number of Item The “Number of Item” field is valid from 0 to 16 (most that is sent at one time is 8 enables and 8 disables). If processing a command resulting in more than 8 Input Tracking functions being enabled, none of the command shall be implemented and response message “V” bit set to 1. If an invalid output or input number is specified for a function, the FIOM software shall not do that function definition. It shall also not be counted toward the maximum of 8 input tracking function allowed. The rest of the message shall be processed. When an Input Tracking function is disabled, the output is set according to the most recently received Set Outputs Command. When an input tracking function for an output is superseded (redefined as either another input tracking function or as a complex output function) nothing shall be done with the output. The most recent value remains until the new function changes it. 2070.142 Configure Complex Output Functions The configure complex output functions frame shall be used to specify a complex output for one to eight of any of the outputs. If a Configure Complex Output Function command results in more than eight outputs being configured, the 'V' bit in the response message shall be set to a '1', and the command shall not be implemented. Two output forms shall be provided: single pulse and continuous oscillation. These output forms shall be configurable to begin immediately or on a specified input trigger and, in the case of continuous oscillation, to continue until otherwise configured or to oscillate only while gated active by a specified input. If the command gate bit is active, the command trigger bit shall be ignored and the specified input shall be used as a gate signal. The command and response frames are as follows: Configure Complex Output Functions Command Description msb lsb Byte Number (Type Number = 57) 0 011100 1 1 Number of Items Number of Items 2 Item i - Byte 1 0 Output Number 7(i-1)+3 Item i - Byte 2 Primary Duration (MSB) 7(i-1)+4 Item i - Byte 3 Primary Duration (LSB) 7(i-1)+5 Item i - Byte 4 Secondary Duration (MSB) 7(i-1)+6 Item i - Byte 5 Secondary Duration (LSB) 7(i-1)+7 Item i - Byte 6 0 Input Number 7(i-1)+8 Item i - Byte 7 P W G E J F R L 7(i-1)+9 The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A40 of 107 Configure Complex Output Functions Response Description msb lsb Byte Number (Type Number = 185) 1 011100 1 1 Status 0 000000 V 2 Timestamp (MSB) x xxxxxx x 3 Timestamp (NMSB) x xxxxxx x 4 Timestamp (NLSB) x Xxxxxx x 5 Timestamp (LSB) x Xxxxxx x 6 2070.143 Configure Complex Outputs Bit Fields The bit fields of the command frame are defined as follows: E '1' - Enable complex output function for this output '0' - Disable complex output function for this output J '1' - During the primary duration, the output shall be written as a logic '1' During the secondary duration, the output shall be written as a logic '0' '0' - During the primary duration, the output shall be written as a logic '0' During the secondary duration, the output shall be written as a logic '1' Output Number - 7-bit output number identifying outputs Primary Duration - For single pulse operation, this shall determine the number of “ticks” preceding the pulse. For continuous oscillation, this shall determine the length of the inactive (first) portion of the cycle. Secondary Duration - For single pulse operation, this shall determine the number of ticks the pulse is active. Subsequent to the secondary duration, the output shall return to the state set according to the most recently received Set Outputs command. For continuous oscillation, this shall determine the length of the active (second) portion of the cycle. 0 = hold output state until otherwise configured. F '1' - The trigger or gate shall be acquired subsequent to filtering the specified input. The raw input signal shall be used if filtering is not enabled for the specified input. '0' - The trigger or gate shall be derived from the raw input. R '1' - For triggered output, the output shall be triggered by an ON-to-OFF transition of the specified input and shall be triggered immediately upon command receipt if the input is OFF. For gated output, the output shall be active while the input is OFF. '0'- For triggered output, the output shall be triggered by an OFF-to-ON transition of the specified input and shall be triggered immediately upon command receipt if the input is ON. For gated output, the output shall be active while the input is ON. Input Number - 7-bit input number identifying inputs 0 Up. P '1'- The output is configured for single-pulse operation. Once complete, the complex output function shall be disabled. '0' - The output is configured for continuous oscillation. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A41 of 107 W '1' - It is triggered by the specified input. Triggered complex output shall commence within 2 ms of the associated trigger. '0' - Operation shall begin within 2 ms of the command receipt. G '1' - Operation shall be gated active by the specified input. '0' - Gating is inactive. L '1' - The LINESYNC based clock shall be used for the time ticks. '0' - The MC shall be used for the time ticks. V '1' - Indicates maximum number of configurable outputs is exceeded. '0' - No error Number of items - The number of entries in the frame. If 0, all outputs currently configured as complex outputs shall be disabled. 2070.144 Controlling Input Signals Controlling input signals shall be sampled at least once per ms. 2070.145 Number of Items The “number of items” field is valid from 0 to 16. Zero means disable all Complex Output functions. Sixteen is the maximum because the most that is sent at one time is eight enables and eight disables. If processing a command results in more than eight Complex Output functions being enabled, none of the command shall be implemented and the response message “V” bit shall be set to 1. If an invalid output or input number (the “G” or “W” bits being set to 1) is specified for a function, that function definition is not done by the FIOM software. It shall also not be counted towards the maximum of eight Complex Output functions allowed. The rest of the message shall be processed. When a Complex Output function is disabled, the output is set according to the most recently received set outputs command. When a Complex Output function for an output is superseded, that is, redefined as whether another Complex Output function, or as an input tracking function, nothing special is done with the output. The most recent value remains until the new function changes it. The “G” bit (gating) set to 1 takes precedence over the “W” bit (triggering). If gating is ON, triggering is turned OFF, regardless of the value of the “W” bit in the command message. If a Complex Output is configured with the “G” bit set to 1 (gating) and the “P” bit set to 0 (continuous oscillation), the output is set to OFF (0) whenever the specified input changes state so that the oscillation should cease (output inactive). For a single pulse operation (“G” bit set to 1), after the secondary duration completes the Complex Output function shall be disabled, and the output shall be set according to the most recently received set outputs command. 2070.146 Configure Watchdog The Configure Watchdog frames shall be used to change the software watchdog timeout value. The Command and response frames are as follows: Configure Watchdog Command Description msb lsb Byte Number (Type Number = 58) 0 011101 0 Byte 1 Timeout Value x xXxxxx x Byte 2 The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A42 of 107 Configure Watchdog Response Description msb lsb Byte Number (Type Number = 186) 1 011101 0 Byte 1 Status 0 000000 Y Byte 2 2070.147 Timeout Value The timeout value shall be in the range between 10 to 100 ms. If the value is lower than 10, 10 shall be assumed. If the value is greater than 100, 100 shall be assumed. 2070.148 Watchdog Timeout Value On receipt of this frame, the watchdog timeout value shall be changed to the value in the message and the “Y” bit set. The response frame bit (Y) shall indicate a '1' if the watchdog has been previously set and a '0' if not. 2070.149 Controller Identification This is a legacy message command / response for FI/O modules with Datakey resident. Upon command, a response frame containing the 128 bytes of the Datakey See previous sections on Request Module Status for FI/O Status Bit ‘K’ definition. If “K” bit set, only the first two bytes shall be returned. The Command and Response frames are as follows: Controller Identification Command Description msb lsb Byte Number (Type Number= 59) 0 011101 1 Byte 1 Controller Identification Response Description msb lsb Byte Number (Type Number = 187) 1 011101 1 Byte 1 Status 0 000000 K Byte 2 Datakey x xxxxxx x Bytes 3 to 130 2070.150 Module Identification The Field I/O Module Identification Command frame shall be used to request the FI/O Identification value. A value response of "1" shall Model 332 FI/O, "2" for the NEMA TS-2 Type 2, "3" is reserved for NEMA TS 2 Type 1 FI/O and "32 to 40" are reserved for ITS Cabinets. The command and response frames are shown as follows: I/O Module Identification Command Description msb lsb Byte Number (Type Number = 60) 0 011110 0 Byte 1 I/O Module Identification Response Description msb lsb Byte Number (Type Number = 188) 1 011110 0 Byte 1 FI/O I D byte x xXxxxx x Byte 2 The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A43 of 107 SECTION VI - TYPE 2070-3D FRONT PANEL ASSEMBLY. 2070.151 General The Type 2070-3D Front Panel Assembly (FPA) shall be delivered with a panel with Latch assembly and two TSD #1 hinge attaching devices, assembly PCB, external serial port connector (DB9), external Ethernet port (RJ45), CPU active LED indicator, and FP Harness Interface. The FPA shall also provide the following features; FPA controller, two keyboards, AUX switch, alarm bell and Display D as described below in Paragraph 2070.156. 2070.152 Keyboards Provide two KEYBOARDS, one with sixteen keys for hexadecimal alphanumeric entry and the other with twelve keys to be used for cursor control and action symbol entry. Engrave or emboss each key with its function character. Each key shall have an actuation force between 1.764 ounce and 3.527 ounce and provide a positive tactile indication of contact closure. Key contacts shall be hermetically sealed, have a design life of over one million operations, be rated for the current and voltage levels used, and stabilize within 5 ms following contact closure. 2070.153 Ethernet Port The FPA shall include a standard pin out RJ-45 Ethernet port in place of the C50J RJ-45 serial port. 2070.154 FPA Layout Alternate keyboard and display layouts are acceptable as approved by the City. However, minimum size dimensions shall be maintained. 2070.155 CPU Active Indicator The cathode of the CPU ACTIVE LED INDICATOR shall be electrically connected to the CPU_ ACTIVE signal and be pulled up to +5 VDC. 2070.156 Display Liquid Crystal Display (LCD) The Display shall consist of a Liquid Crystal Display (LCD), a backlight, and a contrast potentiometer control. Display D shall have 16 lines of 40 characters each with minimum dimensions of 0.104 wide by 0.167 high and either LED or EL backlight. 2070.157 Characters and Angles of Liquid Crystal Display (LCD) Each character shall be composed of a 5 x 7 dot matrix with an underline row or a 5 x 8 dot matrix. The viewing angle of the LCD shall be optimized for direct (90 degrees) viewing, ±35 degrees vertical, ±45 degrees horizontal. The LCD shall have variable contrast with a minimum ratio of 4:1. The LCD shall be capable of displaying, at any position on the Display, any of the standard ASCII characters as well as user-defined characters. 2070.158 Backlight The backlight shall be turned on and off by the Controller Circuitry. The backlight and associated circuitry shall consume no power when in off state. A potentiometer shall control the LCD contrast with clockwise rotation increasing contrast. The contrast shall depend on the angular position of the potentiometer, which shall provide the entire contrast range of the LCD. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A44 of 107 2070.159 Cursor Display Cursor display shall be turned ON and OFF by command. When ON, the cursor shall be displayed at the current cursor position. When OFF, no cursor is to be displayed. All other cursor functions (positioning, etc.) shall remain in effect. 2070.160 FPA Controller The FPA CONTROLLER shall function as the Front Panel Device controller interfacing with the CPU Module. 2070.161 FPA RESET Provide a FPA RESET Switch on the Assembly PCB. The momentary CONTROL switch shall be logic OR'd with the CPU_RESET Line, producing a FPA RESET Output. Upon FPA RESET being active or receipt of a valid Soft Reset display command, the following shall occur:  Auto-repeat, blinking, auto-wrap, and auto-scroll shall be set to OFF.  Each special character shall be set to ASCII SPC (space).  The tab stops shall be set to columns 9, 17, 25, and 33.  The backlight timeout value shall be set to 6 (60 seconds).  The backlight shall be extinguished.  The display shall be cleared (all ASCII SPC).  The cursor display shall be turned off.  The FPA module shall transmit a power up string through /sp6 to the CPU. Once power is applied to the FPA, or the FPA hardware RESET BUTTON IS PUSHED. The string is “ESC [PU”, hex value “1B 5B 50 55”. 2070.162 Keypress When a keypress is detected, the appropriate key code shall be transmitted to SP6-RxD. If two or more keys are depressed simultaneously, no code is to be sent. If a key is depressed while another key is depressed, no additional code is to be sent. 2070.163 Auto-Repeat Auto-repeat shall be turned ON and OFF by command. When ON, the key code shall be repeated at a rate of 5 times per second starting when the key has been depressed continuously for 0.5 second, and shall terminate when the key is released or another key is pressed. 2070.164 AUX When the AUX Switch is toggled, the appropriate AUX Switch code shall be transmitted to the CPU. 2070.165 Controller Circuitry The controller circuitry shall be capable of composing and storing eight special graphical characters on command, and displaying any number of these characters in combination with the standard ASCII characters. Undefined characters shall be ignored. User-composed characters shall be represented in the communication protocol on Figure 14 of Appendix D. P1 represents the special character number (1-8). Pn's represent columns of pixels from left to right. The most significant bit of each Pn represents the top pixel in a column and the least significant bit shall represent the bottom pixel. A logic ‘1’ shall turn the pixel ON. There shall be a minimum of 5 Pn's for 5 columns of pixels in a command code sequence The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A45 of 107 terminated by an "f." If the number of Pn’s is more than the number of columns available on the LCD, the extra Pn's shall be ignored. P1 and all Pn's shall be in ASCII coded decimal characters without leading zero. 2070.166 Character Overwrite Character overwrite mode shall be the only display mode supported. A displayable character received shall always overwrite the current cursor position on the Display. The cursor shall automatically move right one character position on the Display after each character write operation. When the rightmost character on a line (position 40) has been overwritten, the cursor position shall be determined based on the current settings of the auto-wrap mode. 2070.167 Auto-Wrap Auto-wrap shall be turned ON & OFF by command. When ON, a new line operation shall be performed after writing to position 40. When OFF, upon reaching position 40, input characters shall continue to overwrite position 40. 2070.168 Cursor Positioning Cursor positioning shall be non-destructive. Cursor movement shall not affect the current display, other than blinking the cursor momentarily and periodically hiding the character at that cursor position. 2070.169 Blinking Characters Blinking characters shall be supported, and be turned ON and OFF by command. When ON, all subsequently received displayable characters shall blink at the rate of 1 Hertz with a 60% ON / 40% OFF duty cycle. It shall be possible to display both blinking and non-blinking characters simultaneously. 2070.170 Tab Stops Tab stops shall be configurable at all columns. A tab stop shall be set at the current cursor position when a SetTabStop command is received. Tab Stop(s) shall be cleared on receipt of a ClearTabStop command. On receipt of the HT (tab) code, the cursor shall move to the next tab stop to the right of the cursor position. If no tab stop is set to the right of the current cursor position, the cursor shall not move. Tab stops shall be set based only upon the column (horizontal) position of the cursor; the row position shall be ignored. Each tab that is set shall apply to all rows of the display. In this way, tabs shall operate similarly to a typewriter or line printer. For example, if the cursor is positioned at column 21, row 3 when a Set Tab Stop command (ESC H) is received, a tab stop is placed at column 21 and applies to every row of the display. If the cursor is then positioned to column 21, row 5, and a Clear Tab Stop command (ESC 0G) is received, the tab stop on column 21 is removed and there will be no tab stop on any row of the display at that column position. 2070.171 Auto-Scroll Auto-scroll shall be turned ON and OFF by command. When ON, a Line Feed or new line operation from the bottom line shall result in the display moving up one line. When OFF, a Line Feed or new line from the bottom line shall result in the top line clearing, and the cursor being positioned on the top line. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A46 of 107 2070.172 Displayable Characters Display Characters shall be refreshed from the buffer at a rate of no less than 20 times per second. 2070.173 Display Back Light Illuminate The Display back light shall illuminate when any key is pressed and illuminate or extinguish by command. The backlight shall extinguish when no key is pressed for a specified time. This time shall be program selected by command, by a number in the range 0 to 63 corresponding to that number of 10-second intervals. A value of 1 shall correspond to a timeout interval of 10 seconds. A value of 0 shall indicate no timeout. 2070.174 Command Codes The Command Codes shall use the following conventions: 1. Parameters and Options: Parameters are depicted in both the ASCII and hexadecimal representations as the letter 'P' followed by a lower-case character or number. These are interpreted as follows: Pn: Value parameter, to be replaced by a value, using one ASCII character per digit without leading zeros. P1: Ordered and numbered parameter. One of a listed known parameters with a specified order and number (Continues with P2, P3, etc.) Px: Display column number (1-40), using one ASCII character per digit without leading zero. Py: Display line (1-4) one ASCII character ...: Continue the list in the same fashion Values of 'h' (0x68) and 'l' (0x6C) are used to indicate binary operations. ‘h' represents ON (high), 'l' represents OFF (low). 2. ASCII Representation: Individual characters are separated by spaces; these are not to be interpreted as the space character, which is depicted by SPC. 3. Hexadecimal Representation: Characters are shown as their hexadecimal values and will be in the range 0x00 to 0x7F (7 bits). 2070.175 Controller Circuit The Controller Circuit shall communicate via a SP6 asynchronous serial interface. The interface shall be configured for 38.4 kilobits per second, 8 data bits, 1 stop bit, and no parity. 2070.176 C50 ENABLE FUNCTION C50 ENABLE function when grounded by C50 pins 1 and 5, shall be brought to Connectors A1, pin B21 for the purpose of disabling the module channel 2, (SP4). 2070.177 Front Panel The Front Panel shall include an electronic bell to signal receipt of ^G(hex07)). The bell shall sound at 2,000 Hertz, with a minimum output rating of 85 dB at a distance of 4 feet for 350±100 ms upon receipt of ^G(hex07). Receipt of all other characters and ESC codes shall continue during the time the bell sounds. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A47 of 107 SECTION VII - TYPE 2070-3D USB FRONT PANEL ASSEMBLY 2070.178 General The 2070-3D USB Front Panel Assembly shall meet all specification presented in Section VI with the following additions and exceptions: 2070.179 Universal Serial Bus (USB) The FPA shall include a minimum of 2 external Type-A USB ports on front panel. The USP ports shall be compliant to the latest AASHTO/ITE Next Generation ATC Standard with the exception that the USB shall conform to the appropriate sections of the USB v3.0 specification for both hardware and software operations. 2070.180 Alternate Front Panel Assembly Layout Alternate keyboard and display layouts are acceptable as approved by the City. However, minimum size dimension shall be maintained. 2070.181 1C-CPU USB To facilitate the implementation of this Alternative, the City shall allow the disabling of the USB port on the 1C-CPU front panel. However, all wiring to implement this alternative shall be internal to the controller unit. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A48 of 107 SECTION VIII - TYPE 2070-4A POWER SUPPLY MODULE. 2070.182 Model 2070-4A Power Supply Module Type 2070-4B power supply modules shall be provided. Type 2070-4B Power Supply Module shall be independent, self contained Module, vented, and cooled by convection only. The Module shall slide into the unit’s power supply compartment from the back of the Chassis and be attached to the Backplane Mounting Surface by its four TSD #3 Devices. 2070.183 On/Off Power Switch An "On/Off" POWER Switch, four LED DC Power Indicators, PS Receptacle POWER Connectors, and the Incoming AC Fuse protection shall be provided on the Module Front. The LED DC POWER Indicators shall indicate all required DC voltages meet the following conditions: the +5 VDC and the 12 VDC are within 5% of their nominal levels. 2070.184 Input Protection Two 0.5-Ohm, 10-watt wire-wound power resistors with a 0.2 µH inductance (one on the AC+ Line & on the AC- Line) shall be provided. Three 20 Joule surge arrestors between AC+ to AC-, AC+ to EG, and AC- to EG shall be provided. A 0.68 µF capacitor shall be placed between AC+ & AC- (between the resistor & arrestors). 2070.185 +5VDC Standby Power +5 VDC STANDBY POWER to hold up specified circuitry during the power down period shall be provided. It shall consist of the monitor circuitry; hold up capacitors, and charging circuitry. A charging circuit shall be provided, that under normal operation, fully charges and float the capacitors consistent with the manufacturers’ recommendations. The Hold Up power requirements shall be a minimum constant drain of 600 microamperes at a range of +5 VDC to +2 VDC for over 600 minutes. 2070.186 Monitor Circuitry MONITOR CIRCUITRY to monitor incoming AC Power for Power Failure and Restoration and LINESYNC generation shall be provided. 2070.187 ACFAIL/POWER DOWN The AC FAIL/POWER DOWN Output Lines shall go LOW (ground true) immediately upon Power Failure. The Lines shall transition to HIGH within 50 ms after both Power Restoration and supply fully recovered. The Lines shall be driven separately. The SYSRESET/POWERUP Output Lines shall transition to LOW 525 +/-25 ms after ACFAIL/POWER DOWN transition to LOW. The Lines shall transition to HIGH 225 +/-25 ms after Power Restoration and the supply is fully recovered. The Lines shall be driven separately. 2070.188 Monitor Circuitry Switch The monitor circuitry shall switch the +5 VDC Standby ON immediately upon Power Failure and isolate (OFF) the line at Power Up. 2070.189 60 Hz Square Wave LINESYNC The 60 Hz Square Wave LINESYNC signal shall be generated by a crystal oscillator, which shall be synchronized to the 60-Hertz VAC incoming power line at 120 and 300 degrees. A continuous square wave signal shall be +5 VDC amplitude, 8.333 ms half-cycle pulse The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A49 of 107 duration, and 50 +/-1% duty cycle. The output shall have drive sink capability of 16 mA. A 2 K-Ohm pull-up resistor shall be connected between the output and +5 VDC. The monitor circuit shall compensate for missing pulses and line noise during normal operation. 2070.190 LINESYNC The LINESYNC shall continue until SYSRESET transitions LOW and begin when SYSRESET transitions HIGH. Power Supply Requirements. Voltage Minimum Load Maximum Load Load Range Line Reg. Ripple & Noise +5 VDC 0.0 Amp 10 Amp ±5% ±1% 50mV P-P +12 VDC Serial 0.0 Amp 0.5 Amp ±5% ±1% 50mV P -12 VDC Serial 0.0 Amp 0.5 Amp ±5% ±1% 50mV P +12 VDC 0.0 Amp 1.0 Amp ±5% ±1% 50mV P 2070.191 Line/Load Regulation The Power Supply Module shall meet Line / Load Regulation for input voltage range of 90 to 135 VAC, the maximum and minimum loads called out in the table and including ripple noise. 2070.192 Efficiency 70% minimum. 2070.193 Ripple and Noise Less than 0.2% rms, 1% peak to peak or 50 mV, whichever is greater. 2070.194 Voltage Overshoot No greater than 5%, all outputs. 2070.195 Overvoltage Protection 130% V out for all outputs. 2070.196 Circuit Protection Automatic recovery upon removal of fault. 2070.197 Inrush Current Cold Start Inrush shall be less than 25 amperes at 115VAC.Transient Response. Output voltage back to within 1% in less than 500 µs on a 50% Load change. Peak transient not to exceed 5%. 2070.198 Holdup Time The power supply shall supply 30 watts minimum for 550 ms after ACFAIL going LOW. The supply shall be capable of holding up the Unit for two 500 ms Power Loss periods occurring in a 1.5-second period. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A50 of 107 2070.199 Remote Sense +5 VDC compensates 250 mV total line drop. Open sense load protection required. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A51 of 107 SECTION IX - UNIT CHASSIS TYPE 2070. 2070.200 General The Chassis consists of the metal housing, Serial Motherboard, Back-plane Mounting Surface, Power Supply Module Supports, slot card guides, Wiring Harnesses, and Cover Plate(s). All external screws shall be countersunk and be Phillips flat head stainless steel type. The housing shall be treated with clear chromate and the slot designation labeled on the back-plane mounting surface above the upper slot card guide. The Chassis shall be cooled by convection only. The top and bottom pieces of the housing shall be slotted for vertical ventilation. 2070.201 Serial Motherboard Serial Motherboard shall function as support for its connectors, A1 to A5 and FP, and as the interface between the CPU and the dedicated modules/Front Panel carrying both serial communications, logic, and power circuits. The PCB shall be multi-layered, with one layer plane assigned to DC Ground. A wiring harness PS2 shall be provided between the Type 2070-4 Power Supply and the Motherboard PCB (provide strain relief). Test points shall be provided on the FPA side of the Motherboard for PS2 lines. A wiring harness FP shall be provided, linking the Motherboard with the FPA. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A52 of 107 SECTION X - TYPE 2070 NEMA 2070.202 ATC NEMA Standard Controller Units This specification covers two versions of 2070 / NEMA Standard Controller Units. The versions associate with NEMA TS1/TS2 Type 2 and NEMA TS2 Type 1 Standards. They are as follows:  Model 2070 N1 Controller Unit (TS1/TS2 Type 2)  Model 2070 N2 Controller Unit (TS2 Type-1) 2070.203 N1C Unit Consisting The Model 2070 N1C Controller Unit consists of:  Unit Chassis  2070- 1C CPU Module  2070-2B Field I/O Module  2070-3D Front Panel Module  2070-4NA Power Supply Module  2070-8 Field I/O Module  Optional communication modules 2070.204 N2C Unit Consisting  Unit Chassis  2070-1C CPU Module  2070-2N Field I/O Module  2070-3B Front Panel Module  2070-4AN Power Supply Module 2070.205 Address The Serial Port 5 Frame Address for 2070-2N and 2070-8 shall be “20”. FIELD I/O MODULE 2070.206 2070-2N Field I/O Module The 2070-2N Field I/O Module provides a TS2 Type 1 compatible SDLC interface via 2070 Serial Port 3, AC Power to the 2070 Unit and Fault Monitor LOGIC Output via SP5 on output O78 (similar to the 2070-8) to the NEMA TS2 Malfunction Management Unit (MMU). The communications timeout operation shall function in a manner similar to the 2070-8 (see sections 11.4.11.6 and 11.4.11.7 for details) 2070.207 Requirements Exceptions The Module shall meet the 2070–2A Module Requirements with the following exceptions: No C1, C11 and C12 Connectors on the front panel of the module  No 64 inputs / 64 outputs requirements  Serial Port 5 routed to the FCU MPU Device only  Serial Port 3 shall not have a disabling switch  No Watchdog output  No Muzzle Shunt The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A53 of 107 2070.208 Types The module shall be a 4X type board/front panel with three connectors. The connectors are 10 Pin Connector A, a NEMA 5-15 Receptacle and a Port 1 DA-15S connector labeled as either “C15S” or “Port 1”. The Port 1 (C15S) connector shall be a 15 pin metal shell DA-15 connector with female contacts. The connector shall be equipped with latching blocks and shall intermate with a 15 pin D type connector, Amp Incorporated part number 205206-1, or equivalent, which is equipped with spring latches, Amp Incorporated part number 745012-1, or equivalent. 2070.209 Power Incoming 2070 AC Power is derived from Connector A Pin C (AC+), Pin A (AC-), and Pin H (Equipment Ground). The power is directly routed to the NEMA 5-15 Receptacle with equipment ground also connected to the face plate. Connector A shall intermate with a NEMA TS2 Type 1 (MS3106( )-18-1S) cable. 2070.210 Isolation The module shall isolate 2070 Serial Port 3 from the A3 Connector and reconvert the lines to external EIA 485 drivers/receivers which shall be terminated at C15S Connector. The Port shall be clocked at 153.6 Kbps. 2070.211 FCU Output An FCU output shall drive an open collector transistor whose output shall be routed to Connector A Pin F for use as a FAULT MONITOR Output. The transistor shall be capable of sinking 200 mA at 30 VDC. 2070.212 Connectors A, C15S pin out and functions Connectors A and C15S pin out and functions are as follows: CONNECTOR A Pin Function Pin Function Pin Function A. AC Neutral E NA I NA B. NA F Fault Monitor J NA C. AC Line G DCG #2 D. NA H EG (Equip Ground) CONNECTOR C15S: Pin Function Pin Function Pin Function 1 SP3TXD+ 6 DCG #2 11 SP3TXC- 2 DCG #2 7 SP3RXC+ 12 EG (Equip Ground) 3 SP3TXC+ 8 DCG #2 13 SP3RXD- 4 DCG #2 9 SP3TXD- 14 NA 5 SP3RXD+ 10 Port 1 Disable 15 SP3RXC- 2070.213 Serial Port 3 Serial Port 3 shall control the TS2 BIU Units using SDLC Protocol that meets the NEMA TS2 Type 1 Frame Command / Response Standards. SP3DCD shall be allocated to Port 1 Disable where 0 VDC input on C15S pin 10 equals DCD inactive (False). SP3DCD shall be opto-isolated from Port 1 Disable. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A54 of 107 4AN POWER SUPPLY MODULE 2070.214 4AN POWER SUPPLY MODULE The 2070-4N Power Supply Module supports the NEMA TS 1 and TS2 Standards. The module is identical to the 2070-4A Power Supply Requirements except for the following:  The power cord shall have a 15 inch ± 1 inch length as measured from the panel to the plug tips.  The AC Power Fail voltage shall be 85VAC ±2VAC.  The AC Power Restore voltage shall be 90VAC ±2VAC.  The 2070-4N (A) power supply shall have proper marking Example “2070 4N (A )”. A permanent sticker shall be an acceptable marking method. MODEL 2070- 8 FIELD I/O MODULE 2070.215 2070-9 Module The Module shall consist of the Module Chassis, Module Power Supply, FCU Controller, Parallel Input/Output Ports, Serial Communications Circuits and Module Connectors. The Module CHASSIS shall be made of 0.06 in. minimum aluminum sheet and treated with clear chromate. All external screws, except where called out, shall be countersunk and shall be Phillips flat head stainless steel. The matching nuts shall be permanently captive on the mating surfaces. 2070.216 Module Front Panel The Module Front Panel shall be furnished with the following: 1. ON/OFF POWER Switch mounted vertically with ON in the UP position. 2. LED DC Power Indicator. The indicator shall indicate that the required + 5 VDC is within 3% and the +24 VDC is within 8%. 3. Incoming VAC fuse protection. 4. Two DB-25S COMM connectors labeled "EX1" & "EX2." 5. Four NEMA Connectors A, B, C, & D. 2070.217 Label A permanent Label shall be affixed to the Front Panel. The label shall display the unit's serial number. The number shall be permanent and easy to read. 2070.218 Module Power Supply A Module Power Supply shall be provided and located on the right side of the module as viewed from the front. The supply shall provide the necessary module internal circuitry DC power plus 2.0 Amperes minimum of +24 VDC for external logic, detector inputs, and output load control. The supply shall meet the following requirements: Input Protection. Two 0.5-Ohm, 10-watt wire-wound power resistors with a 0.2 µH inductance (one on the AC+ Line & on the AC- Line) shall be provided. Three 20 Joule surge arrestors between AC+ to AC-, AC+ to EG, and AC- to EG shall be provided. A 0.68 µF capacitor shall be placed between AC+ & AC- (between the resistor & arrestors). Power Supply Requirements The Power Supply shall meet the specification as listed in Power Requirements 2070-162 through 2070-171 Supply Requirements except Input Protection above. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A55 of 107 Tolerances. DC Voltage tolerances shall be ±3% for 5 VDC and ±8% for 24 VDC. 2070.219 Incoming AC Power The supplied Incoming AC Power shall be derived from Connector A Pins "p" (AC+) and "U" (AC Neutral). External +24 VDC shall be at Connector A, Pin "B" and Connector D Pin "NN." AC Power for the 2070 receptacle shall be tapped off from the secondary side of the ON Switch / Fuse configuration. 2070.220 Module PC Boards All Module PC Boards shall be mounted vertically. 2070.221 POWERDOWN, NRESET, and LINESYNC POWERDOWN, NRESET, and LINESYNC are incoming EIA-485 differential signals and shall be routed to the module via C12S Connector. The state of the module output ports at the time of POWERDOWN transition to LOW State and until NRESET goes HIGH shall be an open circuit. 2070.222 Requirements The Module shall meet all requirements under SECTION V – TYPE 2070-2 FIELD I/O MODULE with the following exceptions: Parallel Ports 118 Bits of Input and 102 bits of Output shall be provided. Specification for inputs applies except the voltage is +24 in lieu of +12, Ground False ("0") exceeds 16.0 VDC, and Ground True (“1”) is less than 8.0 VDC. Serial Communication Circuitry The module shall interface with the 2070-2B Field I/O module via HAR 1 Harness meeting EIA-485 Requirements. HAR 1 Harness shall be 23 lines minimum with a C12P Connector on one end and soldered with strain relief on the other. In addition to SP5 being routed to the FCU Controller interface, the SP3 EIA-485 Signal lines shall be routed only to the EX1 Connector. 2070.223 EIA-232 Serial Port An EIA-232 Serial Port on the FCU shall be provided with baud rate selection by Shunt of 0.3, 1.2, 2.4, 4.8, 9.6, 19.2, & 38.4 Kbps asynchronous and shall be connected at EX1 Connector. This hardware is provided for future expansion capability and its use/protocol is currently undefined. 2070.224 HAR 2 Harness A 22-line minimum HAR 2 Harness shall be provided between EX2 Connector and Model 2070-6 Serial COMM Module in the 2070 UNIT. This provides two Modems or EIA-232 Interfaces between the 2070 UNIT and the outside world. The two EG (Equipment Ground) lines within HAR 2 shall be connected between EX2 and the 2070-8 module chassis. 2070.225 Fault and Voltage Monitor Circuitry NEMA TS1 Controller Fault and Voltage Monitor functions (outputs to cabinet monitor) shall be provided. OR Gates. Conceptually, two 3-input OR gates shall be provided. The gate 1 output shall be connected to Connector A, Pin A (Fault Monitor) and gate 2 output shall be connected to Connector A, Pin C. Any False state input shall cause a gate output False (+24VDC) state. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A56 of 107 FCU Output O78. The FCU output O78 shall normally change its state every 100 ms. A module Watchdog circuit shall monitor the output. No state change for 2 ±0.1 seconds shall cause the circuit output to generate a FALSE (+24 VDC) output (input to gates 1 and 2). Should the FCU begin changing state, the Watchdog output shall return to TRUE (0 VDC) state. Operation. The module shall have a +5 VDC monitoring circuit which monitors the module’s +5 VDC (±0.25). If the voltage exceeds the limits, the circuit output shall generate a False output (input to gates 1 and 2). Normal operation shall return the output state to TRUE state. Microprocessor Output. The FCU microprocessor output shall be assigned to FAULT Monitor (input to gate 1) and another output shall be assigned to VOLTAGE Monitor (input to gate 2). Message Outputs. CPU Port 5 Set Output Command Message Outputs O78 and O79 shall be assigned to FAULT (O78) and VOLTAGE (O79). The bit logic state “1” shall be FCU output FALSE. CPU / FCU Operations. CPU / FCU operation at POWER UP shall be as follows: 1. FCU Comm Loss Flag set. FAULT and VOLTAGE MONITOR outputs set to FALSE state. 2. CPU REQUEST MODULE STATUS COMMAND Message with “E” bit set is sent to FCU to clear Comm Loss Flag and FCU responds to CPU with “E” bit reset. 3. Before the Comm Loss timer expires, the SET OUTPUT COMMAND data must be sent. In that data, the 078 and 079 logically set to “0” will cause the FCU microprocessor port pins assigned for FM and VM outputs to go to their TRUE state. At this point, the signal outputs defined in the message will be permitted at the output connectors. Any number of other messages may be sent between the MODULE STATUS COMMAND and SET OUTPUTS COMMAND. 4. * If the above message sequence is not followed, Comm Loss Flag shall be set (or remain) and VM & FM shall retain the FALSE output state. 5. Performs items 2 & 3 above User Software. CPU/FCU Communications. A CPU / FCU Communications Loss during normal operation shall cause all outputs to go blank (FALSE state) and shall set the Comm. Loss Flag. FM and VM outputs shall be in FALSE state. 2070.226 Figures The following figures are found in Appendix B:  Front View A11-1  Side View A11-2  ISO View A11-3  Field I/O Module, Connector A & B A11-4  Field I/O Module, Connector C & D A11-5  Field I/O Module, EX1 & EX2 Connectors A11-6  2070-2N Field I/O Module A11-7 *Notes: Module sheet metal tolerance shall be 0.015 inch or less. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A57 of 107 SECTION XI - TYPE 2070 PERIPHERAL EQUIPMENT. 2070.227 General Notes The 2070-6x and 2070-7x modules shall provide circuitry to disable its Channel 2 and EIA- 232 control lines (TX, RX, RTS, CTS, and DCD) when a ground true state is present at Connector A1, Pin B21 (C50 Enable). C50 Enable shall disable Channel 2 via disabling the RS-485 signals to and from the motherboard. The disable lines shall be pulled up on these modules. Line drivers/receivers shall be socket mounted or surface mounted. Isolation circuitry shall be opto- or capacitive-coupled isolation technologies. Each module’s circuit shall be capable of reliably passing a minimum of 1.0 megabits per second. EIA-485 drivers to the external connectors must be capable of supporting either two times the maximum applicable baud rate for the port or 1 Mbps, whichever is less. EIA-232 drivers to the external connectors must be capable of supporting a minimum of 115,200 bits per second. The Communication modules shall be “Hot” swappable without damage to circuitry or operations. A communication “glitch” occurring during insertion/removal is acceptable sine the application program shall be able to recover/retry. Power-on and hot-swap current surges shall not exceed a 10 ms surge at three times (3x) the maximum rating of each voltage supply used by the module. 2070.228 Type 2070-6 A & B Async/ Modem Serial Communication Modules Fuse Isolation. A fused isolated +5 VDC with a minimum of 100 mA power supply shall be provided for external use. Option – Bourns MF – MSMD020 PTC (Positive Temperature Coefficient) Resettable Fuse, or approved equal, allowed. Logic Switches. Two LOGIC switches per circuit shall be provided (faceplate mounted). One logic switch shall be used to vertically switch between Half-Duplex (Down) and Full- Duplex (Up). In Half-Duplex mode, the Transmit connections shall be used for both Receive and Transmit. A MODEM Enable switch shall be provided such that when in the UP Position shall enable MODEM and disable MODEM in the DOWN Position. Circuitry. Two independent circuits, designated CIRCUIT #1 and CIRCUIT #2, shall be provided. Both circuit functions shall be identical, except for their Serial Communications Port and external connector (CIRCUIT #1 to SP1 [or SP3] and C2S Connector and CIRCUIT #2 to SP2 [or SP4] and C20S Connector). Circuits #1 and Circuits #2, shall optically isolate the FSK, C2 and C20 Serial Ports from the Motherboard SP EIA-495 signals. Each circuit shall provide full isolation from each other and the Model 2070 Motherboard. Modem Requirements. Each CIRCUIT shall have a common power independent MODEM with the following requirements: Data Rate: Baud modulation of 300 to 1200 for Module 2070-6A and 0 to 9600 for Module 2070-6B. Modulation: Phase coherent frequency shift keying (FSK). Data Format: Asynchronous, serial by bit. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A58 of 107 Line & Signal Requirements: Type 3002 voice-grade, unconditioned Tone Carrier Frequencies (Transmit and Receive): MARK and SPACE: ±1% tolerance. The operating band shall be (half power, -3 dB) between 1.0 KHz & 2.4 KHz for 2070-6A and 9.9 KHz & 18.9 KHz for 2070-6B. Transmitting Output Signal Level: 0, -2, -4, -6, and -8 dB (at 1.7 KHz for 2070-6A & 14.7 KHz for 2070-6B) continuous or switch selectable. Receiver Input Sensitivity: 0 to -40 dB. Receiver Bandpass Filter: Shall meet the error rate requirement specified below and provide 20 dB/octave, minimum active attenuation for all frequencies outside the operating band. Clear-to-Send (CTS) Delay: 11 +/-3 milliseconds. Receive Line Signal Detect Time: 8 +/-2 milliseconds mark frequency. Receive Line Squelch: 6.5 (+/-1) milliseconds, 0 milliseconds (OUT). Soft Carrier Turn Off Time: 10 +/-2 milliseconds (0.9 kilohertz for 2070-6A and 7.8 kilohertz for 2070-6B). When the RTS is unasserted, the carrier shall turn off or go to soft carrier frequency. Modem Recovery Time: Capable of receiving data within 22 milliseconds after completion of transmission. Error Rate: Shall not exceed 1 bit in 100 kilobits, with a signal-to-noise ratio of 16 dB measured with flat-weight over a 300 to 3,000 Hertz band. Transmit Noise: Less than -50 dB across 600-ohms resistive load within the frequency spectrum of 300 to 3,000 Hertz at maximum output. Modem interface: EIA-232 Standards. Control Switch: A CONTROL switch shall be provided on the module front panel to turn ON (Up) / OFF (Down) all module power. 2070.229 Type 2070-7A Async Serial Comm Module Circuitry. Two opto-isolated independent circuits, designated CIRCUIT #1 (Channel 1) and CIRCUIT #2 (Channel 2), shall be provided. Their functions are identical, except for the CPU Serial Communications Port and external connector (CIRCUIT #1 to SP1 [or SP3] and Connector C21S and CIRCUIT #2 to SP2 [or SP4] and Connector C22S). 2070-7A. Each circuit shall convert its EIA-485 signal lines (RX, TX, RTS, CTS and DCD) to / from board TTL Level Signals; isolate both signal and ground; and drive / receive external EIA-232 devices via C21 / C22 Connectors. Connectors shall be DB-9S type. LED Indicator. Each circuit signal TX and RX line shall have an LED Indicator mounted on the front plate and labeled to function. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A59 of 107 SECTION XII – GLOSSARY 2070.230 Terms and Abbreviations Wherever the following terms or abbreviations are used, the intent and meaning is interpreted as follows: A Ampere AC Alternating Current AC+ 120 Volts AC, 60 hertz ungrounded power source AC- 120 Volts AC, 60 hertz grounded return to the power source ANSI American National Standard Institute ASCII American Standard Code for Information Interchange Assembly A complete machine, structure or unit of a machine that was manufactured by fitting together parts and/or modules ASTM American Society for Testing and Materials AWG American Wire Gage C Celsius C Language The ANSI C Programming Language Cabinet An outdoor enclosure generally housing the controller unit and associated equipment Certificate of Compliance A certificate signed by the manufacturer of the material or the manufacturer of assembled materials stating that the materials involved comply in all respects with the requirements of the specifications Channel An information path from a discrete input to a discrete output. Component Any electrical or electronic device Contractor The person or persons, Manufacturer, firm, partnership, corporation, vendor or combination thereof, who have entered into a contract with the DEPARTMENT, as party of the second part or legal representative Controller Unit That portion of the controller assembly devoted to the operational control of the logic decisions programmed into the assembly CPU Central Processing Unit CTS Clear To Send DAT Program The DEPARTMENT’s Diagnostic and Acceptance Test Program dB Decibel dBa Decibels above reference noise, adjusted DC Direct Current DCD Data Carrier Detect (Receive Line Signal Detector) DIN Deutsche Industry Norm DRAM Dynamic random access memory. Random access means that the processor can access any part of the memory or data storage space directly rather than having to proceed sequentially from some starting place. DRAM is dynamic in that it needs to have its storage cells refreshed or given a new electronic charge every few milliseconds. EG Equipment Ground EIA Electronic Industries Association EMI Electro Magnetic Interference EPROM Ultraviolet Erasable, Programmable, Read Only Memory Device EEPROM Electrically Erasable, Programmable, Read Only Memory Device Equal Connectors: comply with physical dimensions, contact material, plating and method of connection. Devices: comply to function, pin out, electrical and operating parameter requirements, access times and interface parameters of the specified device The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A60 of 107 ETL Electrical Testing Laboratories, Inc. Firmware A computer program or software stored permanently in PROM, EPROM, ROM or semi-permanently in EEPROM FLASH A +5 VDC powered IC Memory Device with nonvolatile, electrically erasable, programmable, 100K read/write minimum cycles and fast access time features FPA Front Panel Assembly HEX Hexadecimal Hz Hertz IC Integrated Circuit I.D. Identification IEEE Institute of Electrical and Electronics Engineers ISO Isolated Jumper A means of connecting/disconnecting two or more conductive by soldering/desoldering a conductive wire or by PCB post jumper KB Kilobytes Keyed Means by which like connectors can be physically altered to prevent improper insertion. Laboratory The established laboratory of the DEPARTMENT or other laboratories authorized by the DEPARTMENT to test materials involved in the contract LCD Liquid Crystal Display LED Light Emitting Diode LOGIC Negative Logic Convention (Ground True) State LSB Least Significant Byte lsb Least Significant Bit MB megabyte MSB Most Significant Byte msb Most Significant Bit m Milli MCU/MPU/ IMP Micro Controller Unit, Microprocessor Unit, or Integrated Multiprotocol Processor MIL Military Specifications MODEM Modulation/Demodulation Unit Module A functional unit that plugs into an assembly Motherboard A printed circuit connector interface board with no active or passive components MOS Metal-Oxide Semiconductor MOV Metal-Oxide Varistor MS Military Standards N Newton: SI unit of force N.C. Normally closed contact N.O. Normally open contact NA Presently Not Assigned. Cannot be used by the Manufacturer for other purposes NEMA National Electrical Manufacturer's Association NETA National Electrical Testing Association, Inc. n nano NLSB Next Least Significant Byte nlsb Next Least Significant Bit NMSB Next Most Significant Byte The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A61 of 107 nmsb Next Most Significant Bit PCB Printed Circuit Board PDA Power Distribution Assembly PLA/PAL Programmable Array Logic Device Power Failure A Power Failure is said to have occurred when the incoming line voltage falls below 92 +/- 2 VAC for 50 milliseconds. See Power Conditions. Power Restoration Power is said to be restored when the incoming line voltage equals or exceeds 97 +/- 2 VAC for 50 milliseconds. See Power Conditions. Power Conditions 16.7 ms (one 60 Hertz cycle) reaction period is allowed to be included in the 50 milliseconds timing or added to (67 milliseconds duration). The hysteresis between power failure and power restoration voltage settings shall be a min. of 5 VAC with a threshold drift of no more than 0.2 VAC. ppm Parts per million PWM Pulse Width Modulation RAM Random Access Memory RF Radio Frequency RMS Root-Mean-Square ROM Read Only Memory Device RTS Request to Send R/W Controller Unit Read/Write Control Line RxD Received Data SCI Serial Communications Interface SDLC Synchronous Data Link Control S Logic State s second Second Sourced Produced by more than one Manufacturer SRAM Static Random Access Memory Device SW Switch TB Terminal Block TOD Time Of Day Clock Triac Silicon-Controlled Rectifier which controls power bilaterally in an AC switching circuit TTL Transistor-Transistor Logic Thumb Screw Device (TSD ) A retractable screw fastener with projecting stainless steel screw, spring and natural aluminum knob finish. (TSD No.2 shall be flat black.) TSD No.1 - 8-32 SOUTHCO #47-62-301-20 or equal. TSD No.2 - 8-32 SOUTHCO #47-62-301-60 or equal. TSD No.3 - M3 SOUTHCO #47-82-101-10 or equal. TxD Transmitted Data u Micro UL Underwriter's Laboratories, Inc. VAC Voltage Alternating Current (root mean square) VDC Voltage Direct Current VME Versa Module Eurocard, VMEbus Standard IEEE P1014/D1.2 x Number Value XX Manufacturer's Option WDT Watchdog Timer: A monitoring circuit, external to the device watched, which senses an Output Line from the device and reacts The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A62 of 107 APPENDIX A ELECTRICAL, ENVIRONMENTAL AND TESTING REQUIREMENTS The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A63 of 107 APPENDIX A – ELECTRICAL ENVIRONMENTAL AND TESTING REQUIREMENTS A1 ENVIORNMENTAL AND TEST PROCEDURES General A1.1 This section establishes the limits of the environmental and operational conditions in which the first article ATC Controller Unit (CU) will perform. This section also defines the minimum test procedures which may be used to demonstrate conformance of a CU with the provisions of the specification. Testing Software A1.2 Software shall be provided that contains a set of test programs to facilitate testing. This software shall be capable of running individual tests or combinational tests. The combinational tests shall include a single menu function that binds all of the tests into a single module. Tests may be run either from the front panel or by an external serial port. These tests shall include but are not limited to the items in the following outline:  A testing program shall contain the following: 1. Introduction to the Test 2. Installation Instructions 3. Starting the Software 4. Running Individual Tests 5. Test Suite Tree for combination tests  Individual Processor tests shall include: 1. DRAM Test 2. SRAM Test 3. FLASH Read/Write Test 4. Datakey Tests 5. USB Tests. 6. Ethernet Tests  Front Panel (when used) tests shall include: 1. Display Tests 2. Keyboard Tests.  I/O tests shall include: 1. I/O Loop Back Tests.  Asynchronous/Synchronous Communication Port tests shall include: 1. Loop Back Tests, Single Port and Port to Port. 2. Aggregate throughput tests as defined in Paragraph A1.3 Utility Function Tests:  Time of Day Functions 1. Display Time of Day (TOD) Clock 2. Set Time of Day (TOD) Clock 3. Enable Daylight Savings Time 4. Disable Daylight Savings Time 5. Line frequency tests 6. Clock accuracy tests  Ethernet Functions 1. Get Current IP Address 2. Set Current IP Address 3. Load IP Address from Datakey 4. Save IP Address from Datakey The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A64 of 107 5. Start Ethernet  Clear Error Log  Configure Continuous Tests  Start Application Testing shall be performed either within an environmental chamber or on a bench. The controller unit is not required to be installed within a cabinet during these tests. These test procedures do not verify equipment performance under every possible combination of environmental requirements covered by this standard. However, nothing in this testing profile shall be construed as to relieve the requirement that the equipment provided must fully comply with these standards/specifications under all environmental conditions stated herein. Communication Loading Test. The communication channel loads for load testing A1.3 purposes, with no other activity present, shall be the following:  SP1, SP2, & SP8 = Continuous full-duplex, asynchronous communications at 19.2Kbps  SP4 & SP6 = Continuous full-duplex, asynchronous communications at 38.4Kbps  SP3S = Continuous full-duplex, synchronous communications at 153.6Kbps  SP5S = Continuous full-duplex synchronous communications at 614.4Kbps  All Ethernet Ports: At 10 percent loading, with 3 percent average hits to processor per minute No other applications or I/O activities are required to be operational during this test. A2 Inspection A visual and physical inspection of the CU shall verify mechanical, dimensional and assembly conformance to all parts of this standard. A3 Definitions of Design Acceptance Testing (DAT) and Production Testing. Design Acceptance Testing (DAT) is performed on the first article ATC CU and is a part of the pre-production process. Production testing is performed on all units prior to their shipment to an agency. A4 Environmental and Operating Requirements The requirements (voltage, temperature, etc.) of this section shall apply in any combination. Voltage and Frequency A4.1 1. Operating Voltage. The nominal voltage shall be 120 VAC, unless otherwise noted. 2. Operating Frequency. The operating frequency range shall be 60 hertz (+/-3.0 hertz), unless otherwise noted. Temperature and Humidity. The Test Unit shall maintain all programmed functions A4.2 when the temperature and humidity ambient are within the specified limits defined herein. 1. Ambient Temperature.  The operating ambient temperature range shall be from -37 degrees C to +74 degrees C. The storage temperature range shall be from -45 degrees C to +85 degrees C.  The rate of change in ambient temperature shall not exceed 18 degrees C per hour, during which the relative humidity shall not exceed 95 percent. 2. Humidity.  The relative humidity shall not exceed 95 percent non-condensing over the temperature range of -37 degrees C to +74 degrees C. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A65 of 107  Above +46 degrees C, constant absolute humidity shall be maintained. This will result in the relative humidity shown in Exhibit 3-1 for dynamic testing. Table 1 AMBIENT TEMPERATURE VERSUS RELATIVE HUMIDITYAT BAROMETRIC PRESSURES (29.92 In. Hg.) (NON-CONDENSING) Ambient Temperature/ Dry Bulb (in degrees C) Relative Humidity (in percent) Ambient Temperature/ Wet Bulb (in degrees C) -37.0 to 1.1 10 -17.2 to 42.7 1.1 to 46.0 95 42.7 48.8 70 42.7 54.4 50 42.7 60.0 38 42.7 65.4 28 42.7 71.2 21 42.7 74.0 18 42.7 A5 Transients, Power Service. The Test Unit shall maintain all defined functions when the independent test pulse levels specified below occur on the alternating-current power service. 1. High-Repetition Noise Transients. The test pulses shall not exceed the following conditions:  Amplitude: 300 Volts, both positive and negative polarity.  Peak Power: 2500 watts.  Repetition: 1 pulse approximately every other cycle moving uniformly over the full wave in order to sweep across 360 degrees of the line cycle once every 3 seconds.  Pulse Rise Time: 1 microsecond.  Pulse Width: 10 microseconds.  This test is performed without protection in place or operational.  This test is considered to be a minimum test requirement for the Test Unit complying with ANSI/IEEE C62.41. Regional conditions may warrant additional testing as described in ANSI/IEEE C62.41. (Authorized Engineering Information) 2. Low Repetition High Energy Transients. The test pulses shall not exceed the following conditions:  Amplitude: 600 Volts (+/-5 percent), both positive and negative polarity.  Energy Source: Capacitor, oil filled, 10 microfarads (+/-10 percent), internal surge impedance less than 1 ohm.  Repetition: 1 discharge every 10 seconds.  Pulse Position: Random across 360 degrees of the line cycle.  This test is performed with protection in place and operational.  This test is considered to be a minimum test requirement for the Test Unit complying with ANSI/IEEE C62.41. Regional conditions may warrant additional testing as described in ANSI/IEEE C62.41. (Authorized Engineering Information) The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A66 of 107 A6 Nondestructive Transient Immunity. The Test Unit (with protection in place and operational) shall be capable of withstanding a high energy transient having the following characteristics repeatedly applied to the alternating current input terminals (no other power connected to terminals) without failure of the test unit:  Amplitude: 2000 Volts (+/-5 percent), both positive and negative polarity.  Energy Source: Capacitor, oil filled, 15 microfarads (+/-10 percent), internal surge impedance less than 1 ohm.  Repetition: Applied to the Test Unit once every 2 seconds for a maximum of three applications for each polarity.  After the foregoing, the Test Unit shall perform all defined functions upon the application of nominal alternating current power.  This test is considered to be a minimum test requirement for the Test Unit complying with ANSI/IEEE C62.41 (100 Kilohertz Ring Wave, the 1.2/50 microseconds – 8/20 Combination Wave and the EFT Burst) at voltages and currents specified at “Location Category B2” and at “Test Severity” level III (i.e. up to 4.0 Kilovolts, open-circuit). Regional conditions may warrant additional testing as described in ANSI/IEEE C62.41. (Authorized Engineering Information). TEST FACILITIES A7 Test Facilities All instrumentation required in the test procedures, such as voltmeters, ammeters, thermocouples, pulse timers, etc. shall be selected in accordance with good engineering practice. In all cases where time limit tests are required, the allowance for any instrumentation errors shall be included in the limit test.  Variable Voltage Source: A variable source capable of supplying 20 amperes from 100 VAC to 135 VAC.  Environmental Chamber: An environmental chamber capable of attaining temperatures of -37 degrees C to +74 degrees C and relative humidity given in Table 1.  Transient Generators: Transient generators capable of supplying the transients outlined above. TEST PROCEDURE: TRANSIENTS, TEMPERATURE, VOLTAGE, AND HUMIDITY A8 Test A: Placement in Environmental Chamber and Check-Out of Hook-Up 1. Place the test unit in the environmental chamber. Connect the test unit AC input circuit to a variable voltage power transformer, voltmeter, and transient generator. The transient generator shall be connected to the AC input circuit at a point at least 25 feet from the AC power source and not over 10 feet from the input to the test unit. 2. Connect test switches to the appropriate terminals to simulate the various features incorporated into the test unit. Place these switches in the proper position for desired operation. 3. Verify the test hook-up. Adjust the variable-voltage power transformer to 120 VAC and apply power to the test unit. Verify that the test unit goes through its prescribed startup sequence and cycles properly in accordance with the operation determined by the positioning of test switches. Upon the satisfactory completion and verification of the test hook-up, proceed with Test B. A9 Test B: Transient Tests (Power Service) 1. Program the test unit to dwell. Verify the input voltage is 120 VAC. 2. Set the transient generator to provide high-repetition noise transients as follows: The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A67 of 107  Amplitude: 300 Volts (+/-5 percent), both positive and negative polarity.  Peak Power: 2500 watts.  Repetition Rate: One pulse every other cycle moving uniformly over the full wave in order to sweep once every 3 seconds across 360 degrees of line cycle.  Pulse Rise Time: 1 microsecond.  Pulse Width: 10 microseconds. 3. Apply the transient generator output to the AC voltage input for at least 5 minutes. Repeat this test for at least two conditions of dwell for the test unit. The test unit shall continue to dwell without malfunction. 4. Program the test unit to cycle through normal operations. Turn on the transient generator (output in accordance with item 2) for 10 minutes, during which time the test unit shall continue to cycle without malfunction. 5. Set a transient generator to provide high-repetition noise transients as follows:  Amplitude: 300 Volts (+/-5 percent), both positive and negative polarity.  Source Impedance: Not less than 1000 ohms nominal impedance.  Repetition: One pulse per second for a minimum of five pulses per selected terminal.  Pulse Rise Time: 1 microsecond.  Pulse Width: 10 microseconds. Program the test unit to dwell. Verify the input voltage is 120 VAC. 6. Apply the transient generator (output in accordance with item 5) between logic ground and the connecting cable termination of selected Field I/O input/output terminals of the test unit. A representative sampling of selected input/output terminations shall be tested. The test unit shall continue to dwell without malfunction. 7. Program the test unit to cycle. Turn on the transient generator (output in accordance with item 5) and apply its output to the selected Field I/O input/output terminations. The test unit shall continue to cycle without malfunction. 8. Reinstall protection and set a transient generator to provide low-repetition high-energy transients as follows:  Amplitude: 600 Volts (+/-5 percent), both positive and negative polarity.  Energy Discharge Source: Capacitor, oil-filled, 10 microfarads.  Repetition Rate: One discharge each 10 seconds.  Pulse Position: Random across 360 degrees of line cycle. 9. Program the test unit to dwell. Verify the input voltage is 120 VAC. 10. Discharge the oil-filled 10-microfarad capacitor ten times for each polarity across the AC voltage input. Repeat this test for at least two conditions of dwell. The test unit shall continue to dwell without malfunction. 11. Program the test unit to cycle through normal operations. Discharge the capacitor ten times for each polarity while the test unit is cycling, during which time the test unit shall continue to cycle without malfunction. 12. During the preceding transient tests, the test unit shall continue its programmed functions. The test unit shall not skip normal program intervals/steps or portions thereof when in normal operation; place false inputs or produce false outputs while in dwell; disrupt normal sequences in any manner; or change parameters. 13. Nondestructive Transient Immunity:  Turn off the AC power input to the test unit from the variable-voltage power source.  Apply the following high-energy transient to the AC voltage input terminals of the test unit (no other power connected to terminals): o Amplitude: 2000 +- 100V, both positive and negative polarity. o Peak Power Discharge: Capacitor, oil-filled, 15 microfarads. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A68 of 107 o Maximum Repetition Rate: Applied to the Cabinet Assembly once every 2 seconds for a maximum of three applications for each polarity.  Upon completion of the foregoing, apply 120 VAC to the test unit and verify that the test unit goes through its prescribed startup sequence and cycles properly in accordance with the programmed functions. The first operation of the over-current protective device during this test is not considered a failure of the test unit. NOTE—Tests C through G follow the profile indicated in Figure A1 to demonstrate the ability of the test unit to function reliably under stated conditions of temperature, voltage, and humidity. Figure A1 – Test Profile NOTES: 1. The rate of change in temperature shall not exceed 18 degrees C per hour 2. Humidity controls shall be set in conformance with the humidity given in Table 1 during the temperature change between Test D and Test E. 3. If a change in both voltage and temperature are required for the next test, the voltage shall be selected prior to the temperature change. A10 Test C—Low-Temperature Low-Voltage Tests 1. Definition of Test Conditions 40 30 10 20 0 10 70 60 50 40 30 20 80 DCA+B F GE (AMBIENT)120 VAC120 VAC100 VAC135 VAC135 VAC100 VACTEMPERATURE, in DEGREES CELSIUSSEE NOTES 1 AND 3 SEE NOTES 1 AND 2 SEE NOTES 1 AND 3 X XX XX X The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A69 of 107  Environmental Chamber Door: Closed.  Temperature: -37 degrees C.  Low Voltage: 100 VAC.  Humidity Control: Off. 2. Test Procedure: While at room temperature, adjust the input voltage to 100 VAC and verify that the test unit is still operable.  With the test unit cycling through normal operations, lower the test chamber to -37 degrees C at a rate not exceeding 18 degrees C per hour. Allow the test unit to cycle for a minimum of 5 hours at -37 degrees C with the humidity controls in the off position. Then operate the test switches as necessary to determine that all functions are operable.  Remove power from the test unit for a minimum period of 5 hours. Upon restoration of power, the test unit shall go through its prescribed startup sequence and then resume cycling.  With the test unit at -37 degrees C and the input voltage at 100 VAC, evaluate the following item against the respective standards: o Power Interruption Tests On satisfactory completion of this test, proceed with Test D. A11 Test D—Low-Temperature High-Voltage Tests 1. Definition of Test Conditions  Environmental Chamber Door: closed.  Low Temperature: -37 degrees C.  High Voltage: 135 VAC.  Humidity Controls: Off. 2. Test Procedure: While at -37 degrees C and with humidity controls off, adjust the input voltage to 135 VAC and allow the test unit to cycle for 1 hour. Then operate the test switches as necessary to determine that all functions are operable. 3. With the test unit at -37 degrees C and the input voltage at 135 VAC (humidity controls off), evaluate the following items against the respective standards:  Power Interruption Tests On satisfactory completion of this test, proceed to Test E. A12 Test E—High-Temperature High-Voltage Tests 1. Definition of Test Conditions  Environmental Chamber Door: Closed.  High Temperature: +74 degrees C.  High Voltage: 135 VAC.  Humidity Controls: In accordance with the humidity given in Table 1. 2. Test Procedure - With the test unit cycling, raise the test chamber to +74 degrees C at a rate not to exceed 18 degrees C per hour. Verify the input voltage is 135 VAC. 3. Set the humidity controls to not exceed 95 percent relative humidity over the temperature range of +1.1 degrees C to +46 degrees C. When the temperature reaches +46 degrees C, readjust the humidity control to maintain constant absolute humidity; +42.7 degrees C wet bulb that results in the relative humidity shown in Table A1. Verify that the test unit continues to cycle satisfactory during the period of temperature increase and at established levels of relative humidity.  Allow the test unit to cycle for a minimum of 15 hours at +74 degrees C and 18 percent relative humidity. Then operate the test switches as necessary to determine that all functions are operable.  With the test unit at +74 degrees C and 18 percent relative humidity and the input voltage at 135 VAC, evaluate the following items against the respective standards: The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A70 of 107 o Section ____ - Power Interruption Tests On satisfactory completion of this test, proceed to Test F. A13 Test F—High-Temperature Low-Voltage Tests 1. Definition of Test Conditions  Environmental Chamber Door: Closed.  High Temperature: +74 degrees C.  Low Voltage: 100 VAC.  Humidity Controls: 18 percent relative humidity and +42.7 degrees C wet bulb. 2. Test Procedure: Adjust the input voltage to 100 VAC and proceed to operate the test switches to determine that all functions are operable. With the test unit at +74 degrees C and 18 percent relative humidity, +42.7 degrees C wet bulb, and the input voltage at 100 VAC, evaluate the following items against the respective standards:  Power Interruption Tests On satisfactory completion of this test, proceed to Test G. A14 Test G—Test Termination 1. Program the test unit to cycle. 2. Adjust the input voltage to 120 VAC. 3. Set the controls on the environmental chamber to return to room temperature, +20 degrees C (+/-5 degrees C), with the humidity controls in the off position. The rate of temperature change shall not exceed 18 degrees C per hour. 4. Verify the test unit continues to cycle through normal operations properly. 5. Allow the test unit to stabilize at room temperature for 1 hour. Proceed to operate the test switches to determine that all functions are operable. A15 Test H—Appraisal of Equipment under Test 1. A failure is defined as any occurrence that results in other than normal operation of the equipment. (See sub-section item b. below for details.) If a failure occurs, the test unit shall be repaired or components replaced, and the test during which failure occurred shall be restarted from its beginning. 2. The test unit is considered to have failed if any of the following occur:  If the test unit skips normal program intervals/steps or portions thereof when in normal operation, places false inputs, presents false outputs, exhibits disruption of normal sequence of operations, or produces changes in parameters beyond specified tolerances, or  If the test unit fails to satisfy the requirements of Tests A to G, inclusive. 3. An analysis of the failure shall be performed and corrective action taken before the test unit is retested in accordance with this standard. The analysis shall outline what action was taken to preclude additional failures during the tests. 4. When the number of failures exceeds two, it shall be considered that the test unit fails to meet these standards. The test unit may be completely retested after analysis of the failure and necessary repairs have been made in accordance with item c. 5. Upon completion of the tests, visually inspect the test unit. If material changes are observed which will adversely affect the life of the test unit, the cause and conditions shall be corrected before making further tests. 6. Upon satisfactory completion of all of the tests described, test the unit in accordance with the Vibration Test. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A71 of 107 A16 Vibration Test Purpose of Test A16.1 This test is intended to duplicate vibrations encountered by the test unit (individual major components) when installed at its field location. Fasten the test unit securely to the vibration test table prior to the start of the test. Test Equipment Requirements. A16.2 1. Vibration table with adequate table surface area to permit placement of the test unit. 2. Vibration test consists of:  Vibration in each of three mutually perpendicular planes.  Adjustment of frequency of vibration over the range from 5 hertz to 30 hertz.  Adjustment of test table excursion (double amplitude displacement) to maintain a ‘g’ value, measured at the test table, of 0.5g; as determined by the following formula: g = 0.0511df2 Where: d = excursion in inches f = frequency in hertz Resonant Search A16.3 1. With the test unit securely fastened to the test table, set the test table for a double amplitude displacement of 0.015 inch. 2. Cycle the test table over a search range from 5 hertz to 30 hertz and back within a period of 12.5 minutes. 3. Conduct the resonant frequency search in each of the three mutually perpendicular planes. 4. Note and record the resonant frequency determined from each plane.  In the event of more than on resonant frequency in a given plane, record the most severe resonance.  If resonant frequencies appear equally severe, record each resonant frequency.  If no resonant frequency occurs for a given plane within the prescribed range, 30 hertz shall be recorded. Endurance Test A16.4 1. Vibrate the test unit in each plane at its resonant frequency for a period of 1 hour at amplitude resulting in 0.5g acceleration. 2. When more than one resonant frequency has been recorded, the test period of 1 hour shall be divided equally between the resonant frequencies. 3. The total time of the endurance test shall be limited to 3 hours, 1 hour in each of three mutually perpendicular planes. Disposition of Equipment under Test A16.5 1. Examine the test unit to determine that no physical damage has resulted from the vibration tests. 2. Check the test unit to determine that it is functionally operable in all modes of its prescribed operation. 3. The test unit may be removed from the test table. Upon satisfactory completion of the vibration test, proceed with the shock (impact) test. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A72 of 107 A17 Shock (Impact) Test. Purpose of Test A17.1 The purpose of this test is to determine that the test unit is capable of withstanding the shock (impact) to which it may reasonably be subjected during handling and transportation in the process of installation, repair, and replacement. It is to be noted that the test unit is not, at this time, in its shipping carton. Fasten the test unit firmly to the specimen table. In each of its three planes the test, drop the unit from a calibrated height to result in a shock force of 10g. Test Equipment Requirements. A17.2 1. Shock (impact) test fixture equivalent to that suggested by the simplified sketch shown in Figure 2. 2. The test table shall have a surface area sufficient to accommodate the test unit. 3. Calibrate the test table and the items tested as indicated. This shock test defines the test shock to be 10g (+/-1g).  Measure calibration of the test equipment for these shock tests by three accelerometers having fixed shock settings of 9g, 10g, and 11g. They shall be Inertia Switch Incorporated ST-355, or the equivalent. Attach these devices rigidly to the test table.  Calibration of the fixture for each item to be tested is as follows: o Place a dummy load weighing within 10 percent of the test unit on the table. o Reset the three accelerometers and drop the test table from a measured height. o Observe that the accelerometers indicate the following: o Activate the 9g accelerometer. o The 10g unit may or may not be actuated. o The 11g unit shall not be actuated. Figure 2 Shock Test Fixture The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A73 of 107  Repeat calibration test (a) and (b) adjusting the height of the drop until, on ten successive drops, the following occurs: o The 9g unit is actuated ten times. o The 10g unit is actuated between four to eight times. o The 11g unit is not actuated on any of the ten drops. Test Procedure. A17.3 1. The calibration height of the drop for the particular item under test as determined in Test Equipment Requirements shall be used in this procedure. 2. Secure the test unit to the test table surface so that the test unit rests on one of its three mutually perpendicular planes. 3. Raise the test table to the calibrated height. 4. Release the test table from the calibrated height, allowing a free fall into the box of energy absorbing material below. 5. Repeat the drop test for each of the remaining two mutually perpendicular planes, using the same calibrated height for each drop test of the same test unit. 6. The observations of the accelerometer for the three tests of the test item are:  The 9g unit is actuated for all three tests. (Repeat the calibration if the unit is not actuated.)  The 10g unit may or may not be actuated in these tests.  The 11g unit is not actuated on any drop. (If the unit is actuated, repeat the calibration only if the test unit has suffered damage.) Disposition of Test Unit. A17.4 1. Check the test unit for any physical damage resulting from the drop tests. 2. Check the test unit to determine that it is functionally operable in all modes of its prescribed operation. 3. Satisfactory completion of all environmental tests, including the shock (impact) is required. A18 Power Interruption Tests Conduct the following power interruption tests at low input voltage (100 VAC) and high input voltage (135 VAC) at -37 degrees C, and +74 degrees C. Short Power Interruption A18.1 While the Test Unit is cycling through normal operations, remove the input voltage for a period of 475 milliseconds. Upon restoration of the input voltage, check to insure that the Test Unit continues normal operation as though no power interruption has occurred. Repeat this test three times. Voltage Variation A18.2 All circuits of the Test Unit shall be subjected to slowly varying line voltage during which the Test Unit shall be subjected to line voltage that is slowly lowered from a nominal 120 VAC line voltage to 0 VAC at a rate of not greater than 2 Volts per second. The line voltage shall then be slowly raised to 100 VAC at which point the Test Unit shall resume normal operation without operator intervention. Perform this test at both - 37 degrees C and +74 degrees C, at a nominal 120 VAC line voltage. Repeat this test three times. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A74 of 107 Rapid Power Interruption A18.3 Subject the Test Unit to rapid power interruption testing of the form that the power is off for 350 milliseconds and on for 650 milliseconds for a period of 2 minutes. Perform power interruption through electromechanical contacts of an appropriate size for the load. During this testing, the controller shall function normally and continue normal sequencing (operation) at the conclusion of the test. This test shall be performed at both - 37 degrees C and +74 degrees C, at a nominal 120 VAC line voltage. Repeat this test three times. The Cities of Fort Worth and Dallas, Texas Advanced Transportation Controller Specification February 2012 Page A75 of 107 APPENDIX B – DETAILED DRAWINGS List of Contents Type 2070 Unit Chassis Front View - Figure A9-1 Type 2070 Unit Chassis Rear View - Figure A9-2 Type 2070 Unit Chassis Top View - Figure A9-3 Type 2070 Unit Chassis Motherboard - Figure A9-4 Type 2070 Unit Motherboard A Connector Pinouts - Figure A9-5 Type 2070 Unit System PCB Modules, General - Figure A9-6 Type 2070-2 Field I/O Module - Figure A9-8 Type 2070-2 Field I/O Module C1 & C11 Connectors Figure A9-9 Type 2070-3 Front Panel Assembly Figure A9-10 Type 2070-3 Front Panel Assembly, Key Codes Figure A9-11 Type 2070-3 Front Panel Assembly, Key Codes Figure A9-12 Type 2070-4 Power Supply Module - Figure A9-13 Type 2070-1C CPU Module - Figure A9-15 Type 2070 Serial Port Descriptors Defaults - Figure A9-16 Type 2070 Power Failure Reactors - Figure A9-17 Type 2070-6 Async/Modem Serial Comm Module – Figure10-5-1 Type 2070-7 Serial Comm Module – Figure10-5-2 Type 2070-N1 N1Controller Unit Front View - Figure A11-1 Type 2070-N1 N1 Controller Unit Side View - Figure A11-2 Type 2070-N1 N1 Controller Unit ISO View - Figure A11-3 Type 2070-8 Field I/O Module Connector A&B - Figure A11-4 Type 2070-8 Field I/O Module Connect C&D - Figure A11-5 Type 2070-8 Field I/O Module EX1&EX2 Connector – Figure A11-6 Type 2070-2N Field I/O Module – Figure A11-7 Source: California Department of Transportation (Caltrans), California Transportation Electrical Equipment Specifications (TEES). March 9, 2009 February 2012 Page A76 of 107 February 2012 Page A77 of 107 February 2012 Page A78 of 107 February 2012 Page A79 of 107 February 2012 Page A80 of 107 February 2012 Page A81 of 107 February 2012 Page A82 of 107 February 2012 Page A83 of 107 February 2012 Page A84 of 107 Special Note: Alternate keyboard and display layouts are acceptable as approved by the Engineer. However, minimum size dimensions shall be maintained. February 2012 Page A85 of 107 February 2012 Page A86 of 107 February 2012 Page A87 of 107 February 2012 Page A88 of 107 February 2012 Page A89 of 107 February 2012 Page A90 of 107 February 2012 Page A91 of 107 February 2012 Page A92 of 107 February 2012 Page A93 of 107 February 2012 Page A94 of 107 February 2012 Page A95 of 107 February 2012 Page A96 of 107 February 2012 Page A97 of 107 February 2012 Page A98 of 107 February 2012 Page A99 of 107 February 2012 Page A100 of 107 Attachment 1 Technical Specifications Advanced Traffic Signal Controller Software JANUARY 2012 Attachment C Table of Contents Local Traffic Signal Controller Software Specification January 2012 i TABLE OF CONTENTS 1 General and Administrative ................................................................................................................... 2  1.1 General .......................................................................................................................................... 2  1.2 Intersection Information ................................................................................................................. 2  1.3 Controller Information .................................................................................................................... 2  1.4 Software Upgrades ........................................................................................................................ 2  1.5 Copy/Paste .................................................................................................................................... 3  1.6 Save Changes ............................................................................................................................... 3  1.7 Compatibility With Existing Infrastructure ...................................................................................... 3  1.8 Industry Standard Nomenclature ................................................................................................... 3  1.9 Security .......................................................................................................................................... 3  1.10 Web Browser ................................................................................................................................. 4  1.11 Daylight Savings Time ................................................................................................................... 4  2 Configuration ......................................................................................................................................... 5  2.1 Configuration Tables ...................................................................................................................... 5  2.2 Cabinet Configuration .................................................................................................................... 5  2.3 Ring Barrier Configuration ............................................................................................................. 5  2.4 Start Up Configuration ................................................................................................................... 5  2.5 Programmed Flash Configuration .................................................................................................. 6  2.6 Manual Control Configuration ........................................................................................................ 8  3 Detection ............................................................................................................................................... 8  3.1 General .......................................................................................................................................... 8  3.2 Global Detector Parameters .......................................................................................................... 9  3.3 Detector Configuration ................................................................................................................... 9  3.4 Vehicle Detector Configuration ...................................................................................................... 9  3.5 Pedestrian Detector Configuration ............................................................................................... 11  3.6 System/Count Detector Configuration ......................................................................................... 11  3.7 Detector Input Failure .................................................................................................................. 11  3.8 Remote Reset .............................................................................................................................. 11  4 Phase Parameters .............................................................................................................................. 12  4.1 General ........................................................................................................................................ 12  4.2 Multiple Phase Parameter Tables ................................................................................................ 12  Table of Contents Local Traffic Signal Controller Software Specification January 2012 ii 4.3 Phase Configuration .................................................................................................................... 12  4.4 Phase Timing Parameters ........................................................................................................... 15  4.5 Global Phase Parameters ............................................................................................................ 18  4.6 Pedestrian Operation ................................................................................................................... 19  4.7 Left Turn Operation ...................................................................................................................... 20  4.8 Right Turn Operation ................................................................................................................... 20  4.9 Pedestrian Hybrid Beacon Operation .......................................................................................... 21  4.10 Phase Sequence ......................................................................................................................... 22  5 Overlaps ............................................................................................................................................. 23  5.1 General ........................................................................................................................................ 23  5.2 Overlap Configuration .................................................................................................................. 23  5.3 Overlap Timing Parameters ......................................................................................................... 25  5.4 Overlap Operations ...................................................................................................................... 26  6 Schedule ............................................................................................................................................. 28  6.1 General ........................................................................................................................................ 28  6.2 Time of Day/Day of Week Schedule (TOD/DOW) ....................................................................... 28  6.3 Holiday Schedule ......................................................................................................................... 29  6.4 Seasonal Schedule ...................................................................................................................... 30  6.5 Temporary Schedule ................................................................................................................... 30  7 Coordination........................................................................................................................................ 31  7.1 General ........................................................................................................................................ 31  7.2 Coordination Parameters ............................................................................................................. 31  7.3 Pedestrian Service ....................................................................................................................... 32  7.4 Pedestrian Service Parameters ................................................................................................... 34  7.5 Coordinated Operations (Use Cases) .......................................................................................... 34  8 Preemption ......................................................................................................................................... 36  8.1 General ........................................................................................................................................ 36  8.2 Preempt States ............................................................................................................................ 38  8.3 Preemption Priority ...................................................................................................................... 38  8.4 Railroad Preemption .................................................................................................................... 39  8.5 Emergency Vehicle Preemption ................................................................................................... 40  8.6 Normal Preempt Configuration .................................................................................................... 40  9 Transit Priority ..................................................................................................................................... 45  9.1 General ........................................................................................................................................ 45  Table of Contents Local Traffic Signal Controller Software Specification January 2012 iii 9.2 Full Priority Operation .................................................................................................................. 46  9.3 Partial Transit Priority .................................................................................................................. 47  9.4 Bus Priority .................................................................................................................................. 52  10 Advanced Programming ..................................................................................................................... 55  10.1 General ........................................................................................................................................ 55  10.2 Assignable Outputs ...................................................................................................................... 56  10.3 Assignable Inputs ........................................................................................................................ 57  11 Communications ................................................................................................................................. 58  11.1 General ........................................................................................................................................ 58  11.2 Center to Field Communication ................................................................................................... 59  11.3 Peer to Peer Communication ....................................................................................................... 61  11.4 Local Wireless Remote ................................................................................................................ 62  12 Advanced Operations ......................................................................................................................... 62  12.1 Traffic Responsive Operation ...................................................................................................... 62  12.2 Queue Detection .......................................................................................................................... 63  12.3 Auxiliary Field Device Operation .................................................................................................. 65  13 Diamond Interchange Sequence ......................................................................................................... 66  13.1 General ........................................................................................................................................ 66  13.2 Diamond Interchange K-Clearance .............................................................................................. 67  14 Logs .................................................................................................................................................... 72  14.1 General ........................................................................................................................................ 72  14.2 General Controller Log ................................................................................................................ 72  14.3 Conflict Monitor/MMU .................................................................................................................. 72  14.4 Front Panel Log ........................................................................................................................... 72  14.5 Controller Software Log ............................................................................................................... 72  14.6 Detector Log ................................................................................................................................ 72  14.7 Vehicle Split Log .......................................................................................................................... 72  14.8 Cycle Time Log ............................................................................................................................ 73  14.9 Coordination Log ......................................................................................................................... 73  14.10 Preempt Log ............................................................................................................................ 73  14.11 Transit Priority Log ................................................................................................................... 73  14.12 Special Event Log .................................................................................................................... 74  14.13 Advanced Operation Event Log ............................................................................................... 74  15 User Interface ..................................................................................................................................... 74  Table of Contents Local Traffic Signal Controller Software Specification January 2012 iv 15.1 General ........................................................................................................................................ 74  15.2 Data Entry .................................................................................................................................... 75  15.3 Status Display .............................................................................................................................. 75  16 Miscellaneous ..................................................................................................................................... 80  16.1 Special Function/Time of Day Outputs ........................................................................................ 80  16.2 Alarms ......................................................................................................................................... 80  16.3 Diagnostics .................................................................................................................................. 81  16.4 Timing Sheets .............................................................................................................................. 81  17 Desirable Features .............................................................................................................................. 82  17.1 Vehicle Detector Configuration Desirable Features ..................................................................... 82  17.2 Vehicle Detector Timing Desirable Feature ................................................................................. 82  17.3 Smooth Preempt Configuration .................................................................................................... 82  17.4 Traffic Adaptive Operation ........................................................................................................... 86  17.5 Variable Mode of Left Turn Operation .......................................................................................... 86  17.6 Variable Lagging Left Turn Splits ................................................................................................. 91  17.7 Traffic Responsive Flash Operation ............................................................................................. 92  17.8 Cycle-By-Cycle Split Adjustments ................................................................................................ 94  17.9 Auxiliary Field Device Transition Table ........................................................................................ 96  17.10 Logs for Desirable Features .................................................................................................... 97  17.11 Intersection to Vehicle Information ........................................................................................... 98  The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 1 of 100 Advanced Traffic Signal Controller Software Specification INTRODUCTION The Cities of Fort Worth, Dallas, and Richardson Texas (the Cities) plan to transition from their existing Model 170 local controller to the Advanced Transportation Controller (ATC). As part of the transition, the Cities will procure new Local Controller Software that meets the existing and future needs of the Cities. This document specifies the minimum and desirable requirements of the local controller software. ATC SPECIAL PROVISIONS The Cities have incorporated the ATC Standards into their ATC Special Provisions. The Cities’ ATC Special Provisions modify and enhance the ATC Standard to meet the specific needs of the Cities. The selected local controller software shall be fully compatible with the Cities’ ATC hardware. A copy of the City’s ATC Special Provisions is available upon request. CONCEPT OF OPERATIONS DOCUMENT The Cities have defined their desired functionality for signalized intersections in its document entitled Concept of Operation for Local Intersection Operation. This document is included in the appendix. If, in the opinion of the selected provider, the requirements presented in this document will not provide that functionality, it is the responsibility of the controller software provider to document and provide those deficiencies to the Cities. The deficiencies list shall be provided to the Cities as part of the proposal. CURRENTLY AVAILABLE SOFTWARE The City expects that Commercially available Off-The-Shelf (COTS) software will meet, at a minimum, all of the minimum requirements defined in this document. To be considered as COTS software, the proposed software should be currently available and operating in the field at a minimum of 50 intersections. CABINET TYPES The proposed software shall be easily configurable to operate in the Type 332 family of 170 cabinets (332/336/337), the NEMA TS1 and TS2 type 1 cabinets, and the ITS family of cabinets as defined in the ITS Cabinet Standard v1.02.17b (or latest version). NEMA REQUIREMENTS Where not specifically defined in this document, the proposed local controller software shall meet or exceed the requirements defined in Section 3 of the NEMA Standards Publication TS 2-2003 v.02.06, Traffic Control Assemblies with NTCIP Requirements. The requirements defined in this document enhance, expand, or are in addition to the requirements defined in the NEMA publication. COMPLIANCE The provided software shall be in strict adherence to the following:  Applicable National Transportation Communication for ITS Protocol (NTCIP) standards as defined in the appendix.  The project requirements presented in this document. If strict adherence to both conflict, compliance to the project requirements shall prevail. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 2 of 100 All Proposers must be able to demonstrate to the City’s satisfaction that their proposed controller software is in full compliance with the provisions of this specification including all web browser interface provisions. FUNCTIONAL REQUIREMENTS 1 GENERAL AND ADMINISTRATIVE 1.1 GENERAL 1.1.1 The software shall provide a means for the user to define general information, settings, and preferences. 1.2 INTERSECTION INFORMATION 1.2.1 The software shall support the following user defined intersection information 1.2.1.1 Intersection name 1.2.1.2 Intersection ID number 1.2.1.3 Street 1 1.2.1.4 Street 2 1.3 CONTROLLER INFORMATION 1.3.1 The software shall provide the following controller information 1.3.1.1 Current active software version 1.3.1.2 Available software upgrade 1.3.1.3 The software shall indicate that a new software version is available and has been downloaded to the flash memory in the controller. 1.4 SOFTWARE UPGRADES 1.4.1 The City shall be automatically notified by the vendor when software upgrades are available. 1.4.1.1 The automatic notice shall include a description of changes to the software. 1.4.2 The software shall allow users to download upgrades to the local controller software from a remote location. 1.4.3 The upgraded software shall reside in flash memory in the local controller unit and not automatically replace the existing software in the controller unit. 1.4.3.1 If the software upgrade is considered minor, the user shall be able to remotely replace the existing software while the controller is still operating and shall not require a controller restart. 1.4.3.2 If the software upgrade is considered major, a controller restart shall be required to replace the existing software. 1.4.3.3 A major upgrade shall not take place in the event of a power failure. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 3 of 100 1.4.3.4 The software provider shall submit their definition of minor and major upgrades for City approval. 1.4.4 The software shall verify that the upgraded software was successfully downloaded to the controller unit without errors. 1.5 COPY/PASTE 1.5.1 The software shall provide a copy and paste capability for user entered parameters. The functionality shall be available for individual cells, rows, columns, and full tables. 1.6 SAVE CHANGES 1.6.1 The software shall require the user to confirm any changes to the controller database prior to accepting the change. 1.6.2 All changes shall become highlighted and be reviewable prior to acceptance. 1.6.3 Changes shall take effect upon confirmation by the user. 1.7 COMPATIBILITY WITH EXISTING INFRASTRUCTURE 1.7.1 A template shall be provided for the inputs and outputs of standard 332, 332A, 336S, 337, and 337S cabinets. 1.7.2 The software shall support monitoring of the existing conflict monitor/malfunction monitor unit. 1.8 INDUSTRY STANDARD NOMENCLATURE 1.8.1 All names, labels, and other descriptions within the software shall use industry standard, easily understood nomenclature. All nonstandard nomenclature shall be approved by the City. 1.8.2 Any new software development shall follow industry standard software development. 1.9 SECURITY 1.9.1 The software shall enable/deny access to the controller through user passwords. User access and passwords shall be definable by the software administrator. The user shall be required to change their password after an amount of time in days defined by the system administrator. 1.9.1.1 Security levels shall include view only, access to change timing parameters only, access to change configuration of phasing. 1.9.1.2 As security levels increase, the user will be able to access and change more features in the software and each level shall include access to all lower levels. 1.9.1.3 The software shall log the user ID, date and time of log-in and log-out and any changes the user made. 1.9.1.4 The software shall automatically logout the last user after a user specified amount of time has passed where there was no front panel activity or activity from a remote connection. 1.9.2 The software shall provide access from approved remote equipment only. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 4 of 100 1.9.2.1 The user shall be able to enable/disable this feature. 1.9.2.2 The software shall maintain a “MAC Allow Table” containing the MAC addresses of all approved equipment. 1.9.2.3 When the software identifies non-approved equipment, it shall query the supervisory software (through an SNMP trap) in an attempt to validate the equipment. If the equipment MAC address is validated, the equipment shall be approved and the MAC address added to the MAC Allow Table. 1.9.2.4 The software local MAC Allow Table shall be regularly updated from the Supervisory software. 1.9.2.5 Users with proper access privileges shall be able to enter an Equipment MAC Address into the software via the front panel. 1.10 WEB BROWSER 1.10.1 The software shall provide a controller resident web server that exposes all NTCIP object via a web interface. 1.10.1.1 Objects should be capable of being edited with Internet explorer 5 and higher, Firefox 1.0 and higher, Safari 1.0 and higher Ethernet connected web client browser. 1.10.1.2 There shall not be any step necessary to install extra software on the web client browser. As long as the user’s web browser meets the specified requirements, the user shall be able to view all the status objects and edit all read/write parameter objects. 1.10.2 Web User interface object support 1.10.2.1 The web application shall support all the objects that users can set on the controller using the controllers’ front panel User Interface. This shall support all the standard NTCIP 1201:2005 and NTCIP 1202:2005 objects and all manufacturer specific objects. 1.10.3 Status objects 1.10.3.1 The status objects should be refreshed by the web interface automatically (without the need for the users to refresh pages in their web browser manually). The refresh shall have a latency of less than 2/10 of a second after a value change occurs. 1.10.4 Web server Mib parameters 1.10.4.1 A manufacturer specific NTCIP read/write object shall be used for configuring the network port number which the web server listen to. The Default Port number shall be 80. 1.11 DAYLIGHT SAVINGS TIME 1.11.1 The software shall provide the capability to automatically adjust the controller clock to reflect daylight savings time (DST). Dates and time for the start and end of DST shall be user programmable. 1.11.2 By default, DST shall be enabled. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 5 of 100 2 CONFIGURATION 2.1 CONFIGURATION TABLES 2.1.1 The software shall provide a minimum of five (5) tables for configuring the software. 2.2 CABINET CONFIGURATION 2.2.1 The user shall be able to select the cabinet type. 2.2.1.1 Default configuration tables shall be provided for 332, 332A, 336S, 337, 337S, and ITS model cabinets. 2.2.2 The software shall be capable of configuring the maximum number of channel outputs or detector inputs available in the ITS model cabinets. 2.2.3 The software shall provide a minimum of 128 user definable input pins. 2.2.4 The software shall provide a minimum of 128 user definable output pins. 2.2.5 The software shall allow the user to redirect any vehicle phase, pedestrian phase, or overlap output by changing the pin assignment. 2.3 RING BARRIER CONFIGURATION 2.3.1 The software shall allow the user to program the ring and barrier structure. 2.3.2 The software shall provide a minimum of eight (8) concurrent rings and 12 barriers. 2.3.3 The user shall be able to program one instance of every phase in the ring and barrier sequence. 2.3.3.1 The user shall be able to program phases even if they are not permitted. 2.3.4 The user shall be able to make changes to the active ring and barrier structure while the software is running the traffic light. 2.3.4.1 The software shall prompt the user to put the intersection into flash or continue. 2.3.4.1.1 If the user elects to continue without putting the intersection into flash, the software shall provide diagnostics to evaluate the proposed changes and determine if the controller needs to restart to implement the proposed changes. 2.3.4.1.2 If a restart is needed, the controller shall prompt the user to put the intersection into flash to implement changes.  The user shall be able to override the software and continue without restart. 2.3.4.1.3 If controller is not put into flash and the user leaves the prompt screen, the changes will be lost. 2.3.4.2 The changes shall take effect when the user confirms the changes and the local cycle timer reaches the zero point or the last barrier is crossed. 2.4 START UP CONFIGURATION The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 6 of 100 2.4.1 The user shall be able to define the initial operation of the controller upon startup. 2.4.2 The user shall be able to select the following startup parameters: 2.4.2.1 Primary Startup Phases 2.4.2.1.1 The primary startup phases shall display solid yellow followed by solid all-red. 2.4.2.2 Secondary Startup Phases 2.4.2.2.1 Secondary Startup phases will serve after the primary startup phases but prior to starting normal operation. 2.4.2.2.2 The secondary startup phases shall display green immediately after the end of the primary startup phases. 2.4.2.3 Startup Flash 2.4.2.3.1 Enabling this feature will cause the intersection to startup in flash. 2.4.2.4 Flash Yellow 2.4.2.4.1 The selected phases shall flash yellow during programmed flash operation. All other phases shall flash red. 2.4.2.5 Startup All-Red Clearance 2.4.2.5.1 Enabling this feature will cause the intersection to display a steady red indication before beginning normal operation. 2.4.2.6 Vehicle Call Disable 2.4.2.6.1 The user shall be able to identify any vehicle phase that will not receive an automatic call upon startup. 2.4.2.6.2 By default all vehicle phases shall be receive a call upon startup. 2.4.2.7 Pedestrian Call Disable 2.4.2.7.1 The user shall be able to identify any pedestrian phase that will not receive an automatic call upon startup. 2.4.2.7.2 By default all pedestrian phases shall be receive a call upon startup. 2.4.3 The user shall be able to set the following startup timing parameters. When values are entered in the startup table for these parameters, the controller will time these values instead of the values entered for normal operations 2.4.3.1 Primary Startup (0-25.5 sec) 2.4.3.2 Secondary Startup (0-25.5 sec) 2.4.3.3 Startup minimum green (0-255 sec) 2.4.3.4 Startup Flash (0-255 sec) 2.4.3.5 Startup All Red Clearance (0-10 sec) 2.5 PROGRAMMED FLASH CONFIGURATION The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 7 of 100 2.5.1 The user shall be able to define the programmed flash operation of the controller. 2.5.2 The controller shall not enter flash operation unless all traffic lights are red. 2.5.3 When scheduled or commanded to change to program flash operation, the software shall place minimum recalls on the last phases before flash. After beginning flash operation, the controller shall remove existing vehicle and pedestrian calls and ignore all calls during flash operation. 2.5.4 The software shall end programmed flash by providing a green light for the selected exit phase. 2.5.5 The user shall be able to select the following programmed flash parameters by phase: 2.5.5.1 Flash Entry Phases 2.5.5.1.1 Flash entry phase will be served before the controller enters program flash. 2.5.5.1.2 If the flash entry phases do not end at the same time, the controller will enter flash mode during the first all-red period after one of the phases has been served. 2.5.5.2 Flash Exit Phases 2.5.5.2.1 Flash exit phases shall serve as the startup phases following the end of program flash. 2.5.5.2.2 If no exit phases are selected, the secondary startup phases shall be used. 2.5.5.3 Flash Yellow 2.5.5.3.1 The selected phases shall flash yellow during programmed flash operation. All other phases shall flash red. 2.5.5.4 Vehicle Call 2.5.5.4.1 The user shall be able to identify any vehicle phase that will receive an automatic call when switching from program flash to normal operation. 2.5.5.4.2 By default all vehicle phases shall not receive a call when exiting program flash. 2.5.5.5 Pedestrian Call 2.5.5.5.1 The user shall be able to identify any pedestrian phase that will receive an automatic call when switching from program flash to normal operations. 2.5.5.5.2 By default all pedestrian phases shall not receive a call when exiting program flash. 2.5.5.6 Alternate Flash Hertz 2.5.5.6.1 The selected phase shall show red when non-selected phases are dark and vice versa. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 8 of 100 2.5.5.7 All Red Clearance Time 2.5.5.7.1 The user shall be able to select the amount of all-red time that will be displayed following the end of program flash. 2.5.5.7.2 The duration of the all-red clearance time shall be user definable for 0-25.5 seconds. 2.5.5.7.3 If the all-red clearance time is 0.0 seconds, the flash exit phases shall immediately display green. 2.6 MANUAL CONTROL CONFIGURATION 2.6.1 The user shall be able to program an alternate sequence for operation during manual control. The user shall be able to remotely apply and remove vehicle and pedestrian calls. 2.6.2 The software shall provide an option to enable/disable manual control. 3 DETECTION 3.1 GENERAL 3.1.1 Vehicle Detectors 3.1.1.1 The software shall support a minimum of 72 programmable vehicle detectors per intersection. 3.1.1.2 All vehicle detectors shall be capable of collecting volume and occupancy data. 3.1.1.2.1 Detector data shall be aggregated in 5 minute increments. 3.1.1.2.2 User shall be able to identify movements associated with each detector. 3.1.2 Pedestrian Detectors 3.1.2.1 The software shall support a minimum of 12 programmable pedestrian detectors per intersection. 3.1.3 System Detectors 3.1.3.1 The user shall be able to assign any detector as a system detector. 3.1.3.2 The software shall support a minimum of 16 system detectors. 3.1.4 Queue Detectors 3.1.4.1 The user shall be able to assign any detector as a queue detector. 3.1.4.2 The user shall be able to assign a minimum of eight (8) queue detectors. 3.1.5 Description 3.1.5.1 The user will be able to enter a text description of each detector. The description field shall be at least 18 characters. 3.1.6 Multiple Detector Tables 3.1.6.1 The software shall provide a minimum of four (4) unique, user definable detector tables. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 9 of 100 3.2 GLOBAL DETECTOR PARAMETERS 3.2.1 The software shall allow users to define the following detection parameter values that apply to all enabled detectors. 3.2.1.1 Vehicle On Time Fail 3.2.1.1.1 The user shall be able to select the amount of time in minutes that the detector must be in a constant on state before it is reported failed. 3.2.1.1.2 Acceptable input value shall range from 0 to 1440 minutes. 3.2.1.2 Vehicle Off Time Fail 3.2.1.2.1 The user shall be able to select the amount of time in minutes that the detector must be off before it is reported failed. 3.2.1.3 Pedestrian On Time Fail 3.2.1.3.1 The user shall be able to select the amount of time in minutes that the pedestrian detector must be in a constant on state before it is reported failed. 3.2.1.4 Pedestrian Off Time Fail 3.2.1.4.1 Enable – the user shall select if this parameter is active in the software. 3.2.1.4.2 The user shall be able to select the amount of time in minutes that the pedestrian detector must be off before it is reported failed. 3.2.1.5 Erratic Activity Fail 3.2.1.5.1 The user shall be able to select the number of actuations (per minute) that the detector must exceed before it is reported failed. 3.3 DETECTOR CONFIGURATION 3.3.1 The software shall be able to configure the following detector types: 3.3.1.1 Vehicle 3.3.1.2 Pedestrian 3.3.1.3 System 3.3.1.4 Queue 3.4 VEHICLE DETECTOR CONFIGURATION 3.4.1 The software shall provide the following user selected configuration parameters for vehicle detection. 3.4.1.1 Enable 3.4.1.2 Call 3.4.1.3 Extend 3.4.1.4 Terminate The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 10 of 100 3.4.1.4.1 Detector enabled as a terminate detector shall cause the controller to immediately end the selected phase. 3.4.1.5 Yellow Lock 3.4.1.5.1 If yellow lock is used for a left turn phase, the user shall be able to define the permitted phases for the left turn. The software shall not lock the call until the protected and permitted phases for the left turn are yellow. 3.4.1.6 Red Lock 3.4.1.6.1 If red lock is used for a left turn phase, the user shall be able to define the permitted phases for the left turn. The software shall not lock the call until the protected and permitted phases for the left turn are red. 3.4.1.7 Pedestrian Input 3.4.1.7.1 When enabled, the detector shall call the pedestrian phase associated with the vehicle phases programmed for the input. 3.4.1.8 Phase Assignment 3.4.1.8.1 The software shall allow at least eight (8) vehicle phases to be assigned to each detector. 3.4.1.9 Overlap Assignment 3.4.1.10 Detector Disable (Type 3) 3.4.1.10.1 This parameter shall reset the phase extension timer for the phases associated with this input until the green has been active for the number of seconds defined by the user. 3.4.1.10.2 Once the extension timer for this detector reaches zero, the detector shall be disabled. 3.4.1.10.3 Once a detector input is disabled it shall not become active until the phase begins its clearance interval. 3.4.1.10.4 The phase associated with that detector. 3.4.1.11 Delay disabled when leading 3.4.1.11.1 The user shall be able to disable the detector delay for leading left turns. 3.4.2 The software shall provide the following user definable timing parameters for vehicle detection. 3.4.2.1 Delay 3.4.2.2 Extension 3.4.2.3 Detector Disable 3.4.2.4 Extension Time 3.4.2.5 Added Initial The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 11 of 100 3.5 PEDESTRIAN DETECTOR CONFIGURATION 3.5.1 The software shall provide the following user selected pedestrian detector configuration parameters: 3.5.1.1 Enable 3.5.1.2 Phase Assignment 3.5.1.3 Overlap Assignment 3.6 SYSTEM/COUNT DETECTOR CONFIGURATION 3.6.1 Each detector input shall be capable of functioning as a system detector 3.6.1.1 Detectors shall accumulate volume and occupancy data on a per cycle basis. 3.6.1.2 The user shall be able to set the time increment in minutes for the aggregation of volume and occupancy information. 3.6.1.3 User shall be able to set the time of day/day of week to collect volume and occupancy data. 3.6.1.4 The user can also choose to have data continuously collected. 3.7 DETECTOR INPUT FAILURE 3.7.1 In the event of a detector failure, the software shall automatically generate an alarm and transmit the alarm to the traffic management system. 3.7.2 The software shall automatically change detector setting when a detector linked to another detector fails. 3.7.2.1 A detector shall automatically change from call only to call and extend. 3.7.2.1.1 This shall occur when the stop detector is only used to call the phase and the setback detector is used to call and extend the phase. The stop detector shall change to call and extend if the setback detector fails. 3.7.2.2 A detector shall automatically change from time before detector disable to extend. 3.7.2.2.1 This shall occur when the stop detector has a time before detector disable programmed and the setback detector is used to call and extend the phase. The stop detector shall change to call and extend if the setback detector fails. 3.7.3 The user shall be able to select any of the following modes in the event of a detector failure: 3.7.3.1 None 3.7.3.2 Minimum Recall 3.7.3.3 Maximum 1 Recall 3.7.3.4 Maximum 2 Recall 3.7.3.5 Maximum 3 Recall 3.8 REMOTE RESET The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 12 of 100 3.8.1 The software shall allow the detectors to be reset remotely. 4 PHASE PARAMETERS 4.1 GENERAL 4.1.1 The software shall provide a minimum of 32 vehicular phases. 4.1.1.1 The user shall be able to label each vehicle phase in the phase parameters table. 4.1.1.1.1 Each text label shall be at least six characters. 4.1.1.1.2 The vehicle phase label in a phase parameters table shall remain blank until the user enters a label or copies a label from another phase parameter table. 4.1.2 The software shall provide a minimum of 12 pedestrian phases. 4.1.2.1 The user shall be able to label each pedestrian phase in the phase parameters table. 4.1.2.1.1 Each text label shall be at least six characters. 4.1.2.1.2 The pedestrian phase label in a phase parameters table shall remain blank until the user enters a label or copies a label from another phase parameter table. 4.1.3 All changes to phase parameters shall become active at the beginning of the next local cycle or when the controller crossed the last barrier in the ring structure. 4.1.4 The software shall provide configuration for Pedestrian Hybrid Signals as described in Section 4.9. 4.2 MULTIPLE PHASE PARAMETER TABLES 4.2.1 The software shall provide a minimum of thirty-two (32) programmable tables of phase parameters. 4.3 PHASE CONFIGURATION 4.3.1 The software shall allow the user to select the following phase configuration parameters: 4.3.1.1 Vehicle Phase Enable 4.3.1.2 Pedestrian Phase Enable 4.3.1.3 Exclusive Vehicle Phases 4.3.1.4 Exclusive Pedestrian Phases 4.3.1.5 Restricted Phases (conflicting phases) 4.3.1.5.1 The user shall enter a pair of phases in a field. A compatibility table does not meet this requirement. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 13 of 100 4.3.1.5.2 If the active phase is entered as a restricted phase and that phase is active, it will prevent the other phases entered as restricted phases from becoming active. The ring with the other phase will red rest until the active phase ends. 4.3.1.5.3 If two restricted phases try to turn green at the same time the controller shall select one phase, and then stop the other phase from turning green. 4.3.1.6 Disable Minimum Yellow 4.3.1.6.1 When enabled the software shall be able to output yellow times less than 3.0 seconds. 4.3.1.6.2 If this feature is not active, the controller shall output at least a 3.0 second yellow. 4.3.1.7 Split Ring 4.3.1.7.1 When enabled, the software shall operate each ring independently. 4.3.1.7.2 When enabled, this feature will disable any common barriers between the active rings in the active ring-barrier programming. 4.3.1.7.3 When enabled, the user shall be able to coordinate the rings so barriers are crossed at the same time in the local cycle. This shall not prevent one ring from crossing the barrier even if other rings are not ready. 4.3.1.8 Every Other Cycle 4.3.1.8.1 The phase will be served every other cycle; in other words, the phase will be omitted every other cycle. 4.3.1.8.2 The user shall be able to select if the phase is served during odd or even cycles. 4.3.1.9 Minimum Recall 1 4.3.1.10 Minimum Recall 2 4.3.1.11 Maximum Recall 1 4.3.1.12 Maximum Recall 2 4.3.1.13 Maximum Recall 3 4.3.1.14 Soft Recall 4.3.1.14.1 Soft Recall provides a recall to the selected phases in the absence of any other vehicle or pedestrian calls. 4.3.1.15 Conditional Service 4.3.1.15.1 Conditional Service allows selected phases to be served out of the set sequence provided all the conditions below are met: 4.3.1.15.2 A phase in the same ring is green and ready to terminate. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 14 of 100 4.3.1.15.3 A phase in another ring is green and has enough split time or max time to serve the conditional service max time for the conditional service phase. 4.3.1.16 Pedestrian Walk 1 4.3.1.17 Pedestrian Walk 2 4.3.1.18 Pedestrian Clearance 1 4.3.1.19 Pedestrian Clearance 2 4.3.1.20 Pedestrian Recall 4.3.1.21 Pedestrian Recycle 4.3.1.21.1 Pedestrian Recycle allows a late start or restart of pedestrian service after start of vehicle green if there is sufficient max green or split time remaining to completely serve the walk and pedestrian clearance. 4.3.1.21.2 By default this shall be enabled. 4.3.1.22 Dual Entry 4.3.1.23 Walk Rest 4.3.1.24 Simultaneous Gap 4.3.1.25 Red Rest 4.3.1.26 Advanced Walk 4.3.1.27 Delay Walk 4.3.1.28 Last Car Passage 4.3.1.29 Phase recycle 4.3.1.29.1 The software shall allow vehicle and pedestrian phases to be re-serviced in the cycle if enough time remains to provide a minimum service. 4.3.1.29.2 The user shall be able to enable phase re-service by phase and by coordination pattern. 4.3.1.29.3 The user shall define the second of the local cycle a re- service may occur and the second of the local cycle a re- service must be finished. 4.3.1.29.4 Vehicular phases shall be re-serviced, even if the pedestrian phase cannot be re-served that cycle. 4.3.1.29.5 This feature shall allow the user to operate part of the coordinated cycle in free mode. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 15 of 100 4.4 PHASE TIMING PARAMETERS 4.4.1 The software shall provide the following timing parameter ranges: 4.4.2 The software shall provide the following phase timing parameters. 4.4.2.1 Minimum Green 1 4.4.2.1.1 Minimum green 1 is the default value unless the users specifies minimum green 2 in the active phase parameters table 4.4.2.1.2 The software shall not violate a minimum green 1 unless there is a request for priority or preemption. 4.4.2.2 Minimum Green 2 4.4.2.2.1 The software shall not violate a minimum green 2 unless there is a request for priority or preemption. 4.4.2.3 Vehicle Extension Parameter Range (Seconds) Increments (Seconds) Min Green 1 1-255 1 Min Green 2 1-255 1 Passage Time 0-25.5 0.1 Max Green 1 1-255 1 Max Green 2 1-255 1 Max Green 3 1-255 1 Conditional Service Max 1-255 1 Detector Disable 0-25.5 0.1 Yellow Clearance 0-25.5 0.1 All-Red Clearance 0-25.5 0.1 Walk 1 0-255 1 Walk 2 0-255 1 Pedestrian Clearance 1 0-255 1 Pedestrian Clearance 2 0-255 1 Advanced Walk 0-25.5 0.1 Delay Walk 0-25.5 0.1 Added Initial 0-25.5 0.1 Time to Reduce 1-255 1 Time Before Reduction 1-255 1 Minimum Gap 0-25.5 0.1 Variable Left Turn Time 0-25.5 0.1 Last Car Passage 0-25.5 0.1 Walk 2 Enable Time 0-255 1 Pedestrian Clearance 2 Enable Time 0-255 1 The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 16 of 100 4.4.2.3.1 This is the base extension value. Any value in the detector configuration table is added to this amount. 4.4.2.4 Maximum Green 1 4.4.2.4.1 Maximum green 1 shall be the default value if no other Maximum value is entered. 4.4.2.5 Maximum Green 2 4.4.2.6 Maximum Green 3 4.4.2.7 Conditional Service Max 4.4.2.7.1 The maximum green time provided on a phase when timing due to conditional service. 4.4.2.7.2 If the Conditional Service Max is 0 seconds, this max timer shall have no effect. The active maximum green timer shall apply. 4.4.2.7.3 This max green shall apply to the second time the phase is served in a cycle. The active maximum green timer shall apply to the first time the phase is served in a cycle. 4.4.2.8 Yellow Clearance 4.4.2.8.1 The user defined yellow shall not be less than 3.0 seconds. If the user enters a yellow less than 3.0 seconds the software will output 3.0 seconds unless the minimum yellow time is disabled. 4.4.2.8.2 The software shall not output a yellow interval shorter than the user defined value. 4.4.2.8.3 The software shall not display a yellow interval 0.01 seconds longer than the user defined value. 4.4.2.9 All-Red Clearance 4.4.2.10 Walk 1 4.4.2.10.1 The software shall be capable of truncating the walk if there is a request for priority or preemption. 4.4.2.10.2 The software shall not output a walk interval shorter than the user defined value with the exception of a preemption event. 4.4.2.11 Walk 2 4.4.2.11.1 The software shall be capable of truncating the walk if there is a request for priority or preemption. 4.4.2.11.2 The software shall not output a walk interval shorter than the user defined value with the exception of a preemption event. 4.4.2.12 Pedestrian Clearance 1 4.4.2.12.1 The software shall be capable of truncating the pedestrian clearance interval if there is a request for priority or preemption. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 17 of 100 4.4.2.12.2 The software shall not output a pedestrian clearance interval shorter than the user defined value with the exception of a priority or preemption event. 4.4.2.12.3 The pedestrian clearance shall time with an overlap’s green clearance and shall not extend the duration of the overlap green clearance interval. 4.4.2.12.4 The software shall be capable of outputting the value of the clearance interval to the countdown timer. It shall be assumed the countdown timer is not learning the duration of the pedestrian clearance; the software is providing this value. 4.4.2.13 Pedestrian Clearance 2 4.4.2.13.1 The software shall be capable of truncating the pedestrian clearance interval if there is a request for priority or preemption. 4.4.2.13.2 The software shall not output a pedestrian clearance interval shorter than the user defined value with the exception of a priority or preemption event. 4.4.2.13.3 The pedestrian clearance shall time with an overlap’s green clearance and shall not extend the duration of the overlap green clearance interval. 4.4.2.13.4 The software shall be capable of outputting the value of the clearance interval to the countdown timer. It shall be assumed the countdown timer is not learning the duration of the pedestrian clearance; the software is providing this value. 4.4.2.14 Advance Walk 4.4.2.14.1 Entering a value in a cell in the table will activate this feature. 4.4.2.14.2 The software shall not output an advanced walk if the output is from a pedestrian overlap and the pedestrian interval is active before the beginning of the phase. 4.4.2.14.3 The software shall begin the pedestrian phase during the vehicle green even if advanced walk is programmed provided ample phase green time is remaining on the compatible vehicle phases. 4.4.2.15 Delay Walk 4.4.2.15.1 The software shall not output a delayed walk unless the pedestrian phase is called before the vehicle phase begins. 4.4.2.15.2 The software shall not output a delayed walk if the output is from a pedestrian overlap and the pedestrian interval is active before the beginning of the phase. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 18 of 100 4.4.2.15.3 The software shall begin the pedestrian phase during the vehicle green if the delayed walk is programmed. The delayed walk shall not be provided if the pedestrian phase is called and served during the vehicle green. 4.4.2.16 Volume Density – Added Initial 4.4.2.16.1 The software shall activate this feature when the user defines the added initial and maximum initial green for a phase. 4.4.2.17 Added Initial 4.4.2.18 Maximum Initial Green 4.4.2.19 Volume Density – Vehicle Extension 4.4.2.19.1 The software shall activate this feature when the user defines the minimum vehicle extension, maximum vehicle extension, time before reduction, and time to reduce for a phase. 4.4.2.20 Minimum Vehicle Extension 4.4.2.21 Maximum Vehicle Extension 4.4.2.22 Time Before Reduction 4.4.2.23 Time To Reduce 4.4.2.24 Walk 2 4.4.2.24.1 If the pedestrian movement is an overlap, the software shall call the walk 2 defined in the overlap table. 4.4.2.24.2 If this parameter is 0 seconds, thenWalk 1shall be output. 4.4.2.25 Walk 2 Enable Time 4.4.2.26 Pedestrian Clearance 2 4.4.2.26.1 If the pedestrian movement is an overlap, the software shall call the pedestrian clearance 2 defined in the overlap table. 4.4.2.26.2 If this parameter is 0 seconds, the pedestrian clearance shall be output. 4.4.2.27 Pedestrian Clearance 2 Enable Time 4.4.2.28 Variable Left Turn Time 4.4.2.29 Last Car Passage 4.5 GLOBAL PHASE PARAMETERS If a phase is put on recall or walk rest in the Global Phase Parameters table, the phase shall be on that recall or walk rest regardless of the active plan set table. The phases on recall or walk rest in the global phase parameters table shall be combined with the phases on recall or walk rest in the plan set tables. All recalls and walk rests programmed in the active plan set table shall apply regardless of the programming in the Global Phase Parameters table; the Global Phase Parameters table shall not prevent these recalls and walk rests from applying. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 19 of 100 4.5.1 The Global Phase Parameters shall always be active. 4.5.2 The user shall be able to define the following phase parameters: 4.5.2.1 Global Minimum Recall 4.5.2.1.1 The Global Minimum Recall shall apply to all plan set tables. 4.5.2.1.2 These recalls shall be applied in addition to existing minimum recalls in the plan set table. 4.5.2.2 Global Maximum Recall 4.5.2.2.1 The Global Maximum Recall shall apply to all plan set tables. 4.5.2.2.2 These recalls shall be applied in addition to existing minimum recalls in the plan set table. 4.5.2.3 Global Pedestrian Recall 4.5.2.3.1 The Global Minimum Recall shall apply to all plan set tables. 4.5.2.3.2 These recalls shall be applied in addition to existing minimum recalls in the plan set table. 4.5.2.3.3 One pedestrian service shall be provided per cycle; this recall shall not cause the pedestrian service to recycle. 4.5.2.4 Global Walk Rest 4.5.2.4.1 The Global Walk Rest shall apply to all plan set tables. 4.5.2.4.2 These walk rest phases shall be applied in addition to the existing walk rest phases in the plan set table. 4.6 PEDESTRIAN OPERATION 4.6.1 The user shall be able to assign the pedestrian movement to any pedestrian channel. 4.6.2 The user shall be able to associate the pedestrian channel to one phase or associate the pedestrian channel with many phases. 4.6.3 When a pedestrian call is received, the software shall place a call for all of the pedestrian movements associated with that phase. The call for a pedestrian movement shall remain until the walk light is displayed. 4.6.3.1 If the pedestrian movement is an overlap, a walk light displayed for that pedestrian movement will remove the call no matter which phase was active when the walk was output. 4.6.3.2 If the walk light is currently being displayed, the pedestrian call shall be ignored. 4.6.3.3 If the pedestrian clearance is currently being displayed, the pedestrian call shall not be ignored. 4.6.4 The software shall provide an alternative pedestrian interval when a condition, programmed using the software’s logic functions, is met. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 20 of 100 4.6.4.1 The software must provide an alternative pedestrian walk interval when the push button is depressed for a user defined amount of time in seconds. 4.6.5 The software shall immediately begin clearing the active pedestrian phase if a preemption input is received. 4.6.5.1 This shall not apply if a request for partial priority is received. 4.6.6 The software shall allow for an exclusive pedestrian service phase. 4.6.7 The software shall be capable of outputting a Walk Rest for any pedestrian phase. 4.6.7.1 Walk Rest shall not delay the end of the compatible vehicle phase green. 4.6.8 The software shall allow for a pedestrian Barnes’ Dance interval. 4.6.8.1 All pedestrian movements will display a walk and all vehicle displays will remain red. 4.6.8.2 Pedestrians may be allowed to cross diagonally. 4.6.9 The software shall allow the user to define the number of times a pedestrian interval will be served for each pedestrian call. 4.6.9.1 The user defined number of times will also serve as the maximum number of pending pedestrian calls. Additional pedestrian calls shall not exceed this maximum. 4.6.9.2 The user shall be able to define this for each pedestrian movement. 4.7 LEFT TURN OPERATION 4.7.1 The software shall allow the user to vary the mode of left turn operation by time of day/day of week. 4.7.2 The software shall allow the user to vary the mode of left turn operation within a timing plan. 4.7.3 The software shall be capable of operating a flashing yellow arrow left turn display or a flashing red arrow left turn display in protected only, protected/permitted, and permitted only modes as defined in the Texas Manual of Uniform Traffic Control Devices. 4.7.4 The software shall be capable of operating a five section left turn. 4.7.4.1 The software shall be capable of operating a Dallas Left Turn display. The software shall provide the following modes of left turn operation. 4.7.4.1.1 Permitted Only 4.7.4.1.2 Protected/Permitted 4.7.4.1.3 Protected Only 4.8 RIGHT TURN OPERATION 4.8.1 The software shall allow the user to vary the mode of right turn operation by time of day/day of week. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 21 of 100 4.8.2 The software shall allow the user to vary the mode of right turn operation within a timing plan. 4.8.3 The software shall be capable of operating a flashing yellow arrow right turn display or a flashing red arrow right turn display in protected only, protected/permitted, and permitted only mode as defined in the Texas Manual of Uniform Traffic Control Devices. 4.8.4 The software shall be capable of providing a green arrow for a right turn movement unless the parallel pedestrian movement is called. If the parallel pedestrian movement is active, the controller will output a flashing yellow arrow to the right turn display during the pedestrian interval. After the pedestrian interval is finished timing, the software shall provide a green arrow for the right turn movement as long as the green arrow can be displayed for at least the active minimum green for the overlap. 4.8.4.1 If the pedestrian phase will be serviced while the controller is outputting a green arrow to the right turn display, the controller will immediately end the green arrow by outputting a solid yellow arrow, and then a flashing yellow arrow. The pedestrian walk shall not output until the right turn overlap has finished clearing. 4.8.4.2 Right Turn Red Indication. 4.8.4.2.1 By default a steady red indication shall not be displayed if the green arrow is clearing for a pedestrian movement (green arrow, solid yellow arrow, flashing yellow arrow).  The software shall be capable of displaying the red indication during the pedestrian interval if the user chooses. 4.8.4.2.2 If the all-red is omitted, the flashing yellow arrow and walk indication shall begin simultaneously immediately after the solid yellow indication. 4.8.4.2.3 The user shall be able to enable the all-red duration interval defined in the phase parameter table. 4.8.4.2.4 The user shall be able to enable displaying the red arrow during the pedestrian interval for a user defined amount of time in seconds.  This shall be distinct from the all-red clearance for that right turn. 4.9 PEDESTRIAN HYBRID BEACON OPERATION 4.9.1 The software shall allow for full operation of a Pedestrian Hybrid Beacon as described in the 2009 MUTCD, Chapter 4F. 4.9.2 The software shall operate the three-head vehicle indications (two red circular indications set horizontally over one yellow circular indication) and standard pedestrian heads. 4.9.3 The sequence for the Pedestrian Hybrid Beacon shall be as follows: The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 22 of 100 4.9.3.1 All vehicle heads shall remain dark until the pedestrian activates the pedestrian push button. Pedestrian heads shall display a solid Don’t Walk during times when the vehicle heads are not illuminated. 4.9.3.2 Vehicle heads shall flash yellow upon activation of the pedestrian push button. Pedestrian heads shall display solid Don’t Walk indications. 4.9.3.3 Vehicle heads shall display a steady yellow indication. Pedestrian heads shall display solid Don’t Walk indications. The will serve as the yellow clearance interval. 4.9.3.4 Vehicle heads shall display a steady red indication in both red heads in the three-head display. Pedestrian indications shall display a solid Don’t Walk indication. This will serve as the all-red interval. 4.9.3.5 Vehicle heads shall display a steady red indication in both red heads in the three-head display. Pedestrian indications shall display a Walk indication. This will serve as the pedestrian walk interval. 4.9.3.6 Vehicle heads shall display alternating flashing red indications for the two red heads in the three-head display. Pedestrian indications shall display a Flashing Don’t Walk indication. This will serve as the pedestrian clearance interval. 4.9.3.7 Following pedestrian clearance interval, the vehicular heads will all go dark in the absence of any pedestrian service calls. The cycle will start over at the next pedestrian service request. 4.9.4 The software shall operate the Pedestrian Hybrid Beacon in coordination with adjacent traffic signals. The user shall be able to define the period in the local cycle when the Pedestrian Hybrid Beacon may activate. 4.10 PHASE SEQUENCE 4.10.1 General 4.10.1.1 The user shall select the order of the phases. 4.10.1.2 The user shall be able to change the order of the phases without making changes to the ring/barrier structure programmed. 4.10.1.3 The phase sequence defined in the active plan set shall not override other special functions. 4.10.2 Pre-Signal Sequence 4.10.2.1 The software shall be able to output the following sequence: 4.10.2.1.1 Green 4.10.2.1.2 Yellow clearance 4.10.2.1.3 All-red clearance 4.10.2.1.4 Red flash – The software shall output a red flash while the channel is not active. 4.10.2.1.5 Solid red The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 23 of 100  Once the pre-signal changes to solid red it shall remain solid red until the pre-signal turns green; it cannot revert to flashing red. 4.10.2.2 The pre-signal shall change to solid red after 4.10.2.2.1 A user defined after of time 4.10.2.2.2 A queue detector is active 4.10.2.3 The user shall be able to activate this sequence by time of day/day of week. 5 OVERLAPS 5.1 GENERAL 5.1.1 The software shall support a minimum of 20 total overlaps. 5.1.1.1 Each of the 20 overlaps can be programmed as either a vehicle overlap or pedestrian overlap. 5.1.2 The software shall provide a user definable text label for each overlap. The text label shall be a minimum of 18 characters. 5.1.3 The software shall provide templates the following types of overlaps: 5.1.3.1 NTCIP normal 5.1.3.2 Dallas phasing left turn 5.1.3.3 3-Section flashing yellow arrow permissive left turn 5.1.3.4 4-Section flashing yellow arrow protective/permissive left turn 5.1.3.5 Arlington phasing left turn 5.1.3.6 3-Section flashing red arrow permissive left turn 5.1.3.7 4-Section flashing red arrow protective/permissive left turn 5.1.3.8 Right turn overlap 5.1.3.9 4-Section flashing yellow arrow protective/permissive right turn 5.1.3.10 Pedestrian overlap 5.1.3.11 Pre-signal overlap 5.1.4 The software shall allow the user to program a minimum of eight (8) overlap tables. 5.1.4.1 A call to a pedestrian overlap shall place a call on all parent phases associated with the pedestrian overlap. 5.2 OVERLAP CONFIGURATION 5.2.1 The software shall provide the following overlap configuration settings for each of the 20 overlaps: 5.2.1.1 Overlap identifier 5.2.1.1.1 Identifies which overlap (1-20) is being programmed The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 24 of 100 5.2.1.2 Enable 5.2.1.3 Overlap type 5.2.1.4 Omit 5.2.1.5 Pedestrian 5.2.1.5.1 Identifies this overlap has a pedestrian movement associated with it 5.2.1.6 Pedestrian Overlap Walk 1 5.2.1.7 Pedestrian Overlap Walk 2 5.2.1.8 Pedestrian Overlap Clearance 1 5.2.1.9 Pedestrian Overlap Clearance 2 5.2.1.10 Primary Parent Phases 5.2.1.11 Negative Parent Phases 5.2.1.11.1 Negative Parent Phases are phases that the overlap is not allowed to time a concurrent green indication with. A negative phase will not cause an active overlap to turn red. 5.2.1.12 Inhibit Negative Vehicle Phases 5.2.1.13 Negative Pedestrian Phases (see operational scenario 5.4.1) 5.2.1.13.1 These pedestrian phases, when active, shall prevent the overlap from displaying a green. A pedestrian phase will be prevented from changing to walk while the overlap is active. 5.2.1.13.2 This feature will cause the programmed overlap to immediately begin yellow clearance if the controller is going to immediately serve the pedestrian phase. 5.2.1.13.3 The controller shall not output a walk for the pedestrian phase until the programmed overlap is no longer active. 5.2.1.13.4 The negative pedestrian phase will not cause an active pedestrian phase to end. 5.2.1.14 Negative Overlaps 5.2.1.14.1 Overlap the programmed overlap is NOT allowed to time with. 5.2.1.15 Green Omit 5.2.1.16 Overlap Suppression Phases 5.2.1.16.1 These vehicle phases, when green, will prevent the output of the overlap green. The overlap will output green once the phase turns yellow. 5.2.1.16.2 This feature will cause an active overlap to immediately begin clearing. 5.2.1.17 Yellow Flash The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 25 of 100 5.2.1.17.1 Programs the overlap to flash yellow, instead of flashing red, during programmed flash operation and startup flash operation. 5.2.1.18 Flash-Red During Inactive 5.2.1.18.1 Enables the functionality described in 5.4.2.1.1 below. 5.2.1.19 Alternate Hertz Flash 5.2.1.19.1 Causes overlaps to flash on the alternate half cycle from other phases and overlaps not configured for alternate flash hertz during programmed and start up flash operation. 5.3 OVERLAP TIMING PARAMETERS 5.3.1 Minimum Green 5.3.1.1 The overlap shall not terminate while this interval is timing. 5.3.1.2 If this parameter is 0 seconds, the active minimum green for the active compatible phase shall apply. 5.3.2 Green Extension 5.3.2.1 Maximum length of time the overlap can be extended. 5.3.3 Green Clear 5.3.3.1 Amount of time the overlap will remain green after the last parent phase starts to terminate. 5.3.4 Yellow Clearance 5.3.4.1 The yellow clearance shall be 0.0 seconds through 25.5 seconds. 5.3.4.2 The yellow clearance programmed in the overlap table shall override the yellow clearance programmed in the phase parameters table. 5.3.4.3 The software shall not output a yellow interval shorter than the user defined value. 5.3.4.4 The software shall not display a yellow interval 0.1 seconds longer than the user defined value. 5.3.5 Red Clearance 5.3.5.1 The all-red clearance shall be 0.0 seconds through 25.5 seconds. 5.3.5.2 The all-red clearance programmed in the overlap table shall override the all-red clearance programmed in the phase parameters table. 5.3.5.3 The software shall not output an all-red interval shorter than the user defined value. 5.3.5.4 The software shall not output an all-red interval 0.1 seconds longer than the user defined value. 5.3.6 Pedestrian Overlap Walk 1 5.3.6.1 Length of time the walk indication will be displayed for the overlap. 5.3.6.2 The software shall be capable of truncating the walk if there is a request for priority or preemption. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 26 of 100 5.3.6.3 The walk programmed in the overlap table shall override the walk programmed in the phase parameter table. 5.3.7 Pedestrian Overlap Walk 2 5.3.7.1 Length of time the walk indication will be displayed for the overlap. 5.3.7.2 The software shall be capable of truncating the walk if there is a request for priority or preemption. 5.3.7.3 The walk programmed in the overlap table shall override the walk programmed in the phase parameter table. 5.3.8 Pedestrian Clearance 1 5.3.8.1 Length of time the pedestrian clearance will be displayed for the overlap. 5.3.8.2 The software shall be capable of truncating the pedestrian clearance interval if there is a request for priority or preemption. 5.3.8.3 The pedestrian clearance programmed in the overlap table shall override the pedestrian clearance programmed in the phase parameter table. 5.3.8.4 The software shall turn the input on and then off every one-half second for the duration of the clearance interval. 5.3.8.5 The pedestrian clearance shall time with the compatible overlap’s green clearance. 5.3.8.6 The pedestrian clearance shall not increase the length of an overlap’s green clearance. If there is not enough time for the pedestrian interval, the software shall delay the ending of the parent phase. 5.3.9 Pedestrian Clearance 2 5.3.9.1 Length of time the pedestrian clearance will be displayed for the overlap. 5.3.9.2 The software shall be capable of truncating the pedestrian clearance interval if there is a request for priority or preemption. 5.3.9.3 The pedestrian clearance programmed in the overlap table shall override the pedestrian clearance programmed in the phase parameter table. 5.3.9.4 The software shall turn the input on and then off every one-half second for the duration of the clearance interval. 5.3.9.5 The pedestrian clearance shall time with the compatible overlap’s green clearance. 5.3.9.6 The pedestrian clearance shall not increase the length of an overlap’s green clearance. If there is not enough time for the pedestrian interval, the software shall delay the ending of the parent phase. 5.3.10 Reservice 5.3.10.1 Minimum amount of red time that the overlap must display before it can restart. 5.4 OVERLAP OPERATIONS 5.4.1 Right turn arrow overlap with pedestrian service The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 27 of 100 5.4.1.1 When a right turn overlap is in conflict with a pedestrian phase or overlap, there shall be two possible programmable actions that can occur: 5.4.1.1.1 If a pedestrian call is received while the right turn overlap is active, the user may select to have the right turn overlap immediately terminate IF there is adequate time remaining to clear the overlap and then immediately serve the pedestrian within the parent phase time remaining without causing transition. 5.4.1.1.2 If a pedestrian call is received while the right turn overlap is active, the user may select to have the right turn continue for its programmed time and the pedestrian will be served during its next available parent’s programmed time. 5.4.2 Pre-Signal Overlap 5.4.2.1 The software shall provide the following functionality for pre-signal overlap operation: 5.4.2.1.1 The overlap shall be capable of outputting a solid green, solid yellow, solid red, flashing red, solid red sequence. Green, yellow and all-red will output when the parent phases are active; flashing red and solid red will output when the parent phases are not active. 5.4.2.1.2 While parent phases are not active, the user shall be able to define the number of seconds the red indications flash before going to solid red, or shall be controlled by a queue detector input. 5.4.2.1.3 Once the solid red is displayed the pre-signal shall display solid red until the next green. 5.4.3 Pedestrian Overlaps 5.4.3.1 The pedestrian interval shall time with the parent phases listed in the active overlap table. Once a pedestrian movement is programmed as an overlap, the pedestrian walk and clearance values in the overlap table shall be output. 5.4.3.2 If the Walk 2 Enable Time or Pedestrian Clearance 2 Enable Time is satisfied, the Walk 2 and Pedestrian Clearance 2 programmed in the overlap table shall be output. 5.4.3.3 The available time for the pedestrian service shall be from the beginning of the first parent phase to the end of the last parent phase. 5.4.3.4 The pedestrian shall be serviced if a call is received while any parent phase is active and there is enough time to clear conflicting overlaps and serve the pedestrian before the end of the last parent phase. 5.4.3.5 The last parent phase will not be allowed to terminate until the pedestrian clearance interval has finished. Other parent phases shall be allowed to end early. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 28 of 100 5.4.3.6 The software shall be capable of outputting a walk rest for any pedestrian overlap. 5.4.3.6.1 The user shall be able to select walk rest for the pedestrian overlap. 5.4.3.6.2 This feature will ensure the walk rest time and pedestrian clearance time fit within the parent phase times. 5.4.3.6.3 When in walk rest, the ped overlap shall run concurrently with all vehicle parent phases without the user having to explicitly identify walk with each parent phase. 5.4.3.7 The software shall allow the Walk 2 interval to be programmed for each overlap. 5.4.3.7.1 The software must provide an alternative pedestrian interval when the push button is depressed for an extended period of time. The user will define the number of seconds required to activate the alternative Pedestrian. 6 SCHEDULE 6.1 GENERAL 6.1.1 The software shall provide the following four schedule types: 6.1.1.1 Time of Day/Day of Week 6.1.1.2 Holiday 6.1.1.3 Seasonal 6.1.1.4 Temporary 6.1.2 The software shall automatically sort the schedule chronologically by the time of day entry. 6.1.3 The software shall allow the enabling or disabling of any event in the schedule. 6.1.4 Each scheduled event shall completely define the current operation. Scheduled events shall not be cumulative. 6.1.5 All schedule events shall be logged. 6.1.6 The schedule types shall be prioritized as follows (highest to lowest): 6.1.6.1 Holiday – overrides all other schedule types. 6.1.6.2 Temporary – overrides seasonal and active Time of Day/Day of Week schedule. 6.1.6.3 Seasonal – Overrides active Time of Day/Day of Week schedule. 6.1.6.4 Active Time of Day/Day of Week. 6.2 TIME OF DAY/DAY OF WEEK SCHEDULE (TOD/DOW) 6.2.1 The software shall support at least 32 events in each schedule that can be activated by Time of Day/Day of Week. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 29 of 100 6.2.2 The Software shall support a minimum of 16 Time of Day/Day of Week Schedules. 6.2.3 The schedule shall allow the user to schedule, as a minimum, any of the following operational modes:  Plan Set  Yellow Flash  All-red Flash  Free 6.2.4 Each Time of Day/Day of Week Schedule shall include the following user defined parameters: 6.2.4.1 Enable/disable event 6.2.4.2 Event start time 6.2.4.2.1 The time of day will be in military time. 6.2.4.2.2 The user shall be able to define the hour and minute of the event. 6.2.4.3 Day of Week 6.2.4.4 Action (i.e. Plan Set, flash, free) 6.2.4.5 Description of schedule event 6.2.4.5.1 The field will allow 48 characters for descriptive message. 6.3 HOLIDAY SCHEDULE 6.3.1 The software shall support fixed and floating holidays. 6.3.2 The user shall be able to schedule holiday events at least one year in advance. 6.3.3 The user shall be able to define a minimum of five (5) days on either side of the holiday as part of the holiday event. 6.3.4 The user shall be able to sort the holiday schedule by month and day 6.3.5 The holiday schedule shall provide the following user defined parameters: 6.3.5.1 Enable/disable event 6.3.5.2 Fixed holiday date 6.3.5.3 Number of days prior holiday 6.3.5.4 Number of days after holiday 6.3.5.5 Required Action (i.e. activate new TOD Schedule) 6.3.5.6 Floating holiday month 6.3.5.7 Floating holiday week 6.3.5.8 Floating holiday day 6.3.5.9 Description of schedule event 6.3.5.9.1 This field will allow a minimum of 48 characters for a descriptive message The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 30 of 100 6.4 SEASONAL SCHEDULE The seasonal schedule shall allow the user to disable certain events in the Time of Day/Day of Week schedule. During the summer, when school is not in session, the City will use this feature to disable the events in the schedule that call the signal timing plans for school. 6.4.1 The software shall allow the scheduling of a minimum of 10 seasonal events. These events shall activate a different Time of Day/Day of Week schedule based on the current time of the year. 6.4.2 The user shall be able to schedule seasonal events for the entire year and at least one year in advance. 6.4.3 The seasonal schedule shall provide the following user defined parameters 6.4.3.1 Enable/disable event 6.4.3.2 Start month of seasonal schedule 6.4.3.3 Start day of seasonal schedule 6.4.3.4 End month of seasonal schedule 6.4.3.5 End day of seasonal schedule 6.4.3.6 Required Action (i.e. activate new TOD Schedule) 6.4.3.7 Description of schedule event 6.4.3.7.1 This field will allow a minimum of 48 characters 6.5 TEMPORARY SCHEDULE 6.5.1 The user shall be able to schedule events that will expire after a user defined time period. 6.5.1.1 This feature shall be off by default. 6.5.2 Upon completion of the time period, the software shall revert back to the default schedule and alarm the user the time period has expired. 6.5.2.1 The user shall select if the software will revert back to the default schedule. By default the software shall revert back to the default schedule. 6.5.2.2 The user shall select if the software will alarm the user. By default the software shall alarm the user. 6.5.2.3 The user shall be able to extend the amount of time the temporary schedule runs. After the extension the requirements for reverting back and alarming the user listed above shall apply. 6.5.3 The software shall support a minimum of four (4) temporary schedule events. These events shall activate a different Time of Day/Day of Week schedule. 6.5.4 The user shall be able to schedule any of the following operational modes: 6.5.4.1 Plan Set 6.5.4.2 Free 6.5.4.3 Yellow Flash 6.5.4.4 All-red Flash The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 31 of 100 6.5.5 Upon completion of the last time period, the user shall be able to choose if the temporary schedule shall be deleted. 6.5.5.1 The software shall prompt the user. 6.5.6 The temporary schedule shall provide the following user defined parameters: 6.5.6.1 Start day of temporary schedule 6.5.6.2 Start Time of temporary schedule 6.5.6.3 End Day of temporary schedule 6.5.6.4 End Time of temporary schedule 6.5.6.5 Required action (i.e. activate new TOD schedule) 6.5.6.6 Description of temporary schedule 6.5.6.6.1 This field will contain a minimum of 48 characters. 7 COORDINATION 7.1 GENERAL 7.1.1 Software shall provide a minimum of 32 locally stored timing plan sets. 7.1.1.1 The user shall be able to label each timing plan; each text label shall be at least six characters in length. 7.1.2 The software shall not activate the coordinator on start-up until the start-up vehicle and pedestrian phases programmed by the user have been serviced. 7.1.3 Upon entry of any phase parameter, special function, internal clock update, coordination change, or other adjustment the coordinator shall automatically recognize the change and activate at the beginning of the next cycle. 7.1.4 The controller shall read the coordination parameters, special function, detector settings, and overlap changes at the same time. Detection and overlap programming changes shall occur at the beginning of the new timing plan. 7.1.5 The offset reference point shall be user selectable, 7.1.5.1 The user shall be able to select any of the following reference points: 7.1.5.1.1 Beginning of yellow of the coordinated phases 7.1.5.1.2 Beginning of green of the coordinated phases 7.1.5.1.3 End of all-red clearance of the coordinated phases 7.1.5.2 The default offset reference point shall be the beginning of yellow for the coordinated phases. 7.2 COORDINATION PARAMETERS 7.2.1 The user shall be able to enter the following coordination parameters. 7.2.1.1 Cycle Length The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 32 of 100 7.2.1.1.1 If the cycle length is 0 seconds, the software shall run free while that plan is called by the daily schedule or a manual command. If a split is entered for any phase, the value entered by the user shall be the active maximum green time for that phase. If the split is zero (0) seconds, the active maximum green shall apply. 7.2.1.2 Phase Splits 7.2.1.2.1 Nominal phase split – split time active when controller is not in transition. 7.2.1.2.2 Minimum phase split – minimum split time allowed when controller is transitioning. 7.2.1.2.3 Maximum phase split – maximum split time allowed when the controller is transitioning. 7.2.1.2.4 Global percent adjustment – global feature to be used in place of minimum and maximum split times that will allow all active phases to be adjusted by the user defined percentage during transition. 7.2.1.3 Offset Reference Point 7.2.1.4 Offset 7.2.1.4.1 Offset value is entered in seconds. 7.2.1.5 Coordinated Phases – user identified coordinated phases 7.2.1.6 Inhibit Maximum 7.2.1.7 Transition Type 7.2.1.7.1 The user shall enter the preferred transition mode and number of cycles to transition. 7.2.1.7.2 Transition mode options shall include: short way, long way, dwell and auto. Auto option shall be the controller calculated quickest way to return to coordinated operation whether it is short way or long way. 7.2.1.7.3 The controller shall adjust faster than the programmed number of cycles if an adjustment less than the maximum is required. 7.2.1.7.4 The software shall proportionally reduce or increase each split during transition within the minimum and maximum values set for phases if the user has defined these. 7.2.1.7.5 The transition time shall be proportionally distributed to all phases. 7.3 PEDESTRIAN SERVICE The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 33 of 100 7.3.1 Pedestrian phases shall be serviced without entering free mode even if the pedestrian walk and clearance interval is longer than the vehicle phase split. When the pedestrian phase is longer, the software shall provide three options: (1) steal time from the preceding phase, (2) steal time from the subsequent phase, or (3) the local cycle will pause. The software shall allow the user to use all three options at once to accommodate a pedestrian phase. 7.3.1.1 The software shall allow the user to define the amount of time in seconds stolen from the preceding phase. 7.3.1.2 The software shall allow the user to define the amount of time in seconds stolen from the subsequent phase. 7.3.1.3 If pedestrian adjust is enabled, the local cycle shall pause at the end of the phase associated with the pedestrian movement for the additional amount of time needed to finish the pedestrian clearance. 7.3.1.4 If pedestrian adjust is not enabled, the additional amount of time needed to serve the pedestrian phase shall be stolen from the subsequent phases. The time shall be in addition to the user defined value. 7.3.1.4.1 The pedestrian phase shall not be omitted during normal operation. A pedestrian call shall not cause the coordinated timing plan to fail. 7.3.1.5 If the extra time is required to serve the pedestrian phase, the amount of time stolen from other phases shall be evenly split between the preceding and subsequent phases unless the user did not enter a high enough number in the stolen phase parameters. 7.3.1.5.1 If the user did not enter enough time and pedestrian adjust is enabled, the local cycle shall pause. If pedestrian adjust is not enabled the time shall be stolen from the subsequent phases. 7.3.2 Pedestrian Adjust 7.3.2.1 The user shall be able to enable this feature that will pause the local cycle until the pedestrian interval has finished if the pedestrian movement is still active after the programmed force off for the compatible vehicle phase. The software shall immediately begin transition by shortening the phases remaining in that cycle. 7.3.2.2 When enabled, the local cycle shall pause for the amount of time needed to serve the pedestrian movement less the time stolen from the preceding phase and the subsequent phase. 7.3.3 If the pedestrian phase ends the preceding phase early, the concurrent vehicle phase shall begin early with the pedestrian phase. 7.3.4 If the pedestrian phase is not requested until the clearance interval of the preceding phase, the pedestrian phase will still begin with the concurrent vehicle phase. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 34 of 100 7.3.5 If the pedestrian phase requires more time than the compatible vehicle phase, the call for the pedestrian phase must be received before the beginning of the concurrent vehicle phase; otherwise, the pedestrian phase shall not be served during that green. 7.3.6 If the pedestrian phase called requires less time than the compatible vehicle phase that is currently green and will not delay the end of the phase, the pedestrian phase, when called, shall be requested immediately and serviced as soon as any conflicting outputs have finished clearing. 7.4 PEDESTRIAN SERVICE PARAMETERS 7.4.1 Enable pedestrian adjust 7.4.2 Time stolen from preceding phase 7.4.2.1 This value shall be zero by default. 7.4.2.2 Entering a non-zero value shall activate this feature. 7.4.3 Time stolen from the subsequent phase 7.4.3.1 This value shall be zero by default. 7.4.3.2 Entering a non-zero value shall activate this feature. 7.5 COORDINATED OPERATIONS (USE CASES) 7.5.1 Recycle left turn – software shall recycle the leading left turn phase if all of the following conditions are met: 7.5.1.1 The oncoming through phase has received its full minimum green time, 7.5.1.2 There is time to provide a minimum service to the left turn before the end of the permitted period, and 7.5.1.3 There is a vehicle call for that left turn phase. 7.5.1.4 This will provide a second left turn service if more vehicles arrive within the permitted period after the initial leading left turn service has ended. The user shall select if this feature is enabled. 7.5.2 Backup into the leading left turn 7.5.2.1 If there is no call for the leading left turn, the software shall skip the left turn phase and serve the oncoming through traffic. 7.5.2.2 If a call for the skipped left turn is received prior to the end of the permitted period, the software shall serve the skipped left turn phase as long as the oncoming through movement has received its full minimum green time. 7.5.2.3 The user shall select if this feature is enabled. 7.5.3 Optional leading left turn – software shall provide a leading left turn phase if all of the following conditions are met: 7.5.3.1 The minor street returns to the main street early, 7.5.3.2 There is enough time remaining in the side street split to provide a full minimum service for the main street left turn phase, and The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 35 of 100 7.5.3.3 There is a call for the main street left turn. 7.5.3.4 The user shall select if this feature is enabled. 7.5.4 Double serve side streets – when the side street returns early to the main street, the software shall allow the minor street phases to recycle if all of the following conditions are met: 7.5.4.1 The main street has received its full minimum service, 7.5.4.2 There is enough time remaining in the permitted period for the minor street to serve a full minimum vehicular service, and 7.5.4.3 There is a call for the minor street phase. 7.5.4.4 The software shall operate fully actuated during the permitted period for the minor street and shall only serve the minor street or main street through phases. 7.5.4.5 The main street leading left turn shall not be permitted until the minor street phase omit has been applied because the permitted window is about to close. 7.5.4.6 The user shall select if this feature is enabled. 7.5.5 Free mode operation within the coordinated cycle 7.5.5.1 While operating in coordinated mode, the software shall provide the option to operate a portion of the cycle in free mode. 7.5.5.2 The user shall be able to define two (2) free mode periods within one (1) cycle. 7.5.5.3 The user shall select the beginning of the free mode operation, the end of the free mode operation and the phases that may be active. 7.5.5.4 At the end of the free mode period, the active phases shall force off if they are not the first coordinated phases. 7.5.6 Optional lagging left turn 7.5.6.1 The software shall allow the user to provide a lagging left turn if the active extension time for the oncoming through is 0.0 seconds. 7.5.6.2 The user shall enter the number of seconds the oncoming through phase may end early. 7.5.6.3 The lagging left turn shall end the same second of the local cycle that the oncoming through would have ended. 7.5.6.4 The user shall select if this feature is enabled. 7.5.7 Phase recycle with split phase 7.5.7.1 When a minor street is split phased, the software shall allow the user to recycle the minor street phases before returning to the main street phases as long as there are calls for the side street phases and there is enough time to provide a minimum split for the phase. 7.5.7.2 Once there are no longer any calls on the minor street, the user may choose to hold in the minor street or return to the main street phases. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 36 of 100 7.5.7.3 Once the permitted window for the minor street has ended, the controller shall return to the main street phases. 7.5.7.4 The software shall be capable of providing this operation during two distinct periods each cycle. 7.5.8 Optional service with split phase 7.5.8.1 When a minor street is split phase and the software is programmed to serve only one minor street phase before returning to the main street, the software shall allow the user to serve the other minor street phase before returning to the main street as long as there is a call and there is enough time to provide a minimum split for the phase. 7.5.8.2 The software shall be capable of providing this operation during two distinct periods each cycle. 8 PREEMPTION 8.1 GENERAL 8.1.1 The software shall provide a minimum of 12 unique programmable preemption sequences. 8.1.2 The software shall provide the following types of preemption: 8.1.2.1 Railroad 8.1.2.2 Emergency Vehicle 8.1.3 The user to shall be able to program any preemption sequence as a railroad or emergency vehicle type. 8.1.4 The user shall be able to label each unique preemption sequence. 8.1.4.1 Each label shall be at least eight (8) characters in length 8.1.5 The user shall be able to delay the preemption input. 8.1.6 The software shall be able to smoothly transition from one preemption table to another. 8.1.7 The user shall be able to input the preemption input into the logic functions and output the result. 8.1.8 The user shall be able to activate warning lights, blank out signs, and other auxiliary devices during a preemption sequence. 8.1.8.1 The user shall be able to turn on and off the devices using logic function outputs. 8.1.8.2 A minimum of eight (8) special outputs shall be provided. 8.1.8.3 The user shall be able to activate each special output at any time during the preemption event. 8.1.8.3.1 The user will be able to assign an internal logic pin to the special output and use the output in logic statements. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 37 of 100 8.1.8.3.2 The user will be able to assign an external logic pin to the special output to activate field equipment while the special pin is active. 8.1.8.3.3 The user shall be able to activate an auxiliary field device transition table. 8.1.9 The software shall automatically reset the maximum duration timer if the preempt input goes off and then comes back on during the dwell state. 8.1.10 The software shall not recycle the preempt entry phases. If phases defined as entry phases are green, they shall remain green 8.1.11 The software shall not recycle the return phases. If the return phases are green, they shall remain green. 8.1.12 The active coordinated timing plan shall continue to run in the background during the preemption event. The coordinated timing plan shall have no effect on the signal operation while the preemption is active. 8.1.13 The user shall be able to change the mode of operation for any traffic signal display when a preemption input is received. This function will allow the user to change selected overlaps to red at any time during the preemption event. 8.1.14 The software shall provide multiple preemption exit options. The user shall be able to select the exit routine for each preemption sequence. The exit options shall include: 8.1.14.1 The user shall be able to place calls on selected phases upon exiting preemption. 8.1.14.2 Queue Delay Recovery - The software shall support a return to the phase with demand the longest wait time. The user shall be able to set the priority level for each phase. 8.1.14.3 First Phase Skipped - The software shall support a return to the first phase skipped. A skipped phase shall also include a phase that received a minimum green immediately preceding the preempt. 8.1.14.3.1 If the phase received more than the minimum time it will not be considered the first phase skipped. 8.1.14.4 Exit to Coordination/Normal Operation - The software shall support an immediate return to the place in the coordinated cycle where the software would have been had there been no preempt. 8.1.14.4.1 Once the preemption input turns off, the software shall hold in the active phases until the software has read the applicable coordination parameters and checked the inputs from the detectors. 8.1.14.4.2 The software shall not recycle the clearance phases. If the clearance phase should be active, those phases shall remain green. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 38 of 100 8.1.14.4.3 After the preemption the overlaps will begin following the parent phases again and shall turn green if their parent phase is green. 8.1.14.5 Exit to Alternate Maximum Times - The software shall support return to alternate maximum times for each vehicle phase if the software is operating in free mode. 8.1.14.5.1 The user shall be able to designate the duration in minutes (0 to 60) for how long to operate the alternate maximum times. The software shall return to normal operation at the top of the cycle following the exit to alternate maximum time being exceeded. 8.2 PREEMPT STATES 8.2.1 The software shall report the status of the preemption sequence using the following states: 8.2.1.1 The preemption sequence is not active. 8.2.1.2 The minimum presence timer is active. 8.2.1.3 The preempt service delay timer is active. 8.2.1.4 The preempt service is timing the Entry 1 phases. 8.2.1.5 The preempt service is timing the Entry 2 phases. 8.2.1.6 The preempt service is timing the Dwell phases. 8.2.1.7 The preempt service is timing the exit phases. 8.2.1.8 The preempt service maximum duration timer has expired. 8.3 PREEMPTION PRIORITY 8.3.1 The software shall automatically assign a high or low priority level to each enabled preemption event based on the preemption type. 8.3.2 For each preemption type, the user shall be able to assign an equal or lower priority to each preemption event. 8.3.3 The software shall automatically assign the high priority level to any preemption event enabled as a railroad type. 8.3.3.1 All railroad preemption events shall have equal priority. 8.3.4 The software shall not allow an emergency vehicle preempt event to be programmed with a higher priority than a railroad preempt. 8.3.5 The software shall automatically assign the low priority level to any preemption event enabled as an emergency vehicle type. 8.3.5.1 By default, all emergency vehicle preemption events shall have equal priority. 8.3.5.2 The user shall be able to program up to four (4) emergency vehicle preemption priority levels. 8.3.6 High priority preempts shall override low priority preempts. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 39 of 100 8.3.6.1 A request for a high priority preemption event shall immediately cancel any active low priority preemption event and begin the high priority event. 8.3.7 Low priority preempts shall be ignored until the high priority preempt terminates. 8.3.7.1 The low priority event shall begin running in the background. Once the inputs for high priority event terminates the high priority event immediately end and the low priority event shall output its current state. 8.3.7.2 Any part of the high priority event that occurs after the high priority event input terminates shall be cancelled. The software shall immediately output the current state of the low priority preemption sequence. 8.3.8 Equal priority preempts shall be served on a first called, first served basis. 8.3.8.1 The second preemption sequence shall begin running in the background. Once the inputs for first preemption sequence turn off the first sequence shall immediately end and second preemption sequence shall output its current state. 8.3.8.2 Any part of the first preemption sequence that occurs after the first preemption input turns off will be cancelled. The software shall immediately output the second preemption sequence. 8.4 RAILROAD PREEMPTION 8.4.1 The software shall support the configuration of the following modes of Railroad preemption: 8.4.1.1 Normal 8.4.1.1.1 Normal preemption mode shall terminate all active vehicle and pedestrian phases and begin the clearance phases. 8.4.1.2 Smooth 8.4.1.2.1 Smooth preemption mode shall allow the user to define each step in the preemption sequence. During each step the user shall be able to define which vehicle and pedestrian phases are permitted, called and extended. 8.4.2 The software shall accept a minimum of four (4) unique inputs from the railroad. 8.4.3 Train preemption shall be provided when the software is running programmed all-red and yellow-red flash.When the preemption input is received, the software shall change the phases flashing yellow to steady green and then begin preemption. 8.4.4 The entry phase shall not terminate until the railroad gates are in the lowered/down position. 8.4.4.1 The entry phases shall terminate based on the following user defined options: 8.4.4.1.1 Gate active/down input from the railroad 8.4.4.1.2 Maximum clearance time input for the entry phases. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 40 of 100 8.4.5 The user shall be able to program the intersection to operate in yellow or all- red flash during the Dwell phase interval. 8.5 EMERGENCY VEHICLE PREEMPTION 8.5.1 The software shall support the following types of emergency vehicle preemption systems: 8.5.1.1 Line-of-sight infrared 8.5.1.2 Global Positioning Satellite (GPS) 8.5.2 The software shall accept at least six (6) unique inputs from the Emergency Vehicle Preemption system. 8.5.2.1 The user shall be able to configure what inputs are received from the emergency vehicle preemption system. 8.5.2.2 The inputs shall include, at a minimum, the following: 8.5.2.2.1 Direction of travel 8.5.2.2.2 Desired route 8.5.2.2.3 Vehicle ID number 8.5.2.2.4 Estimated time of arrival 8.5.3 The software shall hold in the clearance phases and overlaps until the preemption input turns off or the maximum preemption time is exceeded. 8.5.3.1 Software shall provide a user enabled option (on or off) for software prevention of any occurrence of a yellow trap situation. 8.5.4 The software shall provide the current traffic demand to the emergency vehicle preemption system. The emergency vehicle preemption system will use this information to adapt when the preemption input is provided to the software based on current traffic conditions. 8.5.4.1 During low traffic volumes the preemption input shall be provided as the fire or rescue vehicle is arriving at the intersection. 8.6 NORMAL PREEMPT CONFIGURATION Normal preemption shall activate when an advance signal has been active long enough to satisfy any delay programmed. Any minimum green, walk, and pedestrian clearance intervals defined in the normal preempt configuration table shall be met. The Entry 1 phases will turn green for the duration programmed, and then the Entry 2 phases will turn green for the duration programmed. Entry 1 or Entry 2 phases shall hold until the gate input is received and they delay end of entry phases time is satisfied. The dwell phases will begin and hold until the gate input turns off. The software shall follow the user defined exit mode and then return to normal operation. 8.6.1 The user shall be able to select the following minimum preemption options: 8.6.1.1 Enable 8.6.1.2 Preemption type (railroad or emergency vehicle) 8.6.1.3 Preempt lock 8.6.1.3.1 Preempt lock shall be on by default The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 41 of 100 8.6.1.3.2 Disabling preempt lock shall allow the preempt call to be cancelled prior to reaching the dwell phases. 8.6.1.4 Override Program Flash 8.6.1.4.1 By default, a preempt call shall override program flash 8.6.1.4.2 Enabling this option will cause the preempt call to not override program flash. The user shall be able to select this for railroad and/or emergency vehicle preemption. 8.6.1.5 Dwell Mode 8.6.1.5.1 The user shall be able to configure the way the preempt will operate during the dwell state. 8.6.1.5.2 The dwell mode shall include the following options:  Normal – The configured dwell phases and overlaps shall operate normally during the dwell state.  Flash – The intersection shall operate in flash during the dwell period. 8.6.1.6 Flash Yellow Dwell 8.6.1.6.1 User selected phases shall flash yellow during flash dwell. All other phases shall flash red. 8.6.1.6.2 User selected overlaps shall flash yellow during dwell mode. All other overlaps shall flash red. 8.6.1.7 Maximum Duration Time Exceeded Action 8.6.1.7.1 The user shall be able to program the action that the controller will implement when the maximum duration time is exceeded. 8.6.1.7.2 One maximum duration timer shall be provided for railroad. 8.6.1.7.3 One maximum duration timer shall be provided for emergency vehicles. 8.6.1.7.4 The user shall be able to program the following actions when the maximum duration time is exceeded:  Terminate Preempt – The preempt will terminate and not reactivate until all preempt inputs have been cleared  Flash – The intersection shall enter all-red flash operation until all preempt inputs have been cleared. 8.6.1.8 Return Phases 8.6.1.8.1 The return phases shall run following the end of preempt. 8.6.1.8.2 These phases shall output to the overlaps. If the phases are parents of any overlaps, the overlaps shall turn green. 8.6.1.8.3 The phases shall remain green for at least the minimum green defined in the active phase parameters table. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 42 of 100 8.6.1.8.4 The phases shall remain green as long as there are detector inputs for green extensions or the maximum green timer defined in the active phase parameter table is reached. 8.6.1.8.5 If no return phases are defined, the software shall exit preempt via the exit mode entered. 8.6.1.9 Exit Mode 8.6.1.10 Entry 1 Phases (Railroad Preempt) 8.6.1.11 Entry 2 Phases (Railroad Preempt) 8.6.1.11.1 Entry 2 phases shall be served immediately after Entry 1 Phases. 8.6.1.12 Vehicle Dwell Phases 8.6.1.13 Pedestrian Dwell – Walk Rest phases 8.6.1.13.1 These phases shall remain in walk during the dwell interval of the preemption. 8.6.1.13.2 Pedestrian clearance shall begin immediately after the preemption is complete. 8.6.1.14 Pedestrian Dwell – Call phases 8.6.1.14.1 These phases shall receive one pedestrian call during the dwell interval of the preemption. 8.6.1.14.2 If it has not already begun, the pedestrian clearance shall begin immediately after the preemption is complete. 8.6.1.15 Entry 1 Overlap Disable 8.6.1.15.1 Overlaps identified here will be omitted during the Entry 1 interval. 8.6.1.16 Entry 2 Overlap Disable 8.6.1.16.1 Overlaps identified here will be omitted during the Entry 2 interval. 8.6.1.17 Dwell Overlap Disable 8.6.1.17.1 Overlap identified here will be omitted during the Dwell interval. 8.6.1.17.2 The overlaps listed in Entry 2 and Dwell Overlap Disable shall remain red when the software changes from Entry 2 to Dwell. 8.6.1.18 Dwell Yellow Overlap Flash 8.6.1.18.1 Overlaps identified here will flash yellow if the software is in flash operation during the dwell interval. 8.6.2 The user shall be able to enter values for the following preemption timing parameters: 8.6.2.1 Minimum Presence Time The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 43 of 100 8.6.2.1.1 The minimum presence time is the minimum time that a preemption call shall be present/on prior to initiating a preempt event. 8.6.2.1.2 The range for the minimum presence time shall be from 0.0 to10.0 seconds in one-tenth (1/10) second increments 8.6.2.2 Delay Time 8.6.2.2.1 The software shall delay the initiation of the preemption event by the delay time. 8.6.2.2.2 The delay and minimum pedestrian clearance shall time simultaneously. 8.6.2.2.3 Even if the delay time has passed, the preemption sequence shall not begin until the minimum pedestrian clearance time has also passed. 8.6.2.2.4 The range shall be from 0 to 255 seconds in one (1) second increments. 8.6.2.3 Delay End of Last Entry Phase 8.6.2.3.1 The value in the amount of time that the last Entry phase will hold green after the gate input is received. 8.6.2.3.2 A value of zero (0) seconds will terminate the last Entry Phase immediately. 8.6.2.3.3 The range for the delay end of last entry phase shall be from 0 to 255 seconds in one (1) second increments. 8.6.2.4 Minimum Duration Time 8.6.2.4.1 This value is the minimum time that the preempt time will be active. 8.6.2.4.2 The range for the minimum duration time shall be from 0 to 600 seconds in one (1) second increments 8.6.2.5 Maximum Duration Time 8.6.2.5.1 The value is the maximum time that the preempt input will be considered valid. 8.6.2.5.2 The user shall be able to program what action will be taken if the maximum duration time is exceeded. 8.6.2.5.3 An alarm shall be generated that includes the preemption inputs, the logical names for those inputs, and a time stamp. 8.6.2.5.4 The range for the maximum duration time shall be from 0 to 600 seconds in one (1) second increments. 8.6.2.6 Minimum Start Green 8.6.2.6.1 This value is the minimum amount of time that any active phase must be green before it can be terminated by a preempt input. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 44 of 100 8.6.2.6.2 A value of zero (0) will terminate the active phase immediately. The default value shall be zero (0) seconds. 8.6.2.6.3 The software shall serve the lesser of the minimum start green or the minimum green in the active phase parameter table. 8.6.2.6.4 The range for the minimum start green shall be from 0 to 255 seconds in one (1) second increments 8.6.2.7 Minimum Pedestrian Walk 8.6.2.7.1 This value is the minimum amount of time that any active pedestrian walk must serve prior to being terminated by a preempt input. 8.6.2.7.2 A value of zero (0) will terminate the active pedestrian phase immediately. The default value shall be zero (0) seconds. 8.6.2.7.3 The software shall serve the lesser of the minimum pedestrian walk or the pedestrian walk time in the active phase parameter table. 8.6.2.7.4 The range for the maximum duration time shall be from 0 to 255 seconds in one (1) second increments 8.6.2.8 Minimum Pedestrian Clearance 8.6.2.8.1 This value is the minimum amount of time that any active pedestrian clearance must serve prior to being terminated by a preempt input. 8.6.2.8.2 A value of zero (0) will terminate the active pedestrian phase immediately. The default value shall be zero (0) seconds. 8.6.2.8.3 The software shall serve the lesser of the minimum pedestrian clearance or the pedestrian clearance time in the active phase parameter table. 8.6.2.8.4 The range for the maximum duration time shall be from 0 to 255 seconds in one (1) second increments 8.6.2.9 Entry 1 Green 8.6.2.9.1 This value is the amount of time that the Entry 1 phases will remain green. 8.6.2.9.2 A value of zero will omit the Entry 1 phase 8.6.2.9.3 The Entry 1 Green shall only be terminated early by a valid Gate Down input from the railroad. 8.6.2.9.4 The Entry 1 Green shall override the value for minimum and maximum times in the active phase parameter table. 8.6.2.9.5 The range for the Entry 1 green time shall be from 0.0 to 255 seconds in one (1) second increments 8.6.2.10 Entry 2 Green The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 45 of 100 8.6.2.10.1 This value is the amount of time that the Entry 2 phases will remain green. 8.6.2.10.2 A value of zero will omit the Entry 2 phase 8.6.2.10.3 The Entry 2 Green shall only be terminated early by a valid Gate Down input from the railroad. 8.6.2.10.4 The Entry 2 Green shall override the value for minimum and maximum times in the active phase parameter table. 8.6.2.10.5 The range for the Entry 2 green time shall be from 0.0 to 255 seconds in one (1) second increments 8.6.2.11 Minimum Dwell Time 8.6.2.11.1 This value is the minimum amount of time that the dwell interval will serve. 8.6.2.11.2 The Minimum Dwell time shall not terminate prior to the completion of the minimum duration time. 8.6.2.11.3 The range for the minimum dwell time shall be from 0 to 255 seconds in one (1) second increments. 9 TRANSIT PRIORITY 9.1 GENERAL 9.1.1 The software shall operate the transit signal displays 9.1.1.1 The bar signal sequence shall be: 9.1.1.1.1 Steady Vertical Bar (Go Indication) 9.1.1.1.2 Flashing Vertical Bar (Yellow Clearance) 9.1.1.1.3 Steady Horizontal Bar (Stop Indication) 9.1.1.1.4 Flashing Horizontal Bar (Prepare to Go Indication) 9.1.1.2 The user shall be able to define the amount of time, in seconds, the bar indications display each of the displays in the sequence. 9.1.1.3 The vertical and horizontal bar shall flash one time per second. The bars shall be on for one-half second then off for one-half second. 9.1.1.4 The user shall define the duration of the all-red interval. Other phases shall be prevented from turning green while the all-red interval is active. 9.1.1.5 The train bar signals shall operate independently by direction and shall operate such that only the direction with an approaching train shall be activated. 9.1.1.6 The bar signal sequence shall be built into the software. Using logic parameters to output the train bar signal as described shall not meet this requirement. 9.1.2 The user shall be able to define the following transit signal parameters The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 46 of 100 9.1.2.1 Yellow Clearance – This is the duration, in seconds, of the flashing vertical bar. 9.1.2.2 All-Red – This is the duration, in seconds, the steady horizontal bar shall be displayed before any conflicting phase may turn green. 9.1.2.3 Prepare To Go – This is the duration, in seconds, of the flashing horizontal bar. 9.1.3 The software shall be able to synchronize the end of the all-red for the train bar signal and the end of the all-red for the vehicle and pedestrian phase. 9.1.4 The software shall provide a minimum of three (3) levels of priority, in the following order of precedence. Preemption requests shall override all priority requests. 9.1.4.1 Full priority operation 9.1.4.2 Partial priority operation 9.1.4.3 Bus priority operation 9.1.4.4 The hierarchy of priority is full priority is the highest, followed by partial priority and bus priority as lowest priority. 9.1.5 High priority services shall override low priority services. 9.1.5.1 A request for a high priority service event shall immediately cancel any active low priority service event and begin the high priority event. 9.1.6 Low priority services shall be ignored until the high priority service terminates. 9.1.6.1 The low priority event shall begin running in the background. Once the inputs for high priority event terminates, the high priority event will immediately end and the low priority event shall output its current state. 9.1.6.2 Any part of the high priority event that occurs after the high priority event input terminates shall be cancelled. The software shall immediately output the low priority event. 9.1.7 Equal priority services shall be served on a first called, first served basis. 9.1.7.1 The second priority sequence shall begin running in the background. Once the inputs for first priority sequence turn off the first sequence shall immediately end and second priority sequence shall output its current state. 9.1.7.2 Any part of the first priority sequence that occurs after the first priority input turns off will be cancelled. The software shall immediately output the second priority sequence. 9.2 FULL PRIORITY OPERATION The software shall utilize the functionality required in the emergency vehicle, normal or smooth preemption section to provide full priority. The coordinated cycle will be interrupted when a full priority input is received and can be served. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 47 of 100 Full priority operation shall fulfill the vision in the Memorandum of Understanding for the Transit Signal Priority System Operation and Maintenance along the Downtown Dallas Transitway mall. The software shall also provide the functionality documented in the logical diagrams for the full priority section in the appendix. 9.2.1 Full transit priority shall be provided for median running trains when the controller is operating in free, flashing and coordinated modes. 9.2.2 The software shall be capable of providing an exclusive train phase. 9.2.2.1 The user shall be able to select vehicle and pedestrian movements that are compatible with the train and may be served simultaneously. 9.2.3 Full transit priority shall be provided when the software is running programmed yellow and all-red flash. 9.2.3.1 When a request for transit service is received, the controller shall terminate the flash operation and return to normal operation. The software shall provide service for the train phase, and any compatible phases. The software shall then return to flash operation. 9.2.4 In the event that the full priority operation is terminated by the timeout parameter, the following sequence of events will occur. 9.2.4.1 The software will provide service to all other vehicular and pedestrian movements with calls at the intersection. 9.2.4.1.1 The user shall select the phases and pedestrian movements served and the amount of time these phases shall remain green. 9.2.4.2 The software will restart the timeout timer. 9.2.4.3 The software will return to the full priority mode. 9.2.4.4 An event will be logged that includes the input was on too long, the logical name for the input, and a timestamp. 9.2.5 The software shall log events and include the following information: 9.2.5.1 Time the check in was received. 9.2.5.2 Time the check-out was received. 9.2.5.3 Time the downstream track was not clear. 9.2.5.4 Time the downstream track was clear. 9.3 PARTIAL TRANSIT PRIORITY The software shall provide early green and extended green by direction for a train. The additional green will be used to give the train operator a better chance to make it through the signal. The software shall continue to operate in coordination. Partial priority operation shall fulfill the vision in the Memorandum of Understanding for the Transit Signal Priority System Operation and Maintenance along the Downtown Dallas Transitway Mall. The software shall also provide the functionality documented in the logical diagrams for the partial priority section in the appendix. 9.3.1 General The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 48 of 100 9.3.1.1 The software shall allow the user to define four full sets of partial priority parameters, one for each direction. 9.3.1.2 A request for early green and green extension shall be priority requests and shall not be canceled by other equal or lower priority requests. 9.3.1.3 The software shall stay in coordination with adjacent intersections while adjusting the splits to accommodate the train. When the train is not present, the extra green time shall be provided to movements on the intersecting roadway. 9.3.1.4 Train indications and all compatible vehicle and pedestrian indications shall end their clearance intervals concurrently. 9.3.1.5 The software shall hold the train phase based on the length of the train. The software shall allow the user to define different green durations based on the length of the train. 9.3.1.6 The software shall be capable of holding a train at the signal until the downstream track to the next holding block and the next holding block are both clear. 9.3.1.6.1 The software shall be able to consider two and three car trains separately. The software shall release the train when the downstream block long enough to hold that length of train is clear. These will be different blocks because of the train length. 9.3.1.6.2 The software shall be able to process detector inputs from downstream intersections and use build in or programmable logic to determine if the next downstream block long enough to hold the train is not occupied. 9.3.1.7 The software shall log events and include the following information: 9.3.1.7.1 Time the check in was received, by direction. 9.3.1.7.2 Time the check-out was received by direction. 9.3.1.7.3 Time downstream was not clear. 9.3.1.7.4 Time downstream was clear. 9.3.1.7.5 Time green extension was provided. 9.3.1.8 If the train crosses the check-out detector, the clearance interval shall begin immediately. 9.3.1.8.1 The train phase shall be able to gap out and begin clearance immediately. Other active phases shall not prevent the train phase from beginning the clearance interval. 9.3.1.8.2 Compatible vehicle and pedestrian phases shall operate as follows. 9.3.1.8.3 The pedestrian phase shall begin clearing, if it has not already done so, when the train phase gaps out. 9.3.2 Partial Priority Configuration The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 49 of 100 9.3.2.1 Compatible Phases 9.3.2.1.1 User identified vehicle and pedestrian phases compatible the train signal. They shall be active while the train signal is active. 9.3.2.2 Check In Detectors 9.3.2.2.1 These are the detectors that call the train phase. The call and extension shall remain active for that transit phase until the train is checked out from the intersection. 9.3.2.3 Check Out Detectors 9.3.2.3.1 These are the detectors that end the call for the train phase. The train phase call and extension shall immediately end once an input is received from one of these detectors. 9.3.2.3.2 Transit phase shall begin clearing immediately regardless of the state of any other active phases. 9.3.2.3.3 If the checkout detector is active for a user defined number of seconds, a new call for partial priority shall be entered because the train is still present. The train shall checkout once that detector turns off. 9.3.2.4 Delay Timer 9.3.2.4.1 This is the amount of time in second the detector will have to be active before the software acknowledges it is active. 9.3.2.4.2 The default value shall be zero (0). 9.3.3 Partial Priority Timing Parameters 9.3.3.1 The software shall provide a minimum of three tables with the following timing parameters that can be selected to be operational by time of day and day of week. 9.3.3.2 Minimum Green – the minimum amount of time, in seconds, the vertical bar signal shall be displayed. 9.3.3.3 Maximum Green – the maximum amount of time, in seconds, the vertical bar signal shall be displayed. 9.3.3.4 Green Extension 9.3.3.4.1 User defined amount of time, in seconds, that the green interval can be extended beyond its maximum or split time to accommodate the transit priority request. 9.3.3.4.2 The user shall be able to enable green extension by direction. 9.3.3.4.3 The green extension shall not reduce the amount of time for the next movement to the extent that the minimum green time cannot be served or the pedestrian interval cannot be served. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 50 of 100 9.3.3.4.4 The user may choose to allow a pedestrian movement to be skipped to accommodate a green extension. 9.3.3.5 Early Green 9.3.3.5.1 User defined amount of time in seconds that the software may begin a train-compatible phase early to accommodate the priority request. The early green shall reduce the green time for the preceding phases. 9.3.3.5.2 The user shall be able to enable early green by direction. 9.3.3.5.3 The early green shall not reduce the amount of time for the preceding movement such that the minimum green time or pedestrian interval cannot be provided. Walk time shall not be truncated to meet this requirement. 9.3.3.5.4 The user may choose to allow the pedestrian movement to be skipped to accommodate early green. 9.3.3.6 Maximum Priority Service Time 9.3.3.6.1 User defined time, in seconds, that priority can be active. When this value is exceeded, priority requests are cancelled and regular, programmed operation is resumed. 9.3.3.7 Lock Out Time 9.3.3.7.1 User defined time, in seconds, that priority requests are not acknowledged due to maximum time in priority operation. When this time has passed, priority requests will be acknowledged, and priority operation will resume. 9.3.3.8 Countdown Timer Time 9.3.3.8.1 The user shall enter the time, in seconds, the countdown timer will start before the beginning of the transit phase for that direction. 9.3.4 Partial Priority Operation 9.3.4.1 The software shall automatically select whether early green or green extension is provided. The software will decide based on the active phase when the train priority request is received and the anticipated arrival time of the train. 9.3.4.1.1 The user shall be able to turn early green and green extension off by direction and by time of day/day of week. 9.3.4.2 The software shall be able to vary the amount of green provided to the train based on the length of the train. The detection system will provide a distinct input for each length of train. 9.3.4.2.1 The duration of the green shall vary without disrupting the active coordinated timing plan. 9.3.4.3 The software shall be able to determine if the track ahead of the train is clear by using detector inputs from adjacent intersections. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 51 of 100 9.3.4.4 The train shall not be allowed to enter a block if any downstream block between the train and the next block long enough to hold that train is not clear. The bar signal for that direction shall remain red until the track is clear and the local cycle is at the time when that train phase is served. 9.3.4.4.1 This feature shall prevent trains from stopping in blocks that are shorter than the train and blocking intersections. 9.3.4.4.2 This feature shall consider the length of the train in the decision process. 9.3.4.5 The software shall provide a countdown timer output. The countdown timer will display the amount of time remaining until the next go indication will be displayed. 9.3.4.5.1 The software shall be able to accommodate a 50 second countdown. 9.3.4.5.2 The countdown timer shall begin a user defined amount of time in seconds before the go signal and provide a constant output during the downtown interval. 9.3.4.5.3 The software shall only output the countdown timer information if a train is detected at the immediate intersection. 9.3.4.5.4 The end of the countdown shall coincide with the beginning of the transit phase. 9.3.4.5.5 The software shall be capable of providing the value of the countdown to the timer. The format of this value shall be accepted by at least two (2) off-the-shelf countdown timer vendors. 9.3.4.6 The software shall deny a train priority request and not provide a go signal under the following conditions: 9.3.4.6.1 The track between the train and the next block long enough to hold the train is not clear. This includes the block long enough to hold the train. The train will have to stop in a block that is too short and will block an intersection. 9.3.4.6.2 The maximum vehicle queue length on the cross street has been exceeded. 9.3.4.7 The user shall define the mode of operation if peer to peer communication is lost to any intersection or detection device defined by the user. The mode of operation shall automatically return to normal operation once communication is restored. 9.3.4.7.1 The user shall program the controller to automatically adjust the operation of the traffic light when communication is lost. User defined options shall includealways providing priority, adding recalls and changing plans. The user shall be able to vary the response by time of day. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 52 of 100 9.3.4.7.2 An alarm will be generated that includes the communication link that failed and the time of that failure. 9.3.4.7.3 The user shall be able to select the criterion that indicates a communication failure including the amount of time in seconds a link is down, the number of times a link is down over an amount of time, and other criteria standard to the communications industry. 9.3.4.8 The user shall define the mode of operation if detection has failed at the intersection. The software shall determine failure using the functionality for the vehicle detectors. The user shall be able to select the detectors to monitor. The mode of operation shall automatically return to normal operation once the failed detector is restored. 9.3.4.8.1 The user shall program the controller to automatically adjust the operation of the traffic light when detection fails. User defined options shall include always providing priority, adding recalls and changing plans. The user shall be able to vary the response by time of day. 9.3.4.8.2 An alarm will be generated that includes the detector that failed and the time of that failure. 9.3.4.8.3 The software shall use the criterion already defined for the detectors to determine failure. 9.4 BUS PRIORITY The software shall provide early green, extended green and queue jump by direction for a bus if the bus is on a route selected by the City and DART and the bus is behind schedule. The additional green will be used to give the bus a better chance to make it through the traffic signal. The software shall continue to operate the intersection in coordination. 9.4.1 General 9.4.1.1 The software shall provide a minimum of three (3) tables with the following timing parameters that can be selected to be operational by time of day and day of week. 9.4.1.2 The software shall receive an input from separate bus priority equipment. The software will provide the appropriate priority sequence based on the input from the bus priority equipment or other selected inputs. The three responses are: 9.4.1.2.1 Early green 9.4.1.2.2 Green extension 9.4.1.2.3 Queue Jump 9.4.1.3 The software shall allow the user to define six (6) full sets of partial priority parameters, one for each direction. These shall be unique from the train priority inputs. 9.4.1.4 The bus priority computer shall provide unique inputs for each direction the bus may approach the intersection. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 53 of 100 9.4.1.4.1 Two separate bus priorities shall be accommodated: early or extended green and queue jump. 9.4.1.5 The software shall ignore a bus priority request if the software is operating the traffic light in programmed yellow flash or all-red flash. 9.4.1.6 The software shall automatically select whether early green or green extension is provided. The software will decide based on which phases are active when the bus priority input is received. 9.4.1.6.1 The software shall continue to provide priority at the next opportunity in the local cycle as long as the bus priority input is active. 9.4.1.7 The software shall log the following data related to bus priority: 9.4.1.7.1 Type of priority request, by direction with time stamp. 9.4.1.7.2 Time priority phases initiated. 9.4.1.7.3 Time priority phases ended. 9.4.1.7.4 Action taken:  Direction receiving early green  Direction receiving extended green  Direction receiving queue jump  Extend a phase  Truncate a phase  Queue jump 9.4.2 Bus Priority Configuration 9.4.2.1 Bus priority phases 9.4.2.1.1 These are the phases that will output a green indication during the bus priority interval. 9.4.2.1.2 These phases shall remain green until:  The priority request input has terminated.  The maximum priority time has been reached. 9.4.2.2 Bus priority overlaps 9.4.2.2.1 These are the overlaps that will output a green indication during the bus priority interval. 9.4.2.3 Queue jump phases 9.4.2.3.1 User identified phases that will output a green indication during the queue jump interval. 9.4.2.4 Queue jump overlaps 9.4.2.4.1 These are the overlaps that will output a green indication during the queue jump interval 9.4.2.5 Bus priority detection input The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 54 of 100 9.4.2.5.1 Detector associated with the priority request for early green or green extension. 9.4.2.6 Queue jump detection input 9.4.2.6.1 Detector associated with the queue jump request. 9.4.2.7 Delay Time 9.4.2.7.1 The amount of time in seconds the bus priority input must be on before the software will acknowledge the priority request. 9.4.3 Bus Priority Timing 9.4.3.1 Green Extension 9.4.3.1.1 The amount of time, in seconds, that the software may extend the green indication for the bus phase past the normal phase maximum or split time.This extension will reduce the green time for the following movement served if running in coordinated operation. 9.4.3.1.2 The green extension shall not reduce the amount of time for the following movements such that the minimum green time cannot be provided or the pedestrian interval cannot be provided.  The pedestrian interval shall only limit the green extension if a call for the pedestrian phase is active in the controller. 9.4.3.1.3 The user may choose to allow the pedestrian movement to be skipped. 9.4.3.2 Early Green 9.4.3.2.1 The amount of time, in seconds, that the software may begin the compatible green phase early to serve the bus. The early green shall reduce the green time for the preceding phases. 9.4.3.2.2 The early green shall not reduce the amount of time for the preceding movement such that the minimum green time or pedestrian interval cannot be provided. 9.4.3.2.3 The user may choose to allow the pedestrian movement to be skipped. 9.4.3.2.4 The walk or pedestrian clearance shall not be truncated to meet this requirement. 9.4.3.3 Maximum Priority Time 9.4.3.3.1 This is the maximum amount of time in minutes the bus priority call may remain active. 9.4.3.3.2 The software shall ignore the bus priority input once the maximum time has been exceeded until the bus priority input changes states. 9.4.4 Bus Priority Operation The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 55 of 100 9.4.4.1 Queue Jump 9.4.4.1.1 This is a green indication provided for the bus before the adjacent vehicles receive a green indication. The interval allows a bus to cross the intersection and merge into the through lane without having to yield to other vehicles. 9.4.4.1.2 If the queue jump lane is an exclusive right turn lane, the software shall be capable of displaying a right turn arrow to clear motorist ahead of the bus. 9.4.4.1.3 The controller shall only provide a queue jump before the adjacent through movement. If the bus arrives during the green and a request for a queue jump is received it shall be ignored until the time immediately before the beginning of green for the adjacent through movement.  If early green time is programmed, the software shall steal time from the preceding phase and start the queue jump phase early. 9.4.4.1.4 The user shall be able turn this feature off by time of day/day of week. 9.4.4.1.5 Once the bus has requested a queue jump, the software shall not provide green extension for that direction. 10 ADVANCED PROGRAMMING 10.1 GENERAL 10.1.1 The software shall support a minimum of 64 user definable logic processor commands 10.1.2 The software shall not limit the number of items that can be linked together in logic statements. 10.1.2.1 The software shall process the logic commands linked together every 0.1 seconds. 10.1.3 The logic commands shall support the following Boolean gating: 10.1.3.1 OR – if either function is true, the logic channel will be true. 10.1.3.2 AND – if both functions are true, the logic channel will be true. 10.1.3.3 NOT- if the first function is NOT true, the logic channel will be true the second function is not used for this command. 10.1.3.4 XOR- if either function is true the channel is true; if both are true the channel will be false. 10.1.3.5 NOR – If either function is true, the logic channel will be false. 10.1.3.6 NAND – if both functions are true, the logic channel will be false. 10.1.3.7 ORNOT2 – if the first function is true OR the second function is not true, the logic channel will be true. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 56 of 100 10.1.3.8 ANDNOT2 – if the first function is true AND the second function is not true, the logic channel will be true. 10.1.4 The logic commands shall support the following: 10.1.4.1 LATCH – once the first function is true, the logic channel will be true until the second function is true. 10.1.4.2 DELAY AND/OR EXTEND – once the function is true, the logic channel shall not be true until an amount of time in seconds defined by the user has elapsed. After the function changes from true to false, the logic channel shall remain true until an amount of time in tenths of seconds, seconds, minutes, or hours defined by the user has elapsed. 10.1.4.2.1 The range of the delay time shall be from 0 to 25.5 tenths of seconds, 0 to 255 seconds, or 0 to 255 minutes, 0 to 255 hours and defined separately. 10.1.4.2.2 The range of the extend time shall be from 0 to 25.5 tenths of seconds, 0 to 255 seconds, or 0 to 255 minutes, 0 to 255 hours and defined separately. 10.2 ASSIGNABLE OUTPUTS 10.2.1 The software shall provide the ability to program the following outputs in logic statements: 10.2.1.1 Phase green 10.2.1.2 Phase yellow 10.2.1.3 Phase red 10.2.1.4 Phase omit 10.2.1.5 Overlap green 10.2.1.6 Overlap yellow 10.2.1.7 Overlap red 10.2.1.8 Walk 10.2.1.9 Pedestrian clear 10.2.1.10 Don’t walk 10.2.1.11 Overlap walk 10.2.1.12 Overlap pedestrian clear 10.2.1.13 Overlap don’t walk 10.2.1.14 Phase on 10.2.1.15 Phase next 10.2.1.16 Phase check 10.2.1.17 Phase hold 10.2.1.18 Virtual phase green 10.2.1.19 Virtual phase yellow The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 57 of 100 10.2.1.20 Virtual phase red 10.2.1.21 LRV green 10.2.1.22 LRV yellow 10.2.1.23 LRV red 10.2.1.24 Force off 10.2.1.25 Preempt on 10.2.1.26 Preempt entry one 10.2.1.27 Preempt entry two 10.2.1.28 Preempt dwell 10.2.1.29 Preempt off 10.2.1.30 Flash 10.2.1.31 Free 10.2.1.32 Special Function 10.2.1.33 Active plan 10.2.1.34 Special output/time of day 10.3 ASSIGNABLE INPUTS 10.3.1 The software shall provide the ability include the following inputs in logic statements: 10.3.1.1 Vehicle detector 10.3.1.2 Pedestrian detector 10.3.1.3 Overlap detector 10.3.1.4 Overlap pedestrian detector 10.3.1.5 System detector 10.3.1.6 Queue detector 10.3.1.7 LRV detector 10.3.1.8 Terminate detector 10.3.1.9 Vehicle omit 10.3.1.10 Pedestrian omit 10.3.1.11 Overlap omit 10.3.1.12 Overlap pedestrian omit 10.3.1.13 LRV Omit 10.3.1.14 Phase hold 10.3.1.15 Overlap hold 10.3.1.16 Walk hold 10.3.1.17 Overlap walk hold 10.3.1.18 Preempt train input The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 58 of 100 10.3.1.19 Preempt emergency vehicle input 10.3.1.20 Flash sense 10.3.1.21 Manual control enable 10.3.1.22 Manual control advance 10.3.1.23 Stop time 10.3.1.24 Minimum recall 10.3.1.25 External start 10.3.1.26 Walk rest modifier 10.3.1.27 External coordination enable 10.3.1.28 Plan select enable 10.3.1.29 External time set 10.3.1.30 Door open 10.3.1.31 Force off 10.3.1.32 Red rest 10.3.1.33 Max inhibit 10.3.1.34 Max 2 10.3.1.35 Max 3 10.3.1.36 Pedestrian recycle 10.3.1.37 External plan select 10.3.1.38 Master sync input 10.3.1.39 Free select input 10.3.1.40 MMU flash 10.3.1.41 Local flash 10.3.1.42 Automatic flash 10.3.1.43 Gate down 11 COMMUNICATIONS 11.1 GENERAL 11.1.1 The software shall support the following types of external communications: 11.1.1.1 Controller to Central Supervisory Software 11.1.1.2 Masterless Peer-to-Peer between local controllers 11.1.1.3 Local Wireless Remote 11.1.2 The software shall be able to accommodate communication with all these communication types simultaneously. 11.1.3 The software shall support the following methods of communications: The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 59 of 100 11.1.3.1 The software shall support four independent FSK modems connections operating at speeds up to 9600 Baud 11.1.3.2 The software shall support two EAI/TIA232-E connections using a 9-pin connector for each connection. 11.1.3.3 The software shall support a minimum of two 10/100 Ethernet connections using standard RJ-45 connectors. 11.1.4 The software shall be able to communication either half or full duplex. 11.1.5 The local controller software shall transmit gratuitous ARP packets when first connected to an Ethernet Network 11.1.6 The local controller software shall be able to extract VLANS from a tagged trunk of VLANS being received from the Ethernet Network. 11.2 CENTER TO FIELD COMMUNICATION 11.2.1 The user shall be able to request a download or upload to the control system through the front panel. 11.2.1.1 The software shall display any pages that failed. 11.2.2 The local controller software shall support the following communication patterns: 11.2.2.1 Poll-Response 11.2.2.1.1 The software shall be capable of being polled every one (1) second. 11.2.2.2 Exception based reporting (controller initiated event driven communication). 11.2.3 The software shall support Central to Field (C2F) communications through the following hardware interfaces: 11.2.3.1 EIA/TIA 232-E compliant 9-pin connector 11.2.3.2 10/100 Ethernet RJ-45 connector 11.2.3.3 FSK Modem 11.2.4 The type of field to central communication shall be configurable by the user. 11.2.5 The software shall be capable of field to central communication over a 10/100 Ethernet network. 11.2.5.1 The local controller software shall include fully integrated, native support of the Ethernet protocol. Serial tunneling over an Ethernet network is not acceptable. 11.2.5.2 The local controller software shall support static IP and Dynamic Host Configuration (DHCP) IP address assignment. 11.2.5.3 The configuration of the local controller software communicating over an Ethernet network shall include the following settings: 11.2.5.3.1 Controller name 11.2.5.3.2 IP address The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 60 of 100 11.2.5.3.3 Subnet mask 11.2.5.3.4 Gateway address 11.2.5.3.5 Domain name server 11.2.5.3.6 DHCP enable 11.2.5.4 The local controller software shall support the ICMP Protocol stack to verify communication over an IP network. 11.2.5.5 The local controller software shall support Ethernet communications over interconnection methods including, but not limited to the following: 11.2.5.5.1 Point to point optical fiber 11.2.5.5.2 Shared multi-drop optical fiber 11.2.5.5.3 Serial strings of wireless point to point links 11.2.5.5.4 Point to multi-point wireless links 11.2.5.5.5 Wireless mesh 11.2.5.5.6 Long latency network 11.2.5.5.7 Varying latency network 11.2.5.5.8 DOCSIS modem, shared capacity technology 11.2.5.5.9 Ethernet over traffic cable 11.2.5.5.10 Ethernet over powerline 11.2.5.5.11 Ethernet over signal cable 11.2.5.5.12 Ethernet over 9-wire cable 11.2.5.5.13 Ethernet over coaxial cable 11.2.5.5.14 10BASE2 Ethernet over copper wire (twisted pair) 11.2.5.5.15 DSL and its extensions over copper wire 11.2.5.5.16 3G commercial wireless 11.2.5.5.17 4G WiMaxcommercial wireless 11.2.5.5.18 4G LTE commercial wireless 11.2.5.5.19 4G WiMaxprivate wireless 11.2.5.5.20 4G LTE private wireless 11.2.5.6 The local controller software shall support Network Time Protocol (NTP) for setting the controller clock. 11.2.5.7 The local controller software shall support File Transfer Protocol (FTP) for uploading and downloading files. 11.2.6 The local controller software shall be capable of field to central communication over a serial communication network. 11.2.6.1 The local controller software shall support EIA/TIA 232-E communications protocol standard in a serial communication network. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 61 of 100 11.2.6.2 The local controller software shall support user definable speeds over a serial network up to 56 kbps. 11.3 PEER TO PEER COMMUNICATION 11.3.1 The local controller software shall support peer to peer communication between local intersection controllers exclusive of a central management system and along the most direct and reliable path allowable by the communication topology. 11.3.2 Peer to peer communication shall operate over an Ethernet network. 11.3.3 The local controller software shall support transmission and reception of multiple peer messages simultaneously. 11.3.4 The local controller software shall be able to transmit peer to peer messages to a minimum of five (5) intersections in all directions from the intersection transmitting the messages. 11.3.5 The local controller software shall be able to receive peer to peer messages from a minimum of five (5) intersections in all directions from the intersections receiving the message. 11.3.6 Peer intersections shall be selectable by the user. 11.3.6.1 Peer intersection will be identified by logical name 11.3.6.2 Peer intersection will be identified by IP address 11.3.6.3 The user shall be able to select any local controller input, output, or event to initiate a peer to peer message. 11.3.7 The receipt of a peer-to peer message shall cause the receiving intersection to apply an internal control on the receiving peer intersection. 11.3.7.1 The user shall be able to select any internal control event available in the software. 11.3.8 The local controller software shall have a user definable communication link timeout feature for each peer to peer message. 11.3.8.1 The timeout value shall range from 1 second to 60 seconds in one second increments. 11.3.8.2 The use shall be able to enable/disable the timeout feature. 11.3.8.3 Idle periods during which no peer to peer messages are being transmitted shall not cause the link to timeout. 11.3.9 The failure of a peer to peer communication link shall initiate a communication link failure alarm. 11.3.9.1 Failure of a communication link shall cause the receiving function to be set to a user defined fail state 11.3.9.2 When the communication keep-alive resumes, the variable set by a remote intersection shall return to its valid condition. 11.3.9.2.1 The user may override the defined fail state condition for each message. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 62 of 100 11.4 LOCAL WIRELESS REMOTE 11.4.1 The user shall be able to access the local controller through a Local Wireless Remote Client using either of the following methods: 11.4.1.1 An adapter attached to the local controller 11.4.1.2 An 802.11 a/b/g/n Access Point installed in the intersection cabinet. 11.4.2 The local wireless remote client shall be available within a 200 foot radius of the controller cabinet. 11.4.3 The local wireless remote client connection shall use secure data communication transmissions and shall be available to approved users and equipment only. 11.4.4 Users shall be able to utilize the local wireless remote client from approved laptops, smartphones, touch screen tablets, or other remote devices. 11.4.5 The local wireless remote client shall support bandwidths at a minimum of a a/b/g/n data rate connection. 12 ADVANCED OPERATIONS 12.1 TRAFFIC RESPONSIVE OPERATION If the Proposer has an adaptive solution the City desires a presentation of the functionality and a bid. This requirement describes a decentralized traffic responsive operation. Traffic signals will be grouped together and a controller will be the master for the group. The other intersections will relay system detector information to the master controller via a peer-to-peer messaging; the master controller will determine the plan; and the master controller will command the other intersections in the group into the plan. 12.1.1 The software shall provide the following user defined and selectable parameters for traffic responsive operation: 12.1.1.1 Thresholds (1-10) 12.1.1.2 Activation threshold (density) 12.1.1.3 Traffic responsive detectors (1-32) 12.1.2 The software shall provide traffic responsive operation for a user defined intersection group 12.1.2.1 The software shall allow the selection of a single controller to serve as the traffic responsive master controller for the intersection group. 12.1.2.1.1 The master controller shall receive data from other controllers and transmit traffic responsive commands to the other controllers using the peer to peer communication links. 12.1.2.2 The software shall support at least 32 user selectable detectors from any intersection within the group for traffic responsive plan selection. 12.1.2.2.1 The software shall support weighting of the detector data by the user for each detector (K Value). The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 63 of 100 12.1.2.3 The software shall use algorithms developed by the US Department of Transportation for Traffic-Responsive Operation. 12.1.2.4 The software shall support up to 10 user defined traffic flow thresholds for traffic plan selection. 12.1.2.5 Traffic Responsive Operations shall automatically select timing plans based on defined traffic flow thresholds, defined as volume plus K times occupancy (V+KO). 12.1.2.6 Plans eligible for traffic responsive operations shall be stored in the local controller databases. 12.1.2.7 Plans eligible for traffic responsive operation shall be identified on a time of day/day of week basis. 12.1.2.8 The software shall compare the processed volume and occupancy value to the threshold values and select the timing plan that most closely matches the processed data value. 12.1.2.9 Each intersection in the group shall verify that the command was received and the new timing plan was implemented. 12.1.2.9.1 If the plan change fails at any intersection, the group shall revert to the local controller time of day/day of week schedule. 12.1.2.10 Traffic responsive operation shall end 12.1.2.10.1 When the processed volume and occupancy values satisfy the threshold value established for traffic responsive exit. 12.1.2.10.2 A manual command is received 12.1.2.10.3 Based on the time of day/day of week schedule 12.2 QUEUE DETECTION 12.2.1 The user shall be able to define eight (8) independent responses per intersection. 12.2.2 The user shall select the time of day/days of week the queue detection feature is active. 12.2.2.1 This shall be for each queue detector 12.2.3 In the event of a detector failure, the queue detection response associated with that detector shall be disabled. 12.2.4 Four levels of priority shall be provided 12.2.4.1 If a queue detector with higher priority is active, lower priority queue detectors trying to reduce the green time for the higher priority movement shall be ignored. 12.2.4.2 When queue detectors have equal priority and are competing for green time, the software shall ignore both queue detectors. 12.2.5 Configuration parameters for queue detection 12.2.5.1 Enable The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 64 of 100 12.2.5.1.1 Left turn or through vehicle 12.2.5.1.2 Partial priority 12.2.5.1.3 Diamond intersections 12.2.5.2 Priority 12.2.5.2.1 For each queue detection response 12.2.5.3 Maximum Time 12.2.5.3.1 User defined in seconds 12.2.5.3.2 For each queue detection response 12.2.5.3.3 Once the maximum time is reached the queue detection response shall turn off. 12.2.5.3.4 The maximum timer shall reset when all of the detectors for that queue detector turn off. 12.2.6 Left turn or through vehicle queue detection 12.2.6.1 The software shall add a user defined amount of green time when user defined detector delay or occupancy trigger points are satisfied. 12.2.6.1.1 The software shall be able to add green time to a phase 12.2.6.1.2 The software shall be able to call a phase 12.2.6.2 Configuration parameters for left turn or through vehicle queue detection 12.2.6.2.1 Detectors 12.2.6.2.2 Delay trigger point in seconds from 0 to 255. 12.2.6.2.3 Occupancy trigger point in percent from 0 to 100. 12.2.6.2.4 Green time added 12.2.6.2.5 Phase(s) green time is added to 12.2.6.2.6 Phase(s) green time is subtracted from  If more than one phase is listed, the time subtracted shall be split evenly among the phases.  These adjustments shall not fail the coordinator. 12.2.6.2.7 Call Phase(s) 12.2.7 Partial Priority Queue Detection If the trigger points are met, the software shall ignore requests for partial priority until the vehicle queue length decreases or the maximum queue detection timer is exceeded. 12.2.7.1 Configuration Parameters for partial priority queue detection 12.2.7.1.1 Detectors 12.2.7.1.2 Delay trigger point 12.2.7.1.3 Occupancy trigger point 12.2.8 Diamond Intersection Queue Detection The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 65 of 100 The software shall change the diamond sequence or coordinated timing plan when the queue detectors are active. 12.2.8.1 Configuration parameters for diamond intersection queue detection 12.2.8.1.1 Detectors 12.2.8.1.2 Delay trigger point in seconds from 0 to 255 12.2.8.1.3 Occupancy trigger point in percent from 0 to 100 12.2.8.1.4 Temporary sequence 12.2.8.1.5 Temporary timing plan 12.2.8.1.6 Amount of time in minutes that temporary sequence and/or plan remain active after initiated. Acceptable values range from 0 to 60 minutes. 12.2.9 The software shall log and timestamp 12.2.9.1 When a queue detection response occurs 12.2.9.2 The data that triggered the response 12.2.10 In the event of detector failure an alarm with a timestamp shall be generated and include 12.2.10.1 The detector that failed 12.3 AUXILIARY FIELD DEVICE OPERATION 12.3.1 The software shall allow the user to program the operation of auxiliary field devices. 12.3.2 The software shall support a minimum of eight (8) different auxiliary field device configurations per table. 12.3.3 The software shall provide a minimum of four (4) auxiliary field device tables. 12.3.4 The auxiliary field device table shall be activated by any of the following means: 12.3.4.1 Schedule 12.3.4.2 Manual command 12.3.4.3 Logic functions 12.3.5 The user shall be able to program the following output states of the auxiliary field devices: 12.3.5.1 Default State 12.3.5.2 Display 1 12.3.5.3 Display 2 12.3.5.4 Display 3 12.3.6 The user shall be able to repeat any state during while the auxiliary field device table is active (i.e. Display1 -> Display 2-> Display 1). 12.3.7 Changes in the auxiliary field device state shall be user programmable by the following means: The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 66 of 100 12.3.7.1 Time of day 12.3.7.2 Assignable input pins 13 DIAMOND INTERCHANGE SEQUENCE 13.1 GENERAL 13.1.1 A hardcoded phase sequence, approved by the city, will run. 13.1.2 The software shall be capable of running the following diamond sequences and shall be able to run any combination for these sequences at an intersection. The sequence will change by time of day/day of week and/or by input from diamond interchange queue detectors. 13.1.2.1 Figure 3 - Dual Lag 13.1.2.1.1 The user shall be able to select different splits for the lagging left turns. 13.1.2.1.2 The user shall be able to keep the left turn and adjacent through movement green if there is a call on only one frontage road. 13.1.2.2 Figure 4 - TTI Phasing 13.1.2.2.1 The user shall be able to select the length of the green clearance time for the frontage roads. 13.1.2.3 Figure 6 or 7 – Lead/Lag or Lag/Lead 13.1.2.3.1 The user shall be able omit any left turn phase. 13.1.2.3.2 The user shall be able to lead and lag any left turn movement. 13.1.2.3.3 The user shall be able to keep the left turn and adjacent through movement green if there is a call on only one frontage road. 13.1.3 All diamond interchange operations shall be configurable to operate in actuated, semi-actuated, or fixed time mode. 13.1.4 The software shall smoothly transition between sequences. 13.1.4.1 The software shall not appear to skip any movement. Even if a phase is not technically skipped, the controller shall not service an outside movement twice without servicing all other outside movements that have demand. 13.1.4.1.1 The outside movement may be served twice before all other movements are served if the movement is compatible with another outside movement being served. 13.1.4.2 The software shall not advance to the next movement, serve that next movement, and then back up and serve the first movement again during a sequence change. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 67 of 100 13.1.5 The software shall be capable of running the diamond sequences listed above with right turn overlaps on the frontage roads and arterial roads. 13.1.6 The software shall be capable of running the diamond sequences listed above with eight (8) active pedestrian channels. 13.1.6.1 Each frontage road crossing will be independent. 13.1.6.2 The arterial road crossing will be split into two independent crossings. 13.1.7 The software shall provide templates for the following traditional diamond operations for easy programming: 13.1.7.1 Figure 3 – dual lag 13.1.7.2 Figure 4 – TTI phasing 13.1.7.3 Figure 6 – Lead/lag 13.1.7.4 Figure 7 – Lag/lead 13.2 DIAMOND INTERCHANGE K-CLEARANCE 13.2.1 General Requirements 13.2.1.1 The feature shall allow the user to skip phases in the diamond sequence without violating a motorist’s expectation. The expected inside interval shall be provided to the motorist even if phases are skipped. 13.2.1.2 The software shall provide an internal clearance for traffic moving from one side of the interchange to the other, providing full passage through the interchange even when phases are not be served due to low volumes. 13.2.1.3 Recommending the use of the user programmable logic statement defined in the advanced programming chapter shall not meet this requirement. 13.2.1.4 The user shall be able to skip phases during coordinated operation. In no case shall this feature cause the coordinator to fail or cause a transition. 13.2.1.5 Right turn overlaps on the frontage and arterial roadway shall continue to operate normally when phases are skipped. 13.2.1.6 Left turn overlaps on the arterial roadway shall continue to operate normally when phases are skipped. 13.2.2 Figure 3 Diamond Sequence 13.2.2.1 Uncoordinated Operation 13.2.2.1.1 When changing from the arterial roadway to the frontage road, the software shall call the appropriate inside clearance phase(s).  If there are calls on both frontage roads, both inside clearance phases shall be provided.  If there is only a call on frontage road one, the inside clearance phase on the other side of the diamond shall be provided.  If there is only a call on frontage road two, the inside clearance phase on the other side of the diamond shall be provided. 13.2.2.2 Coordinated Operation The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 68 of 100 13.2.2.2.1 Arterial roadway is coordinated  When a vehicle call is received on the frontage road the software shall determine if there is enough time to provide the appropriate inside clearance and provide a minimum green for the frontage road. If there is not, the software shall skip the frontage road that cycle.  When a pedestrian call is received on the frontage road after the force off for the arterial phases the software shall determine if there is enough time to provide the appropriate inside clearance and provide the minimum pedestrian service. If there is not, the software shall skip the frontage road that cycle.  If the pedestrian call is received on the frontage road before the force off for the arterial phases the software shall serve the pedestrian phase.  The software shall serve the vehicle call, if there is time, even if the pedestrian call cannot be served that cycle. 13.2.2.3 Frontage road is coordinated 13.2.2.3.1 The software shall determine if there is enough time to serve the arterial roadway vehicle or pedestrian phase. 13.2.2.3.2 The appropriate inside clearance shall be provided even if the pedestrian phase was programmed to steel time from the subsequent phase. 13.2.3 Figure 6 or 7 Diamond Sequences 13.2.3.1 Uncoordinated Operation 13.2.3.1.1 When changing from the arterial roadway to the frontage road, the software shall call the inside clearance phase. 13.2.3.1.2 If there is a call on either frontage road the inside clearance phase, a lagging left turn for one direction, shall be provided. The first stage of the inside clearance shall clear vehicles traveling in the opposite direction of the lagging left turn. Then the first frontage road shall begin triggering the beginning of the second stage of the inside clearance. The second stage shall clear vehicles traveling in the same direction as the lagging left turn. 13.2.3.2 Coordinated Operation 13.2.3.2.1 The functionality described in the Uncoordinated Operation section shall be provided without causing a transition or coordination failure. 13.2.3.2.2 Arterial roadway is coordinated  When a vehicle call is received on the frontage road the software shall determine if there is enough time to provide the appropriate inside clearance and provide a minimum green for the frontage The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 69 of 100 road. If there is not, the software shall skip the frontage road that cycle.  When a pedestrian call is received on the frontage road after the force off for the arterial movement in the opposite direction of the lagging left turn the software shall determine if there is enough time to provide the appropriate inside clearance and provide the minimum pedestrian service. If there is not, the software shall skip the frontage road that cycle.  If the pedestrian call is received on the frontage road before the force off for the arterial movement in the opposite direction of the lagging left turn the software shall serve the pedestrian phase.  The software shall service the vehicle call, if there is time, even if the pedestrian call cannot be served that cycle. 13.2.3.2.3 Frontage road is coordinated  The software shall determine if there is enough time to serve the arterial roadway vehicle or pedestrian phase.  The appropriate inside clearance shall be provided even if the pedestrian phase was programmed to steel time from the subsequent phase. 13.2.4 Figure 4 Diamond Sequence Figure 13.2.4: Figure 4 Diamond Sequence with K-clearance K-Clearance The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 70 of 100 13.2.4.1 Uncoordinated Operation 13.2.4.1.1 When changing from Stage 1 to Stage 4 the software shall provide the K-clearance interval.  The northbound and westbound right turn overlap shall remain active during the K-clearance.  The northbound and westbound right turn overlap shall remain active for an additional amount of time equal to the duration of the Stage 3 interval. 13.2.4.1.2 When changing from Stage 1 to Stage 5 the software shall provide the K-clearance interval.  The westbound right turn overlap shall remain active during the K-clearance interval.  The westbound right turn overlap shall remain active during for an additional amount of time equal to the duration of the Stage 6 interval.  The user may choose to keep the westbound right turn overlap active during Stage 5.  The user may choose to end the westbound right turn overlap during Stage 5. 13.2.4.1.3 When changing from Stage 2 to Stage 5 the software shall provide the K-clearance interval.  Northbound green clearance, Stage 3, shall not be provided.  The northbound right turn overlap shall remain active during the K-clearance.  The northbound right turn overlap shall remain active for an additional amount of time equal to the duration of the Stage 3 interval.  The user may choose to activate the westbound right turn overlap during the K-clearance.  If the user activates the westbound right turn overlap during the K-clearance, the westbound right turn shall remain active during Stage 5. 13.2.4.1.4 When changing from Stage 2 to Stage 1 the software shall provide not provide the K-clearance interval.  Northbound green clearance, Stage 3, shall not be provided.  The northbound right turn overlap shall remain active during Stage 1. 13.2.4.1.5 When changing from Stage 4 to Stage 1 the software shall provide the K-clearance interval.  The southbound and eastbound right turn overlap shall remain active during the K-clearance. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 71 of 100  The southbound and eastbound right turn overlap shall remain active for an additional amount of time equal to the duration of the Stage 6 interval. 13.2.4.1.6 When changing from Stage 4 to Stage 2 the software shall provide the K-clearance interval.  The eastbound right turn overlap shall remain active during the K-clearance interval.  The eastbound right turn overlap shall remain active for an additional amount of time equal to the duration of the Stage 3 interval.  The user may choose to keep the eastbound right turn overlap active during Stage 2.  The user may choose to end the eastbound right turn overlap during Stage 2. 13.2.4.1.7 When changing from Stage 5 to Stage 2 the software shall provide the K-clearance interval.  Southbound green clearance, Stage 6, shall not be provided.  The southbound right turn overlap shall remain active during the K-clearance.  The southbound right turn overlap shall remain active for an additional amount of time equal to the duration of the Stage 6 interval.  The user may choose to activate the eastbound right turn overlap during the K-clearance.  If the user activates the eastbound right turn overlap during the K-clearance, the eastbound right turn shall remain active during Stage 2. 13.2.4.1.8 When changing from Stage 5 to Stage 4 the software shall provide not provide the K-clearance interval.  Southbound green clearance, Stage 6, shall not be provided.  The southbound right turn overlap shall remain active during Stage 4. 13.2.4.2 Coordinated Operation 13.2.4.2.1 The functionality described in the Uncoordinated Operation section shall be provided without causing transition or coordination failure. 13.2.4.2.2 The software shall allow the user to select the phases that may be skipped. 13.2.4.2.3 The software shall allow the user to select the coordinated phases. The green for these phases shall hold until the force off point. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 72 of 100 14 LOGS 14.1 GENERAL 14.1.1 All log entries shall be stored with a military time and date stamp. 14.1.2 All logs shall be available to the traffic management system and through the front panel of the controller. 14.1.3 Local controller will store at a minimum all events over a seven day period. 14.1.4 The log entries shall be overwritten when full. The oldest shall be overwritten first. 14.2 GENERAL CONTROLLER LOG 14.2.1 Power – software will log each time the controller power is turned on and off. 14.2.2 External Start – software will log each time the controller receives an external restart from either MMU or external input. 14.2.3 Manual control – software will log the start time and end time when the controller is operated in manual control. 14.2.4 Cabinet door – software will log the start time and end time for any occurrence of the cabinet door being open. 14.3 CONFLICT MONITOR/MMU 14.3.1 Software shall log the start and end of each recordable fault on either the conflict monitor or MMU. 14.4 FRONT PANEL LOG 14.4.1 Software shall log all data modifications made using the front panel. 14.4.2 Software shall log the user making modifications. 14.5 CONTROLLER SOFTWARE LOG 14.5.1 The software shall record all events and actions each day. 14.5.1.1 The software shall create a file containing the events and actions and provide the daily file to the central system. 14.5.1.2 Using the file, the user shall be able to replay each event and action by the software that day on a test cabinet. 14.6 DETECTOR LOG 14.6.1 The software shall support detector diagnostics that allow testing vehicle and pedestrian detectors for no activity, maximum presence, erratic output and communication failure. 14.6.1.1 Detector failure shall generate a log event. The log will identify the detector number and pin assigned to that detector in the log data. 14.6.1.2 Detector restoration shall generate a log event. The log will identify the detector number and pin assigned to that detector in the log data. 14.7 VEHICLE SPLIT LOG 14.7.1 Software shall log actual vehicle split time (in seconds) for each phase. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 73 of 100 14.7.1.1 Software shall log split times in seconds during free operation. 14.7.1.2 Software shall log split times in seconds during coordinated operation. 14.7.1.3 Software will log the sum of two services if a phase is serviced twice during one cycle. The logged event will include an identifier that signifies the time was split into two services. 14.7.1.4 Software will log only phases that are permitted in the controller. 14.7.1.4.1 A phase that is permitted in the controller but omitted during a certain plan will be displayed in the log with the word omit. 14.8 CYCLE TIME LOG 14.8.1 Software shall log cycle times in seconds during free operation. 14.8.2 Software shall log cycle times in seconds during coordinated operation. 14.9 COORDINATION LOG 14.9.1 Software shall log the following events related to coordination: 14.9.1.1 Change of pattern. 14.9.1.2 Start and end of transition. 14.9.1.3 Phases skipped during transition. 14.9.1.4 Coordination failure. 14.9.1.4.1 Vehicle phase that was skipped. 14.9.1.4.2 Pedestrian phase that was skipped. 14.10 PREEMPT LOG 14.10.1 Software shall log and time stamp the following events related to preempt: 14.10.1.1 Advance input start by direction. 14.10.1.2 Advance input end by direction. 14.10.1.3 Gate input start or gates down. 14.10.1.4 Gate input end of gates down. 14.10.1.5 Start and end time of preempt, including preempt identifier (preempt number) 14.10.1.6 Start and end time, vehicle ID number, direction, serviced provided or denied for all emergency vehicle preemption requests. 14.10.1.7 Time special inputs received. 14.11 TRANSIT PRIORITY LOG 14.11.1 Software shall log the following events related to transit priority: 14.11.1.1 Time of request for priority and priority identifier (what priority direction/identifier requested) 14.11.1.2 Time priority operation initiated. 14.11.1.3 End time of priority including cause for end (check-out, max time exceeded, preempt request override) The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 74 of 100 14.11.1.4 Time priority request is denied and reason for denial. 14.11.1.5 Time denied priority request is served. 14.12 SPECIAL EVENT LOG 14.12.1 Software shall log user defined special events. 14.12.1.1 Special events will be identified by input pin number. 14.12.1.2 Software shall log the start time and end time the input pin was active. 14.13 ADVANCED OPERATION EVENT LOG 14.13.1 Advanced Operations Status Screens 14.13.1.1 Traffic Responsive Operation 14.13.1.1.1 Current value of the traffic flow threshold 14.13.1.1.2 Active plan 14.13.1.1.3 Time plan started 14.13.1.1.4 Time plan ended 14.13.1.2 Queue Detection 14.13.1.2.1 Status of each queue detector  Mode of queue detector  Is the queue detector response active  Is the queue detector response overridden 14.13.1.2.2 Current value of the volume or occupancy for each queue detector. 14.13.1.2.3 Current value of the maximum time for each queue detector 14.13.1.2.4 Times  Time queue detector response started  Time queue detector response ended 15 USER INTERFACE 15.1 GENERAL 15.1.1 The software shall provide a user interface for data entry, status monitoring, and management of the controller unit. 15.1.1.1 All features shall be accessible and programmable using the user interface. 15.1.2 The user interface shall be accessible from the controller’s front panel or remote device. 15.1.2.1 The user interface shall be automatically formatted to fit the users display screen. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 75 of 100 15.1.3 The user interface shall ONLY display parameters that are programmed, enabled, and/or relevant to the information being displayed. Unused phases, data parameters (i.e. phases, detectors, overlaps, etc.) will not be displayed. 15.1.4 The software shall provide a menu-driven display format for data entry and status information. 15.1.5 All programming must be downloadable from a remote device or the traffic management system. 15.1.6 The software shall provide an on-screen help menu. 15.2 DATA ENTRY 15.2.1 Programming displays shall be provided in menu format to assist in data entry. All display items shall be in English language and use standard traffic engineering nomenclature acceptable to the City. 15.2.2 The main menu shall allow the user to select major controller functions with submenus displayed under each major function to assist the user in identifying all entries. 15.2.2.1 The software shall provide shortcut keys for navigating the menu structure. 15.2.2.2 The user shall be able to return to the main menu in a single keystroke. 15.2.2.3 The user shall be able to return to the previous menu with a single keystroke. 15.2.3 The table title and column headings shall remain visible during scrolling. 15.2.3.1 The column heading shall include at minimum the phase number. 15.2.4 The user shall be able to easily navigate to the desired cell for data entry. 15.2.5 All data entries shall be highlighted until saved into the controller’s database. 15.2.6 Information not accessible to users based on security levels shall be grayed out or omitted. 15.3 STATUS DISPLAY 15.3.1 The software shall be able to display the real time status of the controller operation. 15.3.2 The software shall provide a display with intersection status information including the following: 15.3.2.1 Controller Status 15.3.2.2 Ring status 15.3.2.3 Phase Status 15.3.2.4 Coordination Status 15.3.2.5 Preemption Status 15.3.2.6 Overlap Status 15.3.2.7 Detector Status 15.3.2.8 Communication Status The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 76 of 100 15.3.2.9 Cabinet Status 15.3.2.10 Alarm Status 15.3.2.11 Advanced Operation Status 15.3.3 The Controller Status display shall include the following information 15.3.3.1 Current Date and Time 15.3.3.2 Current sync status (free, coordinated, transition) 15.3.3.3 Current plan / pattern 15.3.3.4 Flash condition (controller or cabinet) 15.3.3.4.1 Yellow flash 15.3.3.4.2 All-red flash 15.3.3.5 Current time of day / day of week pattern 15.3.3.6 Current master cycle time 15.3.3.7 Current local cycle time 15.3.3.8 Current pattern cycle 15.3.3.9 Current offset time 15.3.3.10 Special Function Output 15.3.3.11 Alarm Status 15.3.4 The Ring Status display shall include the following information for each enabled ring. 15.3.4.1 Active phase(s) on the ring including vehicle state (Red, Yellow, Green, Next), pedestrian state (Walk, Flashing Don't Walk, Don't Walk), vehicle and pedestrian calls. 15.3.4.2 Minimum green timer in seconds for active phase (s) 15.3.4.3 Maximum green timer in seconds for active phase(s) 15.3.4.4 Gap or passage timer in seconds for active phase(s) 15.3.4.5 Walk timer in seconds for active pedestrian phase(s) 15.3.4.6 Flashing don’t walk timer in seconds for the active pedestrian phase(s) 15.3.4.7 Yellow clearance timer in seconds for the active phase(s) 15.3.4.8 Red clearance timer in seconds for the active phase(s) 15.3.4.9 Reason for termination of the active phases: force-off, max out, gap out. 15.3.4.9.1 The reason for termination shall remain on the display until the next time the phase turns green. 15.3.5 The Phase Status display shall include the following information for each enabled phase. 15.3.5.1 Phase On 15.3.5.2 Vehicle Call 15.3.5.3 Pedestrian Call The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 77 of 100 15.3.5.4 Vehicle Extension 15.3.5.5 Vehicle Red 15.3.5.6 Vehicle Yellow 15.3.5.7 Vehicle Green 15.3.5.8 Pedestrian Walk 15.3.5.9 Pedestrian Clearance 15.3.5.10 Pedestrian Don’t Walk 15.3.5.11 Phase Next 15.3.6 The Coordination Status display shall include the following information 15.3.6.1 Coordination Cycle 15.3.6.2 Coordination Sync 15.3.6.3 Free Status 15.3.6.4 Pattern Status 15.3.7 The Preemption Status display shall include the following information for each preempt sequence 15.3.7.1 Active/Not Active 15.3.7.2 Current State 15.3.7.1 Active State or Normal or Emergency Vehicle Preempt 15.3.7.1.1 Entry One 15.3.7.1.2 Entry Two 15.3.7.1.3 Dwell 15.3.7.2 Active State of Smooth Preemption 15.3.7.2.1 Active Line 15.3.8 The Overlap Status display shall include the following information for each enabled overlap: 15.3.8.1 Overlap Red 15.3.8.2 Overlap Yellow 15.3.8.3 Overlap Green 15.3.8.4 Overlap timers (green, yellow, red) 15.3.9 The Detector Status display shall include the following information for each enabled detector: 15.3.9.1 Active/Not Active 15.3.9.2 Vehicle Detector Alarms 15.3.9.3 Pedestrian Detector Alarms 15.3.9.4 Delay and Extension Timers 15.3.9.5 Delay and Extension inhibit 15.3.9.6 Volume The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 78 of 100 15.3.9.7 Occupancy 15.3.9.8 Failed 15.3.9.8.1 No response programmed (always off) 15.3.9.8.2 Minimum recall 15.3.9.8.3 Maximum recall (always on) 15.3.10 The Communication Status display shall include the following information: 15.3.10.1 Field to Central (i.e. system) Communication 15.3.10.1.1 Link Status 15.3.10.1.2 Send/Receive Status 15.3.10.2 Peer-to-Peer Communication 15.3.10.2.1 Peer Link Status 15.3.10.2.2 Peer Send/Receive 15.3.11 The Cabinet Status Display shall include the following information: 15.3.11.1 Cabinet Fault Status 15.3.11.2 Channel Status 15.3.11.2.1 Channel Red 15.3.11.2.2 Channel Yellow 15.3.11.2.3 Channel Green 15.3.11.3 Assignable Input Status 15.3.11.4 Assignable Output Status 15.3.12 Advanced Operations Status Screens 15.3.12.1 Traffic Responsive Operation 15.3.12.1.1 Current value of the traffic flow threshold 15.3.12.1.2 Active plan 15.3.12.1.3 Time plan started 15.3.12.1.4 Time plan ended 15.3.12.2 Variable mode of left turn operation 15.3.12.2.1 Current mode of left turn operation by left turn 15.3.12.2.2 Current value by left turn of the volume and density data  Cycle by cycle  15 minute rolling average 15.3.12.2.3 Trigger point timers by left turn  Time to be less restrictive  Time to be more restrictive  Time between mode changes  Time of last mode change by left turn 15.3.12.3 Variable lagging left turn splits The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 79 of 100 15.3.12.3.1 Current value of the calculated left turn split for each left turn 15.3.12.4 Traffic Responsive Flash 15.3.12.4.1 Current value of the 15 minute rolling average volumes scaled up to a one hour volume.  Main street volume  Minor street approach volume 1  Minor street approach volume 2 15.3.12.4.2 The value of the trigger point timers  Time to be less restrictive  Time to be more restrictive  Time between mode changes 15.3.12.4.3 Current mode of operation 15.3.12.4.4 Time of last mode change 15.3.12.5 Queue Detection 15.3.12.5.1 Status of each queue detector  Mode of queue detector  Is the queue detector response active  Is the queue detector response overridden 15.3.12.5.2 Current value of the volume or occupancy for each queue detector. 15.3.12.5.3 Current value of the maximum time for each queue detector 15.3.12.5.4 Times  Time queue detector response started  Time queue detector response ended 15.3.12.6 Cycle-by-Cycle Split Adjustments 15.3.12.6.1 Current rolling average occupancies for each phase. 15.3.12.6.2 Current splits for each phase 15.3.12.6.3 Current percentage of the cycle for each phase 15.3.12.6.4 Last change in split for each phase 15.3.12.6.5 Total change in split for each phase 15.3.12.6.6 Times  Start of adjustments  End of adjustments 15.3.12.7 Auxiliary Field Device Transition Table 15.3.12.7.1 Current Output  Default  Other Output The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 80 of 100 16 MISCELLANEOUS 16.1 SPECIAL FUNCTION/TIME OF DAY OUTPUTS 16.1.1 The controller shall provide 10 user definable special function outputs. 16.1.2 All special functions shall be capable of being activated by schedule or inputs. 16.1.3 The software shall be capable of displaying the current status (on/off) of each special function. 16.2 ALARMS 16.2.1 The software shall support a minimum of 48 pre-defined and/or user defined alarms. 16.2.2 All alarms shall be logged. 16.2.3 The user shall be able to configure each alarm to generate a message that will be transmitted to the Central Supervisory System. 16.2.4 The user shall be able to trigger any physical input as an alarm. 16.2.5 All Alarms shall be classified as one of the following types. 16.2.5.1 Critical 16.2.5.2 Non Critical 16.2.5.3 Detector Fault 16.2.5.4 Coordination 16.2.5.5 Communication 16.2.5.6 Preempt 16.2.6 Critical Alarms shall include, at a minimum, the following: 16.2.6.1 Power Failure (Intersection is Dark) 16.2.6.2 Stop Time 16.2.6.3 Local Flash 16.2.6.4 MMU flash 16.2.6.5 Configuration Failure 16.2.6.6 Cycle Fail 16.2.6.7 Clock Failure 16.2.6.8 Hardware Failure 16.2.7 Non Critical Alarms shall include, at a minimum, the following: 16.2.7.1 External Start 16.2.7.2 Battery Back-up is active 16.2.7.3 Cabinet Door Open 16.2.7.4 Maximum Temperature Exceeded 16.2.7.5 Fan off 16.2.7.6 Cabinet Light Out The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 81 of 100 16.2.7.7 Local Override 16.2.8 Coordination alarms shall include, at a minimum, the following: 16.2.8.1 Coordination active 16.2.8.2 Offset transitioning 16.2.8.3 Local free 16.2.8.4 Coordination alarm 16.2.8.5 Coordination fault 16.2.8.6 Cycle fault 16.2.9 Communication alarms shall include, at a minimum, the following: 16.2.9.1 System communication fail 16.2.9.2 Peer to peer fail 16.2.10 Preempt alarms shall include, at a minimum, the following: 16.2.10.1 Railroad preempt 16.2.10.2 Emergency vehicle preempt 16.2.11 Priority alarms shall include, at a minimum, the following: 16.2.11.1 Full priority 16.2.11.2 Partial priority 16.2.11.3 Bus priority 16.3 DIAGNOSTICS 16.3.1 The software shall provide the following diagnostics: 16.3.1.1 Cabinet 16.3.1.2 Configuration 16.3.1.3 Detector 16.3.1.3.1 Defined in Section 3 16.3.1.4 Cycle 16.3.1.4.1 Yellow Clearance less than 3.0 16.3.1.5 Coordination 16.3.1.5.1 Splits not equal to cycle lengths 16.3.1.5.2 Errors in shortway transition 16.3.1.5.3 Split times less than pedestrian crossing time 16.4 TIMING SHEETS 16.4.1 The software shall provide the following types of timing sheets 16.4.1.1 Full timing sheets 16.4.1.1.1 The full timing sheets shall include all database parameters 16.4.1.2 Working timing sheets The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 82 of 100 16.4.1.2.1 Working timing sheets shall include only active or used parameters  A template shall be created for a typical intersection with special left turn displays.  A template shall be created for a typical diamond intersection for the Figures 3, 4, 6, and 7. 16.4.1.2.2 Working timing sheets shall be a maximum of six (6) pages (8 ½ inches x 11 inches)  The font shall be at least aerial narrow font size 8. 16.4.1.2.3 The working time sheet shall be printable in legal size paper. The legal size timesheet shall have additional room in the field for noting changes. 16.4.1.2.4 The City will approve the timesheet design for each template. 16.4.2 The user shall be able to upload the timing sheets to the central system or remote device. 17 DESIRABLE FEATURES 17.1 VEHICLE DETECTOR CONFIGURATION DESIRABLE FEATURES 17.1.1 Variable Lagging Left Turn Splits 17.1.1.1 Add Time Detectors 17.1.1.2 Subtract Time Detectors 17.1.2 Cycle-by-Cycle Split Adjustments 17.1.2.1 Detectors will provide occupancy data for the Cycle-by-Cycle Split Adjustments. 17.2 VEHICLE DETECTOR TIMING DESIRABLE FEATURE 17.2.1 Variable lagging left turn split add or subtract time. 17.3 SMOOTH PREEMPT CONFIGURATION Smooth preemption is a user defined table with several intervals. The user shall be able to define the duration of each interval. While the table is active, the software shall operate the traffic signal in free mode within the constraints defined by the user. On each line, the user shall define the permitted vehicle and pedestrian phases, phases that will hold green, phases that must terminate immediately, phases that must terminate after the minimums are satisfied, vehicle and pedestrian phases with calls, phases with soft recalls, and special outputs that are active. If the line is not a holding line, software shall advance to the next interval once the current interval timer has expired. The software shall still respond to inputs from the pedestrian push buttons and vehicle detection system if they are within the constraints defined by the user for that line. The smooth preemption table shall be able to hold at two intervals: the first will hold on the Entry interval until the gates active input is received and the second will hold on the Dwell interval until the gates not active is received. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 83 of 100 17.3.1 Any of the 12 unique preempt sequences shall be configurable as a smooth preempt type. 17.3.2 The software shall allow the user to program at least 15 intervals in the smooth preemption sequence. 17.3.3 The smooth preemption mode shall allow the preemption sequence to omit the clearance phase under the following conditions: 17.3.3.1 Detectors are installed, functional and capable of detection vehicles on or approaching the railroad. 17.3.3.1.1 If a detector that detects vehicles past the presignal or on the railroad tracks fails, track clearance will always be provided. The input for the failed input will be always on if the detector fail mode is maximum recall. 17.3.3.1.2 The user will select which detector inputs are required to detect motorists on the track. 17.3.3.1.3 Vehicles are detected on the railroad tracks or between the railroad tracks and the intersection. 17.3.4 The software shall hold in the dwell phases during track clearance. The software shall provide track clearance if either of the following conditions are true: 17.3.4.1 A vehicle is detected between the stop bar at the railroad tracks and the intersection 17.3.4.2 A detector monitoring the area from the stop bar to the intersection has failed. 17.3.5 The Entry line in the smooth preemption table will allow the use to hold in the Dwell phases. The Dwell phases shall immediately end if a vehicle is detected. Then the Entry phases shall begin. 17.3.5.1 If track clearance is requested, the software shall hold the track clearance phases green as long as vehicles are detected or the gate activation input is received. 17.3.6 The user will be able to define: 17.3.6.1 Time This is the amount of time in seconds each interval in the smooth preemption sequence will last. 17.3.6.2 Pedestrian Call One call will be placed for the phases entered. 17.3.6.3 Holding Phases Once any phases entered as a holding phase become active it shall remain green. A hold is a continuous extension. 17.3.6.3.1 The maximum green shall not end a holding phase. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 84 of 100 17.3.6.3.2 The phase shall remain green until the software advances to a line in the preemption table that does not have the phase listed as a holding phase. 17.3.6.4 Advance These phases if active will immediately end. 17.3.6.4.1 Any active vehicle phase will end immediately. Minimum green programming is ignored. 17.3.6.4.2 Any active pedestrian phase will end immediately. The pedestrian phase will be truncated. 17.3.6.5 Force Off These phases if active will end as soon as all minimums are met. A pedestrian phase will be truncated. 17.3.6.5.1 Any active vehicle phase will end after the minimum green is provided. 17.3.6.5.2 Any active pedestrian phase will end after the vehicle phase minimum green is provided. 17.3.6.6 Call These phases will have a constant minimum recall. 17.3.6.6.1 Other phases permitted on that line in the smooth preemption table shall be able to receive calls from the detectors. 17.3.6.7 Soft Recall These phases shall have a call only if no other permitted phases on that line in the smooth preemption table have a call. 17.3.6.8 Permit These phases shall be able to turn green if there is a call for the phase. 17.3.6.8.1 Phase entered in the special event table shall be allowed to turn green even if they are omitted elsewhere in the software. 17.3.6.8.2 These phases cannot accept extensions. 17.3.6.9 Omit Vehicle Overlap These overlaps shall begin clearing immediately once the interval is active. If the overlap is already red, it shall remain red. 17.3.6.10 Omit Pedestrian Phase or Pedestrian Overlap These pedestrian phases and overlap shall not be allowed to begin. 17.3.6.10.1 Any call for these pedestrian phases and overlaps will latch and a call will be placed for the pedestrian movements once the omits are lifted. 17.3.6.11 Special Output The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 85 of 100 These outputs shall be used to activate auxiliary devices. 17.3.6.11.1 The special output shall remain on as the software advances to the next interval if that special output is entered in the next interval. 17.3.7 The permitted window for a phase in the coordinated timing plan will not cause a phase to end while smooth preemption is active. 17.3.8 The user shall be able to select the inputs that will cause the software to hold in a certain preemption state. There shall be two holding lines: the Entry phase line will hold during the advance railroad inputs and the Dwell phase line will hold during the gates down input. 17.3.8.1 The first preemption input shall activate the preemption sequence. The software shall advance through the preemption intervals to the first holding line and remain on that line until the first input turns off. 17.3.8.1.1 The first hold will be the entry phases. 17.3.8.1.2 The time entered for the Entry line shall not count until the hold input turns off and the software wants to advance. 17.3.8.1.3 The software shall continue to hold on the line regardless of the state of the second input. 17.3.8.2 Once the first input turns off and the second input is active the software shall advance to the next line in the table. If the railroad does not turn off the first signal when the second signal turns on, the software shall provide the logic functions to turn off the first input. 17.3.8.2.1 The second hold will be the dwell interval. 17.3.8.2.2 The time entered for the hold shall not count until the holding input turns off and the software wants to advance. 17.3.8.2.3 The software shall continue to hold on the second holding line until the second input turns off. 17.3.9 Preemption shall override all priorities. 17.3.10 High priority preempts shall override low priority preempts. 17.3.10.1 A request for a high priority preemption event shall immediately cancel any active low priority preemption event and begin the high priority event. 17.3.11 Low priority preempts shall be ignored until the high priority preempt terminates. 17.3.11.1 The low priority event shall begin running in the background. Once the inputs for high priority event terminates, the high priority event immediately end and the low priority event shall output its current state. 17.3.11.2 Any part of the high priority event that occurs after the high priority event input terminates shall be cancelled. The software shall immediately output the low priority event The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 86 of 100 17.3.12 Equal priority preempts shall be served on a first called, first served basis. 17.3.12.1 The second preemption sequence shall begin running in the background. Once the inputs for first preemption sequence turn off the first sequence shall immediately end and second preemption sequence shall output its current state. 17.3.12.2 Any part of the first preemption sequence that occurs after the first preemption input turns off will be cancelled. The software shall immediately output the second preemption sequence. 17.4 TRAFFIC ADAPTIVE OPERATION If the Proposer has an adaptive solution the City desires a presentation of the functionality and a bid. The controller software shall not be responsible for traffic adaptive decisions. An independent traffic adaptive computer will be installed at each intersection in the group. The traffic adaptive computer will process detector data, communicate with other traffic adaptive computers in the group of intersections, and provide outputs to the controller. The controller shall, using standard controller software features, respond to inputs sent from the traffic adaptive computer. These inputs shall be understood by the controller without any modification to the controller software. 17.4.1 A traffic adaptive system shall provide inputs to the controller software and those inputs shall be understood by the controller software without any modifications to the controller software. 17.4.2 The controller software shall operate in free mode while the intersection is operating in adaptive mode. The traffic adaptive computer shall provide inputs for the controller software. 17.4.2.1 The controller software shall allow the user to assign an input to free mode operation. The controller software shall operate the intersection in free mode when the input is active. 17.4.3 The user shall define sub groups of intersections within the group. Any traffic adaptive computer or peer-to-peer communication failure shall cause the traffic adaptive computer to cancel free mode. The controller software shall revert back to normal operation based on the time of day/day of the week schedule. 17.4.3.1 If the controller software loses peer-to-peer communication with another controller in the subgroup, it will exit free mode. 17.4.3.2 The controller software shall command other intersections in the subgroup to exit free mode. 17.5 VARIABLE MODE OF LEFT TURN OPERATION The controller software will vary the mode of left turn operation based on the current traffic volumes and/or detector occupancy. The user will define the mode of left turn operation the controller software can select. The user will enable this feature for each left turn by the time of day/day of week. 17.5.1 The software shall provide this operation for at least four (4) left turns. 17.5.2 The software shall allow the user to select the times of day/days of week that this feature is active for each left turn. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 87 of 100 17.5.3 The user shall select the modes of operation the controller software may choose for each left turn. 17.5.3.1 Protected only 17.5.3.2 Permitted/protected 17.5.3.3 Permitted only 17.5.4 Changes in the mode of left turn operation shall occur when all of the phases associated with a left turn are red. 17.5.5 The software shall process the following data from the detection system for each left turn. 17.5.5.1 The left turn volume 17.5.5.2 Opposing through volume. 17.5.5.3 Opposing left turn volume. 17.5.5.4 Opposing left turn detector occupancy 17.5.5.4.1 The detector occupancy shall be the measured during the protected and permitted green for the oncoming left turn. 17.5.6 The software shall be capable of receiving global changes to the trigger points from the central system. The user will make a change in one master table for a group of intersections through the central system software and download that change to the entire group. 17.5.7 The controller software shall calculate the product of the left turn volume and the oncoming through volume. The software shall allow the user to define trigger points that will be the boundary between the modes of left turn operation. 17.5.8 The controller software shall measure the oncoming left turn volume and occupancy. The software will allow the user to define trigger points that will be the boundary between the modes of left turn operation. 17.5.9 Trigger Points These are the boundaries between the modes of left turn operation. If the data crosses the boundary, the software will want to change the mode of left turn operation. 17.5.9.1 Trigger points for the product of the oncoming through and left turn volumes. 17.5.9.1.1 The user shall be able to enter two volume trigger points between 10,000 and 200,000. 17.5.9.1.2 One trigger point will be the boundary between protected only and protected/permitted 17.5.9.1.3 One trigger point will be the boundary between protected/permitted and permitted only. 17.5.9.2 Trigger points for the oncoming left turn volumes and occupancy 17.5.9.2.1 The user shall be able to define two volume trigger points between 0 and 1000. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 88 of 100  One trigger point will be the boundary between protected only and protected/permitted.  One trigger point will be the boundary between protected/permitted and permitted only. 17.5.9.2.2 The user shall be able to define two occupancy trigger points between 0 and 100 percent.  One trigger point will be the boundary between protected only and protected/permitted.  One trigger point will be the boundary between protected/permitted and permitted only. 17.5.9.3 The software shall provide two ways to aggregate data and compare it to the trigger points. 17.5.9.3.1 Cycle by cycle: the data shall cross a trigger point boundary each cycle for at least the minimum amount of time before the software will want to change the mode of left turn operation. 17.5.9.3.2 15 minute rolling average: the 15 minute rolling average of the data shall cross a trigger point boundary for at least the minimum amount of time before the software will want to change the mode of left turn operation. 17.5.9.4 Trigger point timer The data shall meet a trigger point for a user defined amount of time before the software will change the mode of left turn operation. A mode of left turn operation shall be active for a user defined minimum amount of time before the software will change the mode of operation. 17.5.9.4.1 Minimum Time to Be Less Restrictive This is the amount of time in minutes that the data shall be less than the trigger point before the software can change the mode of left turn to a mode that is less restrictive.  There shall be a timer for each calculation for each left turn. 17.5.9.4.2 Minimum Time to Be More Restrictive This is the amount of time in minutes that the data shall be more than the trigger point before the software can change the mode of left turn to a mode that is more restrictive.  There shall be a timer for each calculation for each left turn. 17.5.9.4.3 Minimum Time between Mode Changes This is the amount of time in minutes between changes in the mode of left turn operation.  The software shall not change the mode of left turn operation until the minimum time between mode changes has elapsed.  The timers for the minimum time to be less restrictive and the minimum time between mode changes shall time concurrently. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 89 of 100  The timers for the minimum time to be more restrictive and the minimum time between mode changes shall time concurrently.  If the variable mode of left turn feature is disabled by manual override or the time of day/day of week schedule the minimum time between mode changes timer shall not apply. 17.5.10 The user shall be able to activate the oncoming through and oncoming left turn calculations at the same time. When both are active, the software shall determine the desired mode of left turn operation for each calculation. 17.5.10.1 If the calculations select different modes of left turn operation, the software shall allow the user to select the more or less restrictive mode of left turn operation. 17.5.11 If a detector fails, the mode of left turn operation will turn off for the effected left turn. 17.5.11.1 The left turn shall return to the mode of operation programmed in the time of day/day of week schedule. 17.5.11.2 An alarm will be generated that includes: 17.5.11.2.1 The left turn effected 17.5.11.2.2 The mode of operation for that left turn 17.5.11.2.3 A timestamp 17.5.12 Events shall be logged and time stamped for each left turn. 17.5.12.1 When the feature turns on 17.5.12.2 When the feature turns off 17.5.12.3 Any changes in the mode of left turn operation 17.5.12.4 The raw data for each cycle used in the calculation 17.5.12.5 The calculations for each cycle 17.5.13 Configuration parameters for variable mode of left turn operation 17.5.13.1 Enable 17.5.13.1.1 By left turn 17.5.13.1.2 For all left turns 17.5.13.1.3 Selected based on time of day/day of week schedule 17.5.13.2 Enable oncoming through calculation 17.5.13.2.1 By left turn 17.5.13.2.2 For all left turns 17.5.13.2.3 Selected based on time of day/day of week schedule 17.5.13.3 Enable oncoming left turn calculation 17.5.13.3.1 By left turn 17.5.13.3.2 For all left turns 17.5.13.3.3 Selected based on time of day/day of week schedule The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 90 of 100 17.5.13.3.4 Select volume 17.5.13.3.5 Select occupancy 17.5.13.4 Data aggregation 17.5.13.4.1 Per cycle 17.5.13.4.2 Rolling average 17.5.13.4.3 Number of minutes included in the rolling average 17.5.13.5 Minimum time to become more restrictive 17.5.13.5.1 For each left turn 17.5.13.5.2 For all left turns 17.5.13.6 Minimum time to become less restrictive 17.5.13.6.1 For each left turn 17.5.13.6.2 For all left turns 17.5.13.7 Minimum time between changes in left turn operation 17.5.13.7.1 For each left turn 17.5.13.7.2 For all left turns 17.5.13.8 Mode of left turn operation when both calculations are active 17.5.13.8.1 More restrictive mode 17.5.13.8.2 Less restrictive mode 17.5.13.9 Permitted modes of left turn operation. 17.5.13.9.1 By left turn 17.5.13.9.2 For all left turns 17.5.13.9.3 Selected based on time of day/day of week schedule 17.5.13.9.4 Modes of left turn operation  Protected only  Protected/Permitted  Permitted only 17.5.13.10 Oncoming through trigger points 17.5.13.10.1 By left turn 17.5.13.10.2 For all left turns 17.5.13.10.3 Trigger point between protected only and protected/permitted 17.5.13.10.4 Trigger point between protected/permitted and permitted only 17.5.13.11 Oncoming left turn calculation 17.5.13.11.1 By left turn 17.5.13.11.2 For all left turns The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 91 of 100 17.5.13.11.3 Volume trigger point between protected only and protected/permitted 17.5.13.11.4 Occupancy trigger point between protected only and protected/permitted 17.5.13.11.5 Volume trigger point between protected/permitted and permitted only 17.5.13.11.6 Occupancy trigger point between protected/permitted and permitted only 17.6 VARIABLE LAGGING LEFT TURN SPLITS The controller will vary the split for a lagging left turn when the software is operating in coordinated mode. The split will be determined based on the traffic in the left turn lane that cycle. The beginning of the lagging left turn phase will be moved later and the time not used by the lagging left turn will be added to the split for the oncoming through movement. 17.6.1 The end of the left turn shall not be adjusted by this advanced operation. 17.6.1.1 Other advanced operation features may adjust the end of the lagging left turn. 17.6.2 The software shall provide at least a minimum split if there is a call for the lagging left turn phase. 17.6.3 The software will delay the beginning of the lagging left turn. 17.6.3.1 The software shall delay the beginning of the lagging left turn based on the number of vehicles in the left turn lane that cycle. 17.6.3.2 The amount of time not needed for the lagging left turn split shall be added to the green interval for the opposing through movement. 17.6.3.3 Calculating the left turn split. 17.6.3.3.1 Each vehicle entering the left turn lane will pass through a detection point.  Each detection will add a user defined amount of time to the left turn split up to the maximum split for the active plan.  The software shall allow the user to define these detectors for each left turn.  Time shall be added to the left turn split regardless of the active phases. 17.6.3.3.2 Each vehicle exiting the left turn lane will pass through a detection point.  Each detection will subtract a user defined amount of time from the left turn split to the active minimum green time.  The software shall allow the user to define these detectors for each left turn.  Time shall be subtracted from the left turn split regardless of the active phases. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 92 of 100  The software shall not subtract time from the left turn split for a user defined amount of time in seconds after the beginning of the left turn phase green. 17.6.3.3.3 The software will reset the calculated left turn split to zero (0) at the beginning of green for the left turn.  The calculated left turn split shall not be less than zero (0) seconds.  If the left turn is served more than once per cycle, the calculated left turn split shall be reset at the beginning of each green for the left turn. 17.6.4 The software shall provide this operation for at least four (4) left turn movements. 17.6.5 If the left turn is not lagging, the feature shall have no effect. 17.6.6 In the event of a detector failure the programmed split will be provided. 17.6.7 In the event of a detector failure, an alarm with a timestamp will be generated that includes. 17.6.7.1 The left turn effected 17.6.8 Configuration Parameters 17.6.8.1 Enable 17.6.8.1.1 By left turn 17.6.8.1.2 For all left turns 17.6.8.1.3 Selected based on time of day/day of week schedule 17.6.8.2 Added and Subtracted Time This is the time in tenths of seconds added to or subtracted from the calculated left turn split for each vehicle. 17.6.8.3 Detectors that add time 17.6.8.3.1 If the detection is associated with more than one phase, the time will be added to the lagging left turn phase. Other phases will not be effected. 17.6.8.4 Detectors that subtract time 17.6.8.4.1 If the detection is associated with more than one phase, the time will be subtracted from the lagging left turn phase. Other phases will not be effected. 17.6.8.5 Disable Subtraction Detectors This is the amount of time in seconds after the lagging left turn phase turns green that time will not be subtracted from the left turn split for vehicles passing through the subtraction detection points. 17.6.8.5.1 The user shall be able to define this amount of time for each left turn. 17.7 TRAFFIC RESPONSIVE FLASH OPERATION The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 93 of 100 17.7.1 The software will select normal operation, yellow flash, or all-red flash based on current traffic volumes. 17.7.2 The user shall select the time of day/days of week the software may choose the mode of operation. 17.7.3 The software will allow the user to select trigger points for the volumes. A trigger point is the boundary between the modes of traffic signal operation. If the data crosses the boundary, the software will want to change the mode traffic signal operation. 17.7.3.1 Three (3) sets of trigger points will be provided. One set for each of the three (3) volume signal warrants defined the current edition of the Manual on Uniform Traffic Control Devices. 17.7.3.1.1 The software will allow the user to select the signal warrant that will be used to determine the mode of traffic signal operation. 17.7.3.2 The software shall allow the user to define a K value to scale the traffic volume data collected by the data collection system. 17.7.3.2.1 Two K values shall be provided.  One for the major street volume.  One for the minor street volumes.  The K values shall range from at least 10 percent to 200 percent.  The user shall be able to vary the K values by Time of Day/ Day of Week. 17.7.3.3 The software shall allow the user to select one (1) to 60 minute rolling average volume that shall be scaled up to one hour volume to determine if the signal warrant is met. 17.7.3.3.1 If a signal warrant is met, the software will want to change to normal operation. 17.7.3.3.2 If a signal warrant is not met, the software will want to change to yellow-red or all-red flash operation. 17.7.3.4 Minimum Time before Changing To Normal Operation This is the amount of time in minutes that the data shall be more than the trigger point before the software shall change to normal operation. 17.7.3.5 Minimum Time before Changing To Flash Operation This is the amount of time in minutes that the data shall be less than the trigger point before the software shall change to flash operation. 17.7.3.6 Minimum Time between Changes This is the amount of time in minutes between changes in the mode of traffic light operation. The timers for minimum time before changing to normal operation and minimum time before changing to flash operation shall time concurrently. The software shall not change the mode of traffic light operation until the minimum time between mode changes has elapsed. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 94 of 100 17.7.4 If a detector fails, the software will change operation based on the time of day/day of week schedule. 17.7.4.1 The minimum time between changes must be satisfied. 17.7.5 In the event of a detector failure, an alarm with a timestamp will be generated. 17.7.5.1 The new mode of operation, which is based on the Time of Day/Day of Week schedule shall be included. 17.7.6 Changes in the mode of traffic light operation shall be logged. 17.7.6.1 The mode of traffic light operation 17.7.6.2 The volumes for the main street 17.7.6.3 The volumes for each minor street approach 17.7.6.4 Timestamp 17.7.7 Configuration parameters for the variable mode of traffic light operation. 17.7.7.1 Enable 17.7.7.1.1 Selected based on time of day/day of week schedule 17.7.7.2 The number of lanes on the major street 17.7.7.2.1 One (1) lane 17.7.7.2.2 Two (2) or more lanes 17.7.7.3 The number of lanes on minor street approach one 17.7.7.3.1 One (1) lane 17.7.7.3.2 Two (2) or more lanes 17.7.7.4 The number of lanes on minor street approach two 17.7.7.4.1 One (1) lane 17.7.7.4.2 Two (2) or more lanes 17.7.7.5 K value for the major street 17.7.7.6 K value for the minor street 17.7.7.7 Active Signal Warrant 17.7.7.7.1 Warrant 1, Eight-Hour Vehicular Volume 17.7.7.7.2 Warrant 2, Four-Hour Vehicular Volume 17.7.7.7.3 Warrant 3, Peak Hour 17.8 CYCLE-BY-CYCLE SPLIT ADJUSTMENTS While running coordination, the software will adjust the splits for all of the phases to balance the delay at the intersection. In no case shall the feature cause the coordinator to fail. 17.8.1 The software shall adjust the green time for every active phase based on data collected by the detection system. 17.8.1.1 The software shall collect the detector occupancy while the phase is green. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 95 of 100 17.8.1.2 If there are multiple detectors for a movement the occupancies will be averaged. 17.8.1.3 A rolling average of the occupancy data will be used to determine the cycle-by-cycle split adjustments. 17.8.1.3.1 The software shall allow the user to select the amount of time in minutes from at least one (1) to 30. 17.8.2 Cycle-by-cycle split adjustments shall be enabled by: 17.8.2.1 Time of day/day of week schedule 17.8.2.2 Manual command 17.8.3 The minimum occupancy, defined by the user, shall be exceeded by at least the rolling average occupancy for one phase before the cycle-by-cycle split adjustments feature will activate. 17.8.4 When a new plan is called, the software shall proportionally apply the current adjustments to the new plan. 17.8.5 If there are multiple detectors for a phase, the occupancy shall be averaged 17.8.6 The software shall continue to run the active coordination plan while this feature is active. 17.8.6.1 If time is added to the split for the coordinated movement, half of the adjustment shall be added to the active offset. 17.8.6.2 If time is subtracted from the split for the coordinated movement, half of the adjustment shall be subtracted from the offset. 17.8.7 Configuration parameters for Cycle-by-Cycle Split Adjustments 17.8.7.1 Enable 17.8.7.2 Detectors 17.8.7.2.1 Phase associated with that detector. 17.8.7.3 Number of cycles included in the rolling average. 17.8.7.4 Maximum Green Shift per Cycle This is the maximum amount of green that shall be added or subtracted during an adjustment. 17.8.7.4.1 For each phase 17.8.7.4.2 Percentage of the cycle 17.8.7.4.3 Amount of time in seconds 17.8.7.5 Maximum Total Green Add 17.8.7.5.1 For each phase 17.8.7.5.2 Percentage of the cycle 17.8.7.5.3 Amount of time in seconds 17.8.7.6 Maximum Total Green Reduction 17.8.7.6.1 For each phase The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 96 of 100 17.8.7.6.2 Percentage of the cycle 17.8.7.6.3 Amount of time in seconds 17.8.7.7 Minimum occupancy to activate cycle-by-cycle split adjustments 17.8.7.7.1 This feature shall turn off once the rolling average occupancies for all phases are below the minimum occupancy. 17.8.8 The software shall log and timestamp 17.8.8.1 The rolling average of the occupancy for each phase 17.8.8.2 The splits that were calculated by the software each cycle. 17.8.9 In the event of detector failure an alarm with a timestamp shall be generated and include 17.8.9.1 The detector that failed 17.9 AUXILIARY FIELD DEVICE TRANSITION TABLE These tables will be used to change the state of auxiliary field devices. For example if a lane control sign needs to change from left only to through only, the user will program a time of day output to activate the auxiliary field device output transition table. The first line of the table will output left only to the lane control sign. The second line of the table will output left/through to the lane control sign. The third line of the table will output through only to the lane control sign. The third line will also be the holding line so the through only will be displayed as long as that time of day output is active. When the time of day output turns off, the software shall move to the fourth line and output a left/through to the lane control sign. Finally the fifth line of the table will output left only. Then software will exit the table. 17.9.1 The software shall provide at least four (4) transition sequence tables for auxiliary field devices. 17.9.2 The time of day outputs shall be linked to the assignable outputs table in the logic functions. 17.9.3 The software shall be capable of using the time of day outputs to activate or change the state of field equipment. 17.9.4 When the output turns off the software shall finish running the transition table. 17.9.5 The software shall be capable of outputting a default state to the auxiliary field device when the transition table is not active. 17.9.6 Configuration parameters 17.9.6.1 Enable 17.9.6.2 Time This is the amount of time in minutes that the line in the transition sequence table shall remain active. 17.9.6.3 Output This is the state of the auxiliary field device while this line in the transition sequence table is active. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 97 of 100 17.9.6.3.1 The user shall be able to enter the state of the auxiliary device in the table. The software shall output that state when that line in the table is active. 17.9.6.4 Default Output This is the state of the auxiliary device when the transition table is not active. 17.9.6.5 Holding Line The table will hold on this line as long as the time of day output is on that activated the table. 17.10 LOGS FOR DESIRABLE FEATURES 17.10.1 Variable mode of left turn operation 17.10.1.1 Current mode of left turn operation by left turn 17.10.1.2 Current value by left turn of the volume and density data 17.10.1.2.1 Cycle by cycle 17.10.1.2.2 Rolling average 17.10.1.3 The value of the trigger point timers by left turn 17.10.1.3.1 Time to be less restrictive 17.10.1.3.2 Time to be more restrictive 17.10.1.3.3 Time between mode changes 17.10.1.3.4 Time of last mode change by left turn 17.10.1.4 Variable lagging left turn splits 17.10.1.4.1 Current value of the calculated left turn split for each left turn 17.10.2 Traffic Responsive Flash 17.10.2.1 Current value of the 15 minute rolling average volumes scaled up to a one hour volume. 17.10.2.1.1 Main street volume 17.10.2.1.2 Minor street approach volume 1 17.10.2.1.3 Minor street approach volume 2 17.10.2.2 Trigger point timers 17.10.2.2.1 Time to be less restrictive 17.10.2.2.2 Time to be more restrictive 17.10.2.2.3 Time between mode changes 17.10.2.3 Current mode of operation 17.10.2.4 Time of last mode change 17.10.3 Cycle-by-Cycle Split Adjustments 17.10.3.1 Current rolling average occupancies for each phase. 17.10.3.2 Current splits for each phase The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 98 of 100 17.10.3.3 Current percentage of the cycle for each phase 17.10.3.4 Last change in split for each phase 17.10.3.5 Total change in split for each phase 17.10.3.6 Times 17.10.3.6.1 Start of adjustments 17.10.3.6.2 End of adjustments 17.10.4 Auxiliary Field Device Transition Table 17.10.4.1 Current Output 17.10.4.1.1 Default 17.10.4.1.2 Other Output 17.11 INTERSECTION TO VEHICLE INFORMATION The software shall be capable of providing static and real time information directly to vehicles and to the central system. The vendor shall assist the City in anticipating the information that will be required. The Proposer shall coordinate with On Time Systems (Green Driver) and other emerging Intersection to Vehicle standards so the software provides the needed static and real-time data in the correct format. 17.11.1 Static Information This information shall be automatically updated when changes are made in the field or the central system database. 17.11.1.1 Is there a right turn signal per direction 17.11.1.2 Are right turns on red permitted per direction 17.11.1.3 Are left turns on red permitted per direction 17.11.1.4 Permitted phases 17.11.1.5 This information shall be provided per permitted phase 17.11.1.5.1 Direction associated with each phase  The user shall choose from the eight (8) cardinal and intermediate directions. 17.11.1.5.2 Movement associated with each phase 17.11.1.5.3 U-turn, left, through, or right 17.11.1.5.4 Minimum recall 17.11.1.5.5 Maximum recall 17.11.1.5.6 Pedestrian recall 17.11.1.5.7 Walk rest 17.11.1.5.8 Dual entry 17.11.1.5.9 Coordinated phases 17.11.1.5.10 Red lock The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 99 of 100 17.11.1.5.11 Yellow lock 17.11.1.5.12 Red rest 17.11.1.5.13 Exclusive 17.11.1.5.14 Mode of left turn operation 17.11.1.5.15 Permitted only 17.11.1.5.16 Protected/permitted 17.11.1.5.17 Protected only 17.11.1.5.18 Yellow flash 17.11.1.5.19 Red flash 17.11.1.5.20 Pedestrian walk time 17.11.1.5.21 Pedestrian walk time 2 17.11.1.5.22 Pedestrian clearance 17.11.1.5.23 Pedestrian clearance 2 17.11.1.5.24 Minimum green 17.11.1.5.25 Minimum green 2 17.11.1.5.26 Vehicle Extension 17.11.1.5.27 Maximum green 17.11.1.5.28 Maximum green 2 17.11.1.5.29 Maximum green 3 17.11.1.5.30 Maximum initial 17.11.1.5.31 Time before reduce 17.11.1.5.32 Time to reduce 17.11.1.5.33 Reduce by 17.11.1.5.34 Maximum gap 17.11.1.5.35 Minimum gap 17.11.1.5.36 Yellow clearance 17.11.1.5.37 All-red clearance 17.11.1.5.38 Plan number 17.11.1.5.39 Force Offs 17.11.1.5.40 Splits 17.11.1.5.41 Lagging phases 17.11.2 Real-Time Information The controller shall be capable of providing the current state of the parameters listed in this section to a vehicle or the central system every second. 17.11.2.1 Time stamp 17.11.2.2 Local cycle timer (top-of-cycle) The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page 100 of 100 17.11.2.3 Current split per phase 17.11.2.3.1 Account for variable lagging left turn splits 17.11.2.3.2 Account for cycle-by-cycle split adjustments 17.11.2.4 Current mode of left turn operation by phase 17.11.2.4.1 Permitted only 17.11.2.4.2 Protected/permitted 17.11.2.4.3 Protected only 17.11.2.5 Current mode of signal operation 17.11.2.5.1 Normal 17.11.2.5.2 Yellow flash 17.11.2.6 Green phases 17.11.2.6.1 Amount of time in seconds phase will remain green 17.11.2.7 Yellow phases 17.11.2.8 Red phases 17.11.2.8.1 Amount of time in seconds phase will remain red 17.11.2.9 Vehicle calls 17.11.2.10 Active pedestrian phases 17.11.2.11 Pedestrian calls 17.11.2.11.1 If walk 1 or walk 2 will be provided 17.11.2.11.2 If pedestrian clearance 1 or pedestrian clearance 2 will be provided 17.11.2.12 Current state of the overlaps – on/off 17.11.2.13 Active timing plan 17.11.2.14 Communication status (On-line status) 17.11.2.15 Operation status 17.11.2.15.1 Normal 17.11.2.15.2 Free 17.11.2.15.3 Preempt 17.11.2.15.4 Transition 17.11.2.15.5 All-red flash 17.11.2.15.6 Yellow flash The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page A-1 ATTACHMENT 1 APPENDIX A National Transportation Communication for ITS Protocol (NTCIP) Compliance 1 GENERAL The local controller software shall comply with all applicable NTCIP standards documents. Compliance shall be to the currently approved or recommended version(s) of the relevant NTCIP standards on the date of the initial acceptance of the software by the Cities. It is the responsibility of the Offerors to demonstrate to the City’s satisfaction that their proposed controller software is in full compliance with the provisions of this Appendix. The controller must be able to implement all NTCIP messages called for in this Specification without any additional vendor-specific proprietary statements. 1.1 DOCUMENTATION The software shall be supplied with full documentation. Documentation shall include electronic and hard copy. The electronic copy shall be provided on a CD-ROM. The documentation shall include all NTCIP standard MIBs and extensions, developer-specific MIBs, and all SNMP/STMP data elements. All MIBs shall be provided in American Standard Code for Information Exchange (ASCII) format using ASN.1 notation. 1.2 RE-DISTRIBUTION AND RE-USE RIGHTS The Offeror shall not place any limitations on the re-distribution and re-use of the MIB. Cities licensed to use the software shall be able to re-distribute and/or re-use the MIBs as required to provide the required functionality defined in this specification. 1.3 MIB EXTENSIONS The Offeror shall clearly define all MIB extensions. Primarily, all extensions shall be accomplished by the following methods: 1.3.1 Extending the capabilities of existing standard features. 1.3.2 Defining new data elements or features under a developer-specific MIB extension. To the extent possible, the replacement of a partially complete feature with a complete custom feature shall be avoided. 1.4 SUPPORT OF NTCIP STANDARDS, AMENDMENTS AND REVISIONS The Offeror shall address any proposed revisions or draft amendments to the required NTCIP MIBs available during the initial procurement stage and the impact on the proposed software’s NTCIP compliance and/or ability to meet the functional requirements of this specification. The initial procurement stage shall be extended from the date of release of this specification to one (1) year beyond the initial acceptance of the software by the Cities. The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page A-2 In addition, the Offeror shall provide to the Cities for the life of the software, electronic and hard copies of the MIB whenever changes are made due to changes to the standard, new software features, or bug fixes. The electronic copies shall comply with the requirements in Section 1.1 Backward compatibility is required. 1.5 OBJECT RANGE VALUES All objects required by these specifications shall support all values within their standardized ranges, unless otherwise approved by the Project Engineer. A size, range, or enumerated listing indicated in the object's SYNTAX field or through descriptive text in the object's DESCRIPTION field of the relevant standard defines the ‘standardized range. The Offeror shall prepare a table of object range values for each object In NTCIP Standards1201 and 1202 and identify any variances from the standard ranges that are required to meet this specification. 2 NTCIP STANDARDS The Offeror shall define an entre NTCIP stack and identify the NTCIP, or other standards that will be required at each level to meet the specifications contained in this document. For each NTCIP standard, Offerors shall complete a Profile Implementation Conformance Statement (PICS) identifying each required object. All mandatory objects identified in the standards shall be included in the PICS. As a minimum, the software shall comply with the following standards: 2.1 GENERAL 2.1.1 NTCIP 1101 v01.12 - NTCIP Simple Transportation Management Framework 2.1.1.1 The software shall comply with Conformance Level 2 2.1.2 NCTIP 1102: 2004 – NTCIP Octet Encoding Rules (OER) 2.1.3 NTCIP 1103 v01 - NTCIP Transportation Management Protocols (TMP) 2.1.3.1 The software shall includesupport for the “Simple Fixed Message Protocol” (SFMP) 2.1.4 NTCIP 8004 v01 - NTCIP Structure and Identification of Management Information (SMI) 2.2 INFORMATION LEVEL 2.2.1 NTCIP 1201v03 – NTCIP Global Objects (GO) Definitions 2.2.2 NTCIP 1202:2005 – NTCIP Object Definitions for ASC 2.2.2.1 The software shall fully implement all mandatory objects of all mandatory and optional conformance groups defined in this standard 2.3 APPLICATION LEVEL 2.3.1 NTCIP 2303:2001 v01.06 – NTCIP AP-FTP 2.3.2 NTCIP 2301: v02 - NTCIP AP-STMF 2.4 TRANSPORT LEVEL 2.4.1 NTCIP 2201:2003 - NTCIP TP-Transportation Transport Profile 2.4.2 NTCIP 2202:2001 - NTCIP TP-Internet (TCP/IP and UDP/IP) Transport Profile 2.5 SUBNETWORK LEVEL The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page A-3 2.5.1 NTCIP 2101:2001 - NTCIP SP-PMPP/RS232 2.5.2 NTCIP 2102:2003 – NTCIP SP-PMPP/FSK 2.5.3 NTCIP 2104:2003 – NTCIP SP-Ethernet Offerors are required to identify and comply with any additional NTCIP or other standards necessary to meet the specifications of this document. End of Appendix A The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page B-1 ATTACHMENT 1 APPENDIX B Compliance Matrix Instructions: 1. Offerors shall provide a response for every requirement. 2. The presented requirements are inclusive of all subheadings and descriptions included in the requirements document. If the proposed software does not comply with all subheadings and descriptions of a particular requirement, the requirement shall be identified as “Partially Meets Requirements” and the Offeror shall specify in the comments area the specific subheadings or descriptions that are not met. Name of Offeror:______________________________________________________________________ Name of Proposed SoftwarePackage:_____________________________________________________ Current Software Version:___________________ Local Traffic Signal Controller Software Minimum Requirements Compliance Matrix Minimum Requirements Meets Requirement Exceeds Requirement Partially Meets Requirements Operating in Field Requirement in Development Function not available Comments or Footnotes 1.0 GENERAL AND ADMINISTRATIVE 1.2 Intersection Information 1.2.1 User defined intersection information 1.3 Controller Information 1.3.1 Controller information 1.4 Software Upgrades 1.4.1 Automatic software upgrade notice 1.4.2 Remote software download 1.4.3 Software reside in flash memory 1.4.4 Software download verification 1.5 Copy/Paste 1.5.1 Copy and paste capability 1.6 Save Changes 1.6.1 Confirm changes prior to acceptance 1.6.2 Highlight changes 1.6.3 Changes activated by confirmation 1.7 Compatibility with Existing Infrastructure The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page B-2 Local Traffic Signal Controller Software Minimum Requirements Compliance Matrix Minimum Requirements Meets Requirement Exceeds Requirement Partially Meets Requirements Operating in Field Requirement in Development Function not available Comments or Footnotes 1.7.1 Standard templates for 33x cabinets 1.7.2 Compatibility with CM/MMU 1.8 Industry Standard Nomenclature 1.8.1 Industry standard nomenclature 1.8.2 Industry standard software development 1.9 Security 1.9.1 Password access 1.9.2 Remote access control 1.10 Web Browser 1.10.1 Controller resident web server 1.10.2 Web user interface object support 1.10.3 Status objects 1.10.4 Web server Mib parameters 1.11 Daylight Savings Time 1.11.1 Daylight savings time programmability 1.11.2 DST default enabled 2.0 CONFIGURATION 2.1 Configuration Tables 2.1.1 Multiple configuration tables 2.2 Cabinet Configuration 2.2.1 Selectable cabinet type 2.2.2 Configurable channels for maximum ITS cabinet 2.2.3 User definable input pins – 128 2.2.4 User definable output pins – 128 2.2.5 Redirect outputs based on pin assignment 2.3 Ring Barrier Configuration 2.3.1 Programmable ring barrier structure 2.3.2 Minimum eight rings and 12 barriers 2.3.3 One instance of phase in ring barrier sequence 2.3.4 Ability to alter ring barrier structure while running intersection 2.4 Start-up Configuration 2.4.1 Configurable initial operation 2.4.2 Start-up parameter configuration 2.4.3 Start-up parameter timing 2.5 Programmed Flash Operation The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page B-3 Local Traffic Signal Controller Software Minimum Requirements Compliance Matrix Minimum Requirements Meets Requirement Exceeds Requirement Partially Meets Requirements Operating in Field Requirement in Development Function not available Comments or Footnotes 2.5.1 Programmable flash operation 2.5.2 Enter program flash after all red 2.5.3 Minimum recalls entering flash operation 2.5.4 End programmed flash 2.5.5 Programmed flash parameters 2.6 Manual Control Configuration 2.6.1 Manual control alternate sequence 2.6.2 Manual control disable 3.0 DETECTION 3.1 General 3.1.1 Vehicle detectors 3.1.2 Pedestrian detectors 3.1.3 System detectors 3.1.4 Queue detectors 3.1.5 Description field 3.1.6 Four unique detector tables 3.2 Global Detector Parameters 3.2.1 Detection parameters 3.3 Detector Configuration 3.3.1 Detector type selection 3.4 Vehicle Detector Configuration 3.4.1 Vehicle detector configuration 3.4.2 Vehicle detector parameters 3.5 Pedestrian Detector Configuration 3.5.1 Pedestrian detector configuration 3.6 System/Count Detector Configuration 3.6.1 All detectors function as system detectors 3.6 Detector Input Failure 3.7.1 Detector failure alarm 3.7.2 Automated response to detector failure 3.73. Detector failure modes 3.9 Remote Reset 3.8.1 Remote reset capability 4.0 PHASE PARAMETERS 4.1 General The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page B-4 Local Traffic Signal Controller Software Minimum Requirements Compliance Matrix Minimum Requirements Meets Requirement Exceeds Requirement Partially Meets Requirements Operating in Field Requirement in Development Function not available Comments or Footnotes 4.1.1 Minimum 32 vehicular phases 4.1.2 Minimum 12 pedestrian phases 4.1.3 Phase changes become active at beginning of local cycle 4.1.4 Pedestrian hybrid beacon operation capability 4.2 Multiple Phase Parameters Tables 4.2.1 Minimum 32 phase parameter tables 4.3 Phase Configuration 4.3.1 Phase configuration 4.4 Phase Timing Parameters 4.4.1 Phase timing parameter ranges 4.4.2 Phase timing parameters 4.5 Global Phase Parameters 4.5.1 Global phase parameters always active 4.5.2 Global phase parameters 4.6 Pedestrian Operation 4.6.1 Pedestrian movements on any pedestrian channel 4.6.2 Pedestrian channels assignable to phase 4.6.3 Pedestrian call operation 4.6.4 Alternative pedestrian interval 4.6.5 Immediate pedestrian clearance on preempt 4.6.6 Exclusive pedestrian service 4.6.7 Walk rest operation 4.6.8 Barnes’ Dance interval 4.6.9 Number of pedestrian services per call definable 4.7 Left Turn Operation 4.7.1 Variable left turn operation by time of day/day of week 4.7.2 Variable left turn operation within plan 4.7.3 Left turn indications supported 4.7.4 Five section head operation 4.8 Right Turn Operation 4.8.1 Variable right turn operation by time of day/day of week 4.8.2 Variable right turn operation within plan 4.8.3 Right turn indications supported The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page B-5 Local Traffic Signal Controller Software Minimum Requirements Compliance Matrix Minimum Requirements Meets Requirement Exceeds Requirement Partially Meets Requirements Operating in Field Requirement in Development Function not available Comments or Footnotes 4.8.4 Right turn / pedestrian operation 4.9 Pedestrian Hybrid Beacon Operation 4.9.1 Pedestrian hybrid beacon functionality 4.9.2 Pedestrian hybrid beacon indications 4.9.3 Pedestrian hybrid beacon operation 4.9.4 Pedestrian hybrid beacon system operation 4.10 Phase Sequence 4.10.1 Phase sequence general 4.10.2 Pre-signal sequence 5.0 OVERLAPS 5.1 General 5.1.1 Minimum 20 overlaps 5.1.2 User definable text label for each overlap 5.1.3 Templates for overlaps 5.1.4 Minimum eight distinct overlap tables 5.2 Overlap Configuration 5.2.1 Overlap configuration settings 5.3 Overlap Timing Parameters 5.3.1 Overlap minimum green 5.3.2 Overlap green extension 5.3.3 Overlap green clear 1 5.3.4 Overlap yellow clearance 5.3.5 Overlap red clearance 5.3.6 Overlap pedestrian walk 1 5.3.7 Overlap pedestrian walk 2 5.3.8 Overlap pedestrian clearance 1 5.3.9 Overlap pedestrian clearance 2 5.3.10 Overlap reservice 5.4 Overlap Operation 5.4.1 Right turn arrow overlap with pedestrian service operation 5.4.2 Pre-signal overlap operation 5.4.3 Pedestrian overlap operation 6.0 SCHEDULE 6.1 General The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page B-6 Local Traffic Signal Controller Software Minimum Requirements Compliance Matrix Minimum Requirements Meets Requirement Exceeds Requirement Partially Meets Requirements Operating in Field Requirement in Development Function not available Comments or Footnotes 6.1.1 Schedule types 6.1.2 Automatic schedule sort in chronological order 6.1.3 Enable/disable function 6.1.4 Completely define operation 6.1.5 Log schedule events 6.1.6 Schedule event priority 6.2 Time of Day. Day of Week Schedule 6.2.1 Minimum 32 events per schedule 6.2.2 Minimum 16 distinct schedules 6.2.3 Schedule operational modes 6.2.4 Schedule defined parameters 6.3 Holiday Schedule 6.3.1 Fixed and floating holiday functionality 6.3.2 Schedule events minimum one year in advance 6.3.3 Schedule events five days on either side of holiday 6.3.4 Sort schedule by month and day 6.3.5 Schedule user defined parameters 6.4 Seasonal Schedule 6.4.1 Minimum 10 seasonal events 6.4.2 Schedule seasonal events minimum one year in advance 6.4.3 Seasonal schedule parameters 6.5 Temporary Schedule 6.5.1 Schedule expiration date for events 6.5.2 Revert to scheduled event after expiration 6.5.3 Minimum of four temporary schedule events 6.5.4 Temporary operational modes 6.5.5 User define deletion of event upon expiration 6.5.6 Temporary schedule parameters 7.0 COORDINATION 7.1 General 7.1.1 Minimum 32 locally stored timing plan sets 7.1.2 Coordinator startup after startup phases serviced The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page B-7 Local Traffic Signal Controller Software Minimum Requirements Compliance Matrix Minimum Requirements Meets Requirement Exceeds Requirement Partially Meets Requirements Operating in Field Requirement in Development Function not available Comments or Footnotes 7.1.3 Parameter changes activated at beginning of cycle 7.1.4 Detector and overlap changes activated at new timing plan 7.1.5 User defined offset reference point 7.2 Coordination Parameters 7.2.1 Coordination parameters 7.3 Pedestrian Service 7.3.1 Pedestrian service operation 7.3.2 Pedestrian adjust 7.3.3 Pedestrian phase end early operation 7.3.4 Pedestrian phase call during clearance 7.3.5 Pedestrian phase call recognition for long pedestrian service 7.3.6 Pedestrian phase call recognition for short pedestrian service 7.4 Pedestrian Service Parameters 7.4.1 Pedestrian adjust enable 7.4.2 Time for pedestrian service taken from preceding phase 7.4.3 Time for pedestrian service taken from subsequent phase 7.5 Coordinated Operation (Use Cases) 7.5.1 Recycle left turn operation 7.5.2 Back up into leading left turn operation 7.5.3 Optional leading left turn operation 7.5.4 Double service for side street operation 7.5.5 Free mode operation within coordination operation 7.5.6 Optional lagging left turn operation 7.5.7 Phase recycle with split phase operation 7.5.8 Optional service with split phase operation 8.0 PREEMPTION 8.1 General 8.1.1 Minimum 12 programmable preemption sequences 8.1.2 Preempt types The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page B-8 Local Traffic Signal Controller Software Minimum Requirements Compliance Matrix Minimum Requirements Meets Requirement Exceeds Requirement Partially Meets Requirements Operating in Field Requirement in Development Function not available Comments or Footnotes 8.1.3 Programmable for railroad and emergency vehicle 8.1.4 Preempt labels 8.1.5 Delay preempt input 8.1.6 Smooth transition from one preempt to another 8.1.7 Preempt inputs available as logic identifiers 8.1.8 Ability to activate auxiliary devices as part of preempt 8.1.9 Automatic reset of maximum timer 8.1.10 Recycle entry phases prohibited 8.1.11 Recycle return phases prohibited 8.1.12 Active plan continue to run in background during preempt 8.1.13 Preempt input ability to change mode of operation 8.1.14 Multiple preempt exit options 8.2 Preempt States 8.2.1 Preempt states 8.3 Preemption Priority 8.3.1 Preemption priority 8.3.2 User defined priority 8.3.3 Railroad defined as high priority 8.3.4 Emergency vehicle preemption prohibited from higher priority than rail. 8.3.5 Emergency vehicle preemption defined as lowest preempt priority 8.3.6 High priority preempts override low priority preempts 8.3.7 Low priority preempts ignored during high priority preempt activity 8.3.8 Equal priority preempts served in order calls received 8.4 Railroad Preemption 8.4.1 Railroad preempt configuration 8.4.2 Four unique inputs for railroad preemption 8.4.3 Preemption provided during flash operation 8.4.4 Entry phases not terminated until gate down input received The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page B-9 Local Traffic Signal Controller Software Minimum Requirements Compliance Matrix Minimum Requirements Meets Requirement Exceeds Requirement Partially Meets Requirements Operating in Field Requirement in Development Function not available Comments or Footnotes 8.4.5 Flash operation allowed during dwell interval 8.5 Emergency Vehicle Preemption 8.5.1 Emergency vehicle preemption (EVP) types 8.5.2 Minimum six inputs for EVP 8.5.3 Hold phases remain active until call ends or max time 8.5.4 EVP service based on traffic demand 8.6 Normal Preempt Configuration 8.6.1 Preemption configuration settings 8.6.2 Preemption timing parameters 9.0 TRANSIT PRIORITY 9.1 General 9.1.1 Software shall run transit signal displays 9.1.2 Transit signal display parameters 9.1.3 Transit signal display synchronized with compatible vehicle and pedestrian phases 9.1.4 Three levels of priority operation 9.1.5 Higher priority services override lower priority services 9.1.6 Lower priority services ignored until higher priority services terminate 9.1.7 Equal priority services served in order calls received 9.2 Full Priority Operation 9.2.1 Full transit priority for median running trains 9.2.2 Exclusive train phase functionality 9.2.3 Transit priority operational during programmed flash 9.2.4 Full priority termination sequence 9.2.5 Priority events logged 9.3 Partial Transit Priority 9.3.1 Partial transit priority functionality 9.3.2 Partial transit priority configuration 9.3.3 Partial priority timing parameters 9.3.4 Partial priority operation 9.4 Bus Priority 9.4.1 Bus priority functionality The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page B-10 Local Traffic Signal Controller Software Minimum Requirements Compliance Matrix Minimum Requirements Meets Requirement Exceeds Requirement Partially Meets Requirements Operating in Field Requirement in Development Function not available Comments or Footnotes 9.4.2 Bus priority configuration 9.4.3 Bus priority timing 9.4.4 Bus priority operation 10.0 ADVANCED PROGRAMMING 10.1 General 10.1.1 Minimum 64 user definable logic commands 10.1.2 No limitation to logic statement linkages 10.1.3 Logic commands 10.1.4 Logic command functions 10.2 Assignable Outputs 10.2.1 Available assignable outputs 10.3 Assignable Inputs 10.3.1 Available assignable inputs 11.0 COMMUNICATIONS 11.1 General 11.1.1 External communication support 11.1.2 Simultaneous communication 11.1.3 Communication methods supported 11.1.4 Support half and full duplex 11.1.5 ARP packet transmission upon connection to Ethernet 11.1.6 Ability to extract VLANS 11.2 Center to Field Communications 11.2.1 Front panel capability for upload/download with central 11.2.2 Supported communication patterns 11.2.3 Center to Field communication interfaces 11.2.4 Configurable field to central communication 11.2.5 Capability for field to central over 10/100 Ethernet network 11.2.6 Capability for field to central over serial network 11.3 Peer to Peer Communications 11.3.1 Peer to peer communication support 11.3.2 Peer to peer over Ethernet network The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page B-11 Local Traffic Signal Controller Software Minimum Requirements Compliance Matrix Minimum Requirements Meets Requirement Exceeds Requirement Partially Meets Requirements Operating in Field Requirement in Development Function not available Comments or Footnotes 11.3.3 Transmission and reception of multiple messages simultaneously 11.3.4 Transmit to minimum five peers 11.3.5 Receive from minimum five peers 11.3.6 Peer intersections user selectable 11.3.7 Receipt of peer message apply local internal control 11.3.8 Definable time out communication feature 11.3.9 Failure of peer communication generates alarm 11.4 Local Wireless Remote 11.4.1 Remote local access methods 11.4.2 Minimum remote access range of 200 feet 11.4.3 Secure data transmission for remote access 11.4.4 Remote access devices 11.4.5 Local remote support bandwidth ADVANCED OPERATIONS 12.1 Traffic Responsive Operation 12.1.1 Traffic responsive parameters 12.1.2 Traffic responsive operation for defined group 12.2Queue Detection 12.2.1 Minimum eight independent queue detectors per intersection 12.2.2 Programmable by time of day/day of week 12.2.3 Detector failure will disable queue response 12.2.4 Minimum four levels of priority 12.2.5 Queue detector configuration settings 12.2.6 Left or through queue detector settings 12.2.7 Partial priority queue detection 12.2.8 Diamond intersection queue detection 12.2.9 Logged events 12.2.10 Detector failures logged 12.3Auxiliary Field Device Operation 12.3.1 Auxiliary field device operation 12.3.2 Minimum eight independent auxiliary devices 12.3.3 Minimum four independent auxiliary device tables The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page B-12 Local Traffic Signal Controller Software Minimum Requirements Compliance Matrix Minimum Requirements Meets Requirement Exceeds Requirement Partially Meets Requirements Operating in Field Requirement in Development Function not available Comments or Footnotes 12.3.4 Auxiliary device table activation 12.3.5 Auxiliary device output states 12.3.6 Repeat states 12.3.7 Change to device state generators 13.0 DIAMOND INTERCHANGE SEQUENCE 13.1 General 13.1.1 Sequence approved by City 13.1.2 Sequence types supported 13.1.3 Functionality as actuated, semi-actuated and fixed time 13.1.4 Smooth transition between sequences 13.1.5 Sequences support right turn overlaps 13.1.6 Sequences support eight active pedestrian channels 13.1.7 Templates provided 13.2 Diamond Interchange K-Clearance 13.2.1 General requirements of K clearance 13.2.2 Figure 3 diamond sequence operation 13.2.3 Figure 6 or 7 diamond sequence operation 13.2.4 Figure 4 diamond sequence operation 14.0 LOGS 14.1 General 14.1.1 All log entries time stamped in military time 14.1.2 All log entries available from front panel and central 14.1.3 Minimum log storage of seven days of events 14.1.4 Oldest entries overwritten when log full 14.2 General Controller Log 14.2.1 Power loss log 14.2.2 External start log 14.2.3 Manual control log 14.2.4 Cabinet door log 14.3 Conflict Monitor/MMU Log 14.3.1 Conflict monitor / MMU log 14.4 Front Panel Log The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page B-13 Local Traffic Signal Controller Software Minimum Requirements Compliance Matrix Minimum Requirements Meets Requirement Exceeds Requirement Partially Meets Requirements Operating in Field Requirement in Development Function not available Comments or Footnotes 14.4.1 Front panel modification log 14.4.2 User log 14.5 Controller Software Log 14.5.1 All events and actions logged daily 14.6 Detector Log 14.6.1 Detector diagnostics log 14.7 Vehicle Split Log 14.7.1 Vehicle split time log 14.8 Cycle Time Log 14.8.1 Cycle time log during free operation 14.8.2 Cycle time log during coordinated operation 14.9 Coordination log 14.9.1 Coordination log 14.10 Preempt Log 14.10.1 Preempt log 14.11 Transit Priority Log 14.11.1 Transit priority log 14.12 Special Event Log 14.12.1 Special event log 14.13 Advanced Operation Event Log 14.13.1 Advanced operation log 15.0 USER INTERFACE 15.1General 15.1.1 User interface for data entry, monitoring and management 15.1.2 Accessible from front panel or remote device 15.1.3 Unused parameters not displayed 15.1.4 Menu driven format 15.1.5 All programming downloadable to remote or central 15.1.6 On-screen help provided 15.2 Data Entry 15.2.1 Menu format, in English, using standard nomenclature 15.2.2 Menu format with submenus 15.2.3 Titles and headings remain visible during scrolling The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page B-14 Local Traffic Signal Controller Software Minimum Requirements Compliance Matrix Minimum Requirements Meets Requirement Exceeds Requirement Partially Meets Requirements Operating in Field Requirement in Development Function not available Comments or Footnotes 15.2.4 Easy of navigation 15.2.5 Data changes highlighted until saved 15.2.6 Entries unavailable based on security omitted or obscured 15.3 Status Display 15.3.1 Real time status availability 15.3.2 Real time status displays 15.3.3 Controller status detail 15.3.4 Ring status detail 15.3.5 Phase status detail 15.3.6 Coordination status detail 15.3.7 Preemption status detail 15.3.8 Overlap status detail 15.3.9 Detector status detail 15.3.10 Communication status detail 15.3.11 Cabinet status detail 15.3.12 Advanced operation status detail 16.0 MISCELLANEOUS 16.1 Special Function/Time of Day Outputs 16.1.1 Minimum ten special function outputs 16.1.2 Special function activation 16.1.3 Special function status 16.2 Alarms 16.2.1 Minimum 48 predefined alarms 16.2.2 Alarms logged 16.2.3 Alarm messages to central configurable 16.2.4 Any physical input has alarm functionality 16.2.5 Alarm classification types 16.2.6 Critical alarm types 16.2.7 Non-critical alarm types 16.2.8 Coordination alarm types 16.2.9 Communication alarms 16.2.10 Preempt alarms 16.2.11 Priority alarms 16.3 Diagnostics 16.3.1 Diagnostic support 16.4 Timing Sheets The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification January 2012 Page B-15 Local Traffic Signal Controller Software Minimum Requirements Compliance Matrix Minimum Requirements Meets Requirement Exceeds Requirement Partially Meets Requirements Operating in Field Requirement in Development Function not available Comments or Footnotes 16.4.1 Timing sheet availability 16.4.2 Timing sheets uploadable to central or remote device ADDITIONAL FUNCTIONALITY INLCUDED IN PROPOSED SOFTARE (DESCRIBE) End of Appendix B The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification December2011 Page C-1 ATTACHMENT 1 APPENDIX C Sample Timesheets The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification December2011 Page C-2 The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification December2011 Page C-3 The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification December2011 Page C-4 The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification December2011 Page C-5 The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification December2011 Page C-6 The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification December2011 Page C-7 The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification December2011 Page C-8 The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification December2011 Page C-9 The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification December2011 Page C-10 The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification December2011 Page C-11 The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification December2011 Page C-12 The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification December2011 Page C-13 The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification December2011 Page C-14 The Cities of Fort Worth and Dallas, Texas Local Traffic Signal Controller Software Specification December2011 Page C-15 End of Appendix C 34 41 11 - 1 TEMPORARY TRAFFIC SIGNALS Page 1 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 SECTION 34 41 11 TEMPORARY TRAFFIC SIGNALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. Timber Poles 2. Span Wire B. Products Furnished But Not Installed Under This Section 1. None C. Products Installed But Not Furnished Under This Section 1. None D. Deviations from City of Fort Worth Standards 1. None E. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 33 05 30 – Location of Existing Utilities 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Timber Poles a. Measurement 1) Measurement for this Item shall be per each timber pole of the size specified in the plans. b. Payment 1) The work performed and materials furnished in accordance to the Item shall be paid for at the unit bid price per each “Timber Pole” installed for: a) Various types. c. The price bid shall include: 1) Timber pole 2) Class A or C concrete backfill 3) Compression fittings 4) Thimbleye bolts 5) Square washers 6) Nuts 7) Eye nuts 8) Lift plate 9) Split bolt connector 10) Guy clamp 11) Double eye anchor rod Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 11 - 2 TEMPORARY TRAFFIC SIGNALS Page 2 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 12) 8-way anchors 13) Guy spreader (if called out in Drawings) 14) All labor, tools, equipment and incidentals required to provide timber poles as shown on the Drawings, as specified, and as required by the City. 2. Span Wire a. Measurement 1) Measurement for this Item shall be per linear feet. b. Payment a) The work performed and materials furnished in accordance to the Item shall be paid for at the unit price per each “Span Wire” installed for: (1) Various types c. The price bid shall include: 1) Span wire 2) ½” black plastic straps or messenger rings 3) All labor, tools, equipment and incidentals required to provide span wire as shown on the Drawings, as specified, and as required by the City. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM) a. ASTM A 475, Standard Specification for Zinc-Coated Steel Wire Strand. 3. American National Standards Institute a. ANSI O5.1, Wood Poles – Specifications & Dimensions 4. American Wood Protection Association a. AWPA T1-07, Processing and Treatment Standard 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. City must approve any deviation from Specification. B. Preinstallation Meetings 1. 48 hours’ Notice of Intention to establish final location of any timber poles. 2. 48 hours’ notice to DIG TESS, City of Fort Worth Water and Sewer (817-871- 8275), and City of Fort Worth Traffic Signals, Street Lights, and Storm Drains (817-392-8100). C. Scheduling 1. 48 hours’ notice of placing the temporary signal into operation. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 11 - 3 TEMPORARY TRAFFIC SIGNALS Page 3 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 1. Provide shop drawings for City review prior to ordering equipment. 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. Parts shall be properly protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation. 2. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 3. The Contractor shall secure and maintain a location to store the material in accordance with Section 01 50 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. B. A 2 year warranty shall be required on all equipment furnished by the Contractor. C. Extended Correction Period 1. Contractor responsible for correcting any substandard workmanship and/or materials for 24 months from the date the temporary signal is accepted by the City. PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [NOT USED] 2.2 EQUIPMENT / MATERIALS A. Timber Poles 1. Use new treated southern pine timber poles in accordance with ANSI O5.1, “Specifications and Dimensions for Wood Poles,” and the additional requirements of this Item. 2. Use ANSI Class 5 treated timber poles for electrical services and ANSI Class 2 for all other applications, unless otherwise shown on the plans. 3. Ensure poles are free from pith holes at the tops and butts. 4. Do not use poles that have a trimmed scar with a depth greater than 2 in., if the diameter is 10 in. or less, or 1/5 the pole diameter at the scar location, if the diameter is more than 10 in. 5. Provide poles that do not deviate from straightness by more than 1 in. for each 10 ft. of length. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 11 - 4 TEMPORARY TRAFFIC SIGNALS Page 4 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 6. A pole may only have sweep in 1 plane and 1 direction (single sweep), provided a straight line joining the midpoint of the pole at the butt and the midpoint of the pole at the top does not at any intermediate point pass through the external surface of the pole. 7. Timber poles with more than 1 complete twist of spiral grain are not acceptable. 8. Butt slivering due to felling is permitted if the distance from the outside circumference is not less than 1/4 of the butt diameter and the height is not more than 1 ft. 9. Use preservative treatment in accordance with AWPA T1-07. 10. Furnish poles with a minimum net retention of preservative treatment in accordance with Table 1. 11. Mark all poles by branding in accordance with Table 2. Table 1 Retention of Preservative Treatment Treatment Minimum Retention Creosote 9.0 lb./ft.3 Pentachlorophenol 0.45 lb./ft.3 ACA/CCA 0.6 lb./ft.3 Table 2 Timber Pole Markings Marking Description of Marking PTC Supplier’s code or trademark (for example, Pole Treating Company). F-01 Plant location and year of treatment (for example, Forestville, 2001). SPC Species and preservative code (for example, southern pine, creosote). 5-35 Class-length (for example, Class 5, 35-ft. pole). 12. Place the bottom of the brand squarely on the face of the pole 10 ft. (plus or minus 2 in.) from the butt. 13. Furnish a treatment certification with every shipment of treated timber poles that includes: a. name of treating company, b. location of treating plant, c. applicable product standard (AWPA T1-07), d. charge number, e. date of treatment, f. contents of charge (poles), g. preservative treatment, and h. actual preservative retention values. B. Span Wire 1. Conform to the requirements of ASTM A 475, Utilities Grade or better, Class A coating. 2. These requirements include, but are not limited to, the properties given in Table 1. Furnish 7 wires per strand. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 11 - 5 TEMPORARY TRAFFIC SIGNALS Page 5 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 Table 1 Dimensions and Properties Nominal Diameter of Strand Nominal Diameter of Coated Wires Approx. Weight per 1000 ft. Minimum Breaking Strength Minimum Zinc Coating Wt. Class A (in.) (in.) (lb.) (lb.) (oz./sq. ft.) 3/16 0.065 80 2,400 0.50 1/4 0.080 121 4,750 0.60 9/32 0.093 164 4,600 0.70 5/16 0.109 225 6,000 0.80 3/8 0.120 273 11,500 0.85 7/16 0.145 399 18,000 0.90 1/2 0.165 517 25,000 0.90 3. Supply new material. 4. Remove drips, runs, sharp points, voids, and damage from the zinc coating. 5. Samples from each roll of each diameter of strand will be taken. 6. Replace strands failing to meet the requirements of this Item. 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. The Contractor shall verify by exploratory excavation, if needed, that existing underground utilities are not in conflict with proposed timber poles. 2. All exploratory excavations shall be in accordance with Section 33 05 30. 3.3 PREPARATION A. Protection of In-Place Conditions 1. The Contractor shall assume full responsibility for the preservation of existing landscaping (sod, shrubbery, trees, and etc.), sprinkler systems, and/or other private property at the Site during the installation of the temporary traffic signal. 2. Damaged landscaping, sprinkler systems, and/or other private property shall be replaced within a reasonable time, by the Contractor at his own expense, to the satisfaction of the Inspector. 3. No trees or shrubbery shall be cut except upon the specific authority of the Inspector. 4. Removal of mail boxes in the way of construction requires 48 hours advance notice to the post office. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 11 - 6 TEMPORARY TRAFFIC SIGNALS Page 6 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 3.4 INSTALLATION A. Timber Poles 1. Use established industry and utility safety practices while installing poles located near overhead or underground utilities. 2. Consult with the appropriate utility company prior to beginning such work. 3. Unless otherwise shown on the plans, set the pole a minimum depth in accordance with Table 3. Table 3 Pole Setting Depth Pole Length (ft.) Min. Setting Depth (ft.) 25 or less 5.0 26–30 6.0 31–35 7.0 36–40 8.0 41–45 9.0 46–50 10.0 4. Locate timber poles as shown on the plans or as directed. 5. Drill holes for setting poles a minimum of 1.5 diameters of the pole butt. 6. Unless otherwise shown on the plans, set the poles plumb. 7. Backfill the holes thoroughly by tamping in 6 in. lifts. 8. After tamping to grade, place additional backfill material in a 6 in. high cone around the pole to allow for settling. 9. Use material equal in composition and density to the surrounding area. 10. Repair surface where existing surfacing material is removed, such as asphalt pavement or concrete riprap, with like material to equivalent condition. B. Span Wire 1. Install strands as shown on the plans. 2. Splicing is not permitted. 3. When the strand is used as a messenger cable or span wire, ground it to the grounding conductor at each pole. 4. Metal poles may be used as the grounding conductor. 5. Ensure a resistance less than 1 ohm from the strand to the ground rod. 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 A. The Contractor shall coordinate with the Inspector to have a qualified technician on the Site when the temporary traffic signal is placed into operation. B. During the 30 day test period, the City shall be the first respond to any trouble calls. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 11 - 7 TEMPORARY TRAFFIC SIGNALS Page 7 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 C. If the City determines that the repairs are the result of poor workmanship, the Contractor shall complete the repairs. D. The Contractor shall provide a local telephone number (not subject to frequent changes) where trouble calls are to be received on a 24-hour basis. E. The Contractor's response time to reported calls shall be within a reasonable travel time, but not more than 2 hours maximum. F. Appropriate repairs shall be made within 24 hours. G. If, after further diagnosing the problem, the qualified technician determines the problem is in the equipment supplied by others, the Contractor shall notify the Inspector. H. No extra compensation will be allowed for fulfilling the requirements stated above. 3.9 ADJUSTING A. Adjusting signal heads during construction shall be considered subsidiary to the traffic control bid item. 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Prior to final acceptance by the City, the Contractor is responsible for removal, replacement and reinstallation of any damaged material at the Contractor's expense. B. Whenever the Work provided for and contemplated under the Contract has been found by the Inspector to be completed to his / her satisfaction on any individual signalized intersection, or interconnected system of signalized intersections, as shown in the Drawings, final cleaning up of said signalized intersection has been performed and the traffic signal equipment supplied by the or has operated continuously for a minimum of 30 days in a satisfactory manner, the Contractor will be released from further maintenance on that particular intersection. C. Such partial acceptance will be made in writing and shall in no way void or alter any terms of the Contract. D. If equipment fails, a new 30-day test period will start when the equipment has been repaired or replaced. 3.12 PROTECTION A. Prevent any property damage to property owner's poles, fences, landscaping, mailboxes, etc., and repair any damages. B. Provide access to all driveways during construction. C. Protect all underground and overhead utilities, including sprinkler systems, and repair any damages. 3.13 MAINTENANCE A. While performing Work under this Contract, the Contractor bears the sole risk of loss for damages to or destruction of any temporary traffic signal equipment or appurtenances, on equipment that was not to be replaced or installed under this Contract, but which was damaged or destroyed through the fault or negligent acts of the Contractor. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 11 - 8 TEMPORARY TRAFFIC SIGNALS Page 8 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 B. The Contractor shall replace such damaged or destroyed equipment, etc., at no cost to the City, regardless of whether or not the damaged or destroyed equipment, etc., was a part of this Contract or any warranties under this Contract. C. The Contractor's responsibility shall cease under this paragraph upon written acceptance of an intersection by the City. D. The Contractor's responsibility for full operation and maintenance of all traffic signal equipment shall begin when he starts any type of Work which effects active intersection control at the first intersection and shall extend through the period of final Project acceptance of each intersection. E. This maintenance responsibility includes existing controllers/masters, existing interconnect and cabling systems, existing signal indications, existing vehicle detectors, new controllers/masters, new signal hardware, new cabling systems, and other hardware elements which are considered part of either the existing or the new traffic signal system. F. It is recognized that the City may continue to make a first response to any trouble call. Action on such response will, however, be limited to placing the intersection on flash, replacing load switches or detector amplifiers, erecting temporary control devices, requesting immediate traffic control by uniformed police officer, or other such action deemed necessary to provide a safe operation. 1. Such action will in no way relieve the Contractor of his operation and maintenance responsibility. G. The Contractor shall be required to notify the Inspector or Traffic Services Division at least 24 hours in advance of any planned controlled change-outs or any other operational procedures. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold New specification Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 13 - 1 REMOVING TRAFFIC SIGNALS Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 34 41 13 REMOVING TRAFFIC SIGNALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The removal and salvaging of traffic signal equipment 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. Dispose of Full Traffic Signal a. Measurement 1) Measurement for this Item shall be per each Traffic Signal Intersection removed and salvaged. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the price bid for per each “Salvage Traffic Signal” performed. c. The price bid shall include: 1) Removing the following items: a) Signal heads b) Poles c) Mast arms d) Foundations e) Ground boxes f) Conduit g) Cable h) Signs i) Electrical services j) Amplifiers k) Controllers 2) Returning equipment to the City, if specified 3) Excavation 4) Hauling 5) Clean-up 2. Dispose of Traffic Signal Pole and Mast Arm Assembly a. Measurement 1) Measurement for this Item shall be per each traffic signal pole and mast arm assembly removed and salvaged. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 13 - 2 REMOVING TRAFFIC SIGNALS Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the price bid for per each “Dispose of Traffic Signal Pole and Mast Arm Assmbly” performed. c. The price bid shall include: 1) Removing the following items: a) Signal heads b) Poles c) Mast arms d) Foundations e) Cable f) Signs 2) Excavation 3) Hauling 4) Clean-up 5) Returning equipment to the City, if specified 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with Inspector 48 hours in advance of removals. 1.4 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. Contractor shall properly dispose of all material unless told otherwise by the Engineer or Inspector. 2. Any salvaged materials that the City requests will be delivered by the Contractor to the City at a location designated by the Inspector. 3. The Inspector, assisted by authorized representatives, will serve as the receiving agent for salvage material. B. Storage and Handling Requirements 1. The Contractor will ship and handle all salvage material (heads, poles, cabinets, cable, signs, amplifiers, etc.) in a manner so as to prevent damage to these items. Signal heads will be removed from poles prior to shipping. 2. All cables must be secured in controller cabinets to prevent damage during shipment and handling. 3. All screws will be tightened into their respective slots to prevent loss during shipping. 4. The controller and all supplemental control equipment (conflict monitors, detector amplifiers, load switches, etc.) will be removed from the cabinet prior to cabinet removal and given to the Inspector at the time of the signal turn-on. 5. The Inspector will identify existing damage to salvageable material and mark damaged items in the field before they are delivered to the City yard. a. If damage to material is the fault of the Contractor, the Contractor will have 3 Working Days to make repairs or supply like items, at the Contractor’s expense, for damaged items. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 13 - 3 REMOVING TRAFFIC SIGNALS Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b. If the Contractor fails to repair or replace damaged items in said time, the City may charge the Contractor for the assessed value as determined by the Traffic Services Manager or designee. PART 2 - EXECUTION 2.1 REMOVALS A. Special Techniques 1. Curbs and sidewalks a. Secure permission from the Inspector before cutting into or removing any walks or curbs which might be required during construction. b. Where possible, dig under sidewalks. 1) If the Contractor chooses to remove or cut the sidewalk, the concrete must be sawed and broken out and then restored to an equal or better condition than the original. 2. Foundations a. All foundations subject to removal (as indicated on the Drawings) shall be razed to a level at least 2 feet below the ground surface. b. If the foundation subject to removal is located within a sidewalk, the foundation shall be removed to a depth equal to or greater than the thickness of the walkway. c. Once the foundation is removed, the ground surface shall be restored to surrounding conditions. 3. Ground Boxes a. The hole remaining from ground box removal shall be filled and the ground surface shall be restored to surrounding conditions. b. Any conduit elbows found within the ground box to be removed shall be cut back to a minimum of 12 inches below the natural ground surface. 4. Signs a. The existing stop sign panels, or any grounded mounted signs, as shown on the Drawings, will be removed after the traffic signals are placed in flash and before the signal is turned to full colors by City forces. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/19/15 S. Arnold Various updates Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 15- 1 Rectangular Rapid Flashing Beacon Assemblies Page 1 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 SECTION 34 41 15 RECTANGULAR RAPID FLASHING BEACON ASSEMBLIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. Rectangular Rapid Flashing Beacon (RRFB) Assemblies B. Products Furnished But Not Installed Under This Section 1. None C. Products Installed But Not Furnished Under This Section 1. None D. Deviations from City of Fort Worth Standards 1. None. E. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 03 30 00 – Cast-in-Place Concrete 4. Section 33 05 30 – Location of Existing Utilities 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. 2. Payment a. The work performed and materials furnished in accordance to the Item shall be paid for at the unit price bid per each “RRFB Assembly” installed for: 1) Various types 3. The price bid shall include: a. Support post b. Foundation c. Anchor bolts d. Signs e. LED arrays f. Push button assembly with instructional sign g. Controller unit complete with all necessary equipment h. Mounting hardware i. Ground rod j. Cable k. Testing l. All labor, tools, equipment and incidentals required to provide complete RRFB system as shown on the Drawings, as specified, and as required by the City. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 15- 2 Rectangular Rapid Flashing Beacon Assemblies Page 2 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 1.3 REFERENCES A. Abbreviations and Acronyms 1. RRFB: Rectangular rapid flashing beacon B. Definitions C. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. 2011 Texas Manual on Uniform Traffic Control Devices (TxMUTCD) 3. U.S. Department of Transportation, Federal Highway Administration, Rectangular Rapid Flashing Beacon (RRFB), FHWA-SA-09-009, May 2009. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. City must approve any deviation from Specification. B. Preinstallation Meetings 1. 48 hours’ Notice of Intention to establish final location of any foundations, bases, conduit, and detectors. 2. 48 hours’ notice to DIG TESS, City of Fort Worth Water and Sewer (817-871- 8275), and City of Fort Worth Traffic Signals, Street Lights, and Storm Drains (817-392-8100). C. Scheduling 1. 48 hours’ notice of placing the RRFB into operation. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Provide shop drawings for City review prior to ordering equipment. 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. Parts shall be properly protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation. 2. Exposed anchor bolts shall be protected until pole shaft is installed. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 15- 3 Rectangular Rapid Flashing Beacon Assemblies Page 3 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 3. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. 4. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 5. The Contractor shall secure and maintain a location to store the material in accordance with Section 01 50 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. 2. A 2 year warranty shall be required on all equipment furnished by the Contractor. B. Extended Correction Period 1. Contractor responsible for correcting any substandard workmanship and/or materials for 24 months from the date the signal is accepted by the City. PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [NOT USED] 2.2 EQUIPMENT / MATERIALS A. General Requirements 1. RRFB shall be fully compliant with the TxMUTCD guidelines and standards, shall be approved by the City, and shall be installed at locations indicated on the Drawings. 2. Each RRFB shall consist of 2 rapidly and alternately flashed rectangular yellow indications having LED array based pulsing light sources. 3. Each RRFB will be a complete assembly, consisting of indications, controller cabinet (circuit breaker, timer or solid-state circuit boards, etc.) or any electrical component hardware. B. Functional Requirements 1. Each RRFB shall be AC or solar powered as shown on the Drawings. 2. Each RRFB shall be activated by push button and shall be ADA compliant, and shall require no more than 2 pounds of pressure to activate. 3. The RRFB shall be normally dark, shall initiate operation only upon pedestrian actuation, and shall cease operation after a predetermined time limit. 4. Each RRFB when activated shall flash the two indications in an alternating “wig- wag” sequence, i.e., left light on then right light on. 5. Each of the two indications shall have 70 to 80 periods of flashing per minute and shall have alternating but approximately equal periods of rapid pulsing light emissions and dark operation. During each of its 70 to 80 flashing periods per minute, one of the indications shall emit two rapid pulses of light and the other indication shall emit three rapid pulses of light. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 15- 4 Rectangular Rapid Flashing Beacon Assemblies Page 4 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 6. The rapid flash rate of each indication, as applied over the full on-off sequence of a flashing period of the indication, shall not be between 5 and 30 flashes per second, to avoid frequencies that might cause seizures. 7. The light intensity shall meet the minimum specifications of Society of Automotive Engineers (SAE) standard J595 (Directional Flashing Optical Warning Devices for Authorized Emergency, Maintenance, and Service Vehicles) dated January 2005. 8. All RRFBs associated with a given crosswalk (including those with an advance crossing sign, if used) shall, when activated, simultaneously commence operation of their alternating rapid flashing indications and shall cease operation simultaneously. 9. Where indicated on the Drawings, the RRFB shall provide bidirectional indications to motorists approaching from both directions. 10. Where indicated on the Drawings, the RRFB shall provide a unidirectional indication to motorists approaching from the direction specified on the Drawings. 11. Controllers shall support wireless communications to RRFBs and push buttons using spread spectrum radio frequency, thus eliminating the need for cable trenching. Range shall be a minimum of 500 feet. 12. LEDs shall be rated for a minimum of 10 years. 13. The duration of a predetermined period of operation of the RRFB’s following each actuation should be based on the TxMUTCD procedures for timing of pedestrian clearance times for pedestrian signals. 14. Beacons shall be simple to maintain and allow replacement of individual rectangular b Light configuration shall be bi-directional for notification to motorists approaching from either direction and lights on both ends of the RRFB shall face into the crosswalk for notification to the pedestrians that the system is on. 15. The housing units shall also include a high intensity amber LED mounted on the street side of the assembly, which will flash upon the receipt of an incoming digital radio signal from either one of the assemblies. This is intended to provide pedestrians confirmation that the assembly across the street has been activated. 16. Push Button a. The push button shall be ADA compliant and require no more than 2lbs. of pressure for activation. The button must be designed so that ice cannot form such that it would impede the function of the button. b. The pushbutton shall incorporate visual feedback to indicate the button has been pressed and the displays are active. Once the pushbutton is pressed, the LED must stay on for the full duration and the beacons active. c. The pushbutton shall have transient surge protection that shall include at a minimum, a resistor and TVS diode at the input connection. The pushbutton assembly shall be vandal resistant designed to withstand impacts from heavy objects. The button body must have raised ridges on all sides to protect button cap against side impacts. The button shall be designed so that it cannot be made to stay on. If the event the button is pressed for longer than 10 seconds, it shall reset itself and work normally even if it is still being held in. d. The button shall be completely sealed and the electronics shall be encapsulated so that the button can function even after being immersed in water for an extended period of time. C. Mechanical Requirements 1. Each RRFB indication shall be a minimum size of 5 inches wide by 2 inches high. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 15- 5 Rectangular Rapid Flashing Beacon Assemblies Page 5 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 2. Beacons shall have LED bulbs and be highly visible from a minimum of 1,000 feet in advance of the crosswalk during the day and at least one (1) mile during the night. 3. LEDs shall be recessed in the flash bar with an additional polycarbonate shield for vandal resistance. 4. RRFB display cabinet shall be durable, corrosion resistant, powder-coated aluminum. 5. All components will be capable of continuous operation over a temperature range of -30° F to 165° F. D. Controller 1. Enclosure a. Controller unit shall be housed in a NEMA 4X rated, pole mounted, aluminum cabinet with stainless steel hinge. 2. Power Options a. Controller unit shall be provided as AC powered or solar powered as shown on the Drawings. b. Operating electrical power for AC-powered controller systems shall be 120V. c. Solar-powered systems shall be designed with solar panels and batteries capable of running the system for 30 days without sunlight. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION A. Verification of Conditions 1. The Contractor shall verify by exploratory excavation, if needed, that existing underground utilities are not in conflict with proposed foundations. 2. All exploratory excavations shall be in accordance with Section 33 05 30. 3.2 PREPARATION A. Protection of In-Place Conditions 1. The Contractor shall assume full responsibility for the preservation of existing landscaping (sod, shrubbery, trees, and etc.), sprinkler systems, and/or other private property at the Site during the installation of the traffic signal. 2. Damaged landscaping, sprinkler systems, and/or other private property shall be replaced within a reasonable time, by the Contractor at his own expense, to the satisfaction of the Inspector. 3. No trees or shrubbery shall be cut except upon the specific authority of the Inspector. 4. Removal of mail boxes in the way of construction requires 48 hours advance notice to the post office. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 15- 6 Rectangular Rapid Flashing Beacon Assemblies Page 6 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 3.3 INSTALLATION A. Special Techniques 1. Each RRFB shall be mounted horizontally to a standard 4 ½” diameter aluminum pole and in accordance with dimensions and details shown on the Drawings. 2. The two RRFB indications shall be aligned horizontally, with the longer dimension horizontal and with a minimum space between the two indications of approximately seven inches (7 in), measured from inside edge of one indication to inside edge of the other indication. 3. The outside edges of the RRFB indications, including any housings, shall not project beyond the outside edges of the sign. 3.4 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.5 SYSTEM STARTUP A. The Contractor shall coordinate with the Inspector to have a qualified technician on the Site when the RRFB is placed into operation. B. Appropriate repairs shall be made within 24 hours. C. If, after further diagnosing the problem, the qualified technician determines the problem is in the equipment supplied by others, the Contractor shall notify the Inspector. D. No extra compensation will be allowed for fulfilling the requirements stated above. 3.6 ADJUSTING [NOT USED] 3.7 CLEANING [NOT USED] 3.8 CLOSEOUT ACTIVITIES A. Prior to final acceptance by the City, the Contractor is responsible for removal, replacement and reinstallation of any damaged material at the Contractor's expense. 3.9 PROTECTION A. Prevent any property damage to property owner's poles, fences, landscaping, mailboxes, etc., and repair any damages. B. Provide access to all driveways during construction. C. Protect all underground and overhead utilities, including sprinkler systems, and repair any damages. 3.10 MAINTENANCE [NOT USED] 3.11 ATTACHMENTS [NOT USED] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 15- 7 Rectangular Rapid Flashing Beacon Assemblies Page 7 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold New specification Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20 - 1 ROADWAY ILLUMINATION ASSEMBLIES Page 1 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 34 41 20 ROADWAY ILLUMINATION ASSEMBLIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Roadway illumination assemblies 2. Roadway illumination foundations 3. Removal of roadway illumination assemblies 4. Relocation of roadway illumination assemblies B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 03 30 00 – Cast-in-Place Concrete 4. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 – Location of Existing Utilities 6. Section 34 41 10 – Traffic Signals 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Roadway Illumination Assemblies a. Measurement 1) Measurement for this Item shall be per each Roadway Illumination Assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Rdwy Illum Assmbly” installed for: a) Various types c. The price bid shall include: 1) Furnishing Roadway Illumination Assembly, if required 2) Assembling and installing each Roadway Illumination Assembly 3) Poles 4) Arms 5) Anchor bolts 6) Fixtures 7) Internal electrical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20 - 2 ROADWAY ILLUMINATION ASSEMBLIES Page 2 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 11) Preparing submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing 2. Ornamental Illumination Assemblies a. Measurement 1) Measurement for this Item shall be per each Ornamental Assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Ornamental Assmbly” installed for: a) Various types c. The price bid shall include: 1) Furnishing Ornamental Illumination Assembly, if required 2) Assembling and installing each Ornamental Assembly 3) Poles 4) Arms 5) Anchor bolts 6) Fixtures 7) Internal electrical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps 11) Preparing submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing 3. Lighting Fixtures a. When a pay item for Illumination Assembly exists: 1) Measurement a) This Item is considered subsidiary to Illumination Assembly installation. 2) Payment a) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per each “Rdwy Illum Assmbly” or “Ornamental Assmbly” bid, and no other compensation will be allowed. b. When a pay item for Illumination Assembly does not exist: 1) Measurement a) Measurement for this Item shall be per each Lighting Fixture installed. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20 - 3 ROADWAY ILLUMINATION ASSEMBLIES Page 3 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2) Payment a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Lighting Fixture” installed for: (1) Various types (2) Various power 3) The price bid shall include: a) Furnishing Lighting Fixture, if required b) Assembling Lighting Fixture c) Wiring connections d) Disposal of any unused or replaced materials e) Clean-up 4. Roadway Illumination Foundations a. Measurement 1) Measurement for this Item shall be per each Roadway Illumination Foundation installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Rdwy Illum Foundation” installed for: a) Various types c. The price bid shall include: 1) Installing each Roadway Illumination Foundation 2) Reinforcing steel 3) Exploratory excavation (as needed) 4) Grounding rods 5) Coordination and notification 6) Excavation, hauling, disposal of excess material 7) Protection of the excavation 8) Clean-up 9) Testing 5. Contact Enclosure a. Measurement 1) Measurement for this Item shall be per each Contact Enclosure installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Contact Enclosure” installed for: a) Various mounting methods c. The price bid shall include: 1) Furnishing and installing Contact Enclosure 2) Mounting materials 3) Clean-up 6. Furnishing and Installing Wood Light Pole a. Measurement 1) Measurement for this Item shall be per each 40’ Wood Light Pole furnished and installed. b. Payment Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20 - 4 ROADWAY ILLUMINATION ASSEMBLIES Page 4 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Furnish/Install 40’ Wood Light Pole”. c. The price bid shall include: 1) Excavation 2) Furnishing and installing each 40’ Wood Light Pole 3) Furnishing, placement and compaction of backfill 4) Clean-up 7. Furnishing and Installing Wood Light Pole Arm a. Measurement 1) Measurement for this Item shall be per each 8’ Wood Light Pole Arm furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Furnish/Install 8’ Wood Light Pole Arm”. c. The price bid shall include: 1) Furnishing and installing each 8’ Wood Light Pole Arm 2) Clean-up 8. Aluminum Electrical Conductors a. Measurement 1) Measurement for this Item shall be per linear foot of Aluminum Electrical Conductor installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per linear foot of “Alum Elec Conductor” installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Aluminum Electrical Conductor 2) Testing 9. Conductor Reconnection a. Measurement 1) Measurement for this Item shall be per each conductor reconnected. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Reconnect Conductor”. c. The price bid shall include: 1) Reconnection of conductors using City approved method 2) Testing of connection 10. Street Light Pole Removal and Salvage a. Measurement 1) Measurement for this Item shall be per each Street Light removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Salvage Street Light Pole” performed. c. The price bid shall include: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20 - 5 ROADWAY ILLUMINATION ASSEMBLIES Page 5 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) Removal and salvage of Street Light Pole 2) Maintain existing street light circuit including new ground box and reconnection of circuits (if required by City) 3) Removal of existing street light pole foundation 2’ below grade, back fill with like surrounding material 4) Delivery of salvaged materials to appropriate location 5) Clean-up 11. Street Light Pole Relocation a. Measurement 1) Measurement for this Item shall be per each Street Light Pole removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Relocate Street Light Pole” performed. c. The price bid shall include: 1) Removal and salvage of Street Light Pole 2) Delivery of salvaged materials to appropriate location 3) Replacement of pole to new location 4) Furnishing, placement and compaction of backfill material 5) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. National Electric Code (NEC) 3. Texas State Law, Article 1426C 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify City at (817) 392-7738 a minimum of 7 days before beginning Work on the Project. 2. Notify Inspector prior to pouring roadway illumination assembly foundations. 3. Coordinate with Traffic Services Inspector for pole types, template dimensions and anchor bolts, and any questions about installing the foundations and conduit. 4. For location of City underground street luminaire cable and conduit call (817) 392- 7738 or (817) 392-8100. 5. Obtain and pay for all permits as required to Work in parkway. B. Preinstallation Meetings 1. Attend pre-construction meeting. 1.5 SUBMITTALS A. Shop Drawings will be required for each Illumination Assembly and shall include: 1. Material Data Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20 - 6 ROADWAY ILLUMINATION ASSEMBLIES Page 6 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. Pole dimensions and data 3. Luminaire arm dimensions and data 4. Attachment details 5. Fixtures 6. Base details 7. Anchor bolt data 8. Wall thickness 9. Permissible loading and allowable stress B. Product Data submittals shall be in accordance with Section 01 33 00. C. All submittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data Sheets 1. Submit product data sheets for roadway illumination assemblies to City for approval prior to ordering materials. 1.7 CLOSEOUT SUBMITTALS A. Warranty Documentation 1. Provide manufacturer warranty information to the City. 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. Parts shall be properly protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation. 2. Exposed anchor bolts shall be protected until pole shaft is installed. 3. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 4. The Contractor shall secure and maintain a location to store the material in accordance with Section 01 50 00. B. Delivery and Acceptance 1. Contactor and Inspector shall visually inspect roadway illumination assemblies after removal to determine the condition of the hardware. 2. Contractor shall protect all salvable material during transport to City specified storage facility. 3. Delivered material must be in the same condition after removal, as agreed upon by Contractor and Inspector after removal. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20 - 7 ROADWAY ILLUMINATION ASSEMBLIES Page 7 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 PRODUCTS TO BE PURCHASED FROM THE CITY A. Refer to Drawings and Contract Documents to determine if any Items are to be purchased from the City and installed by the Contractor. B. Items eligible for purchase from the City include: 1. Roadway Illumination poles 2. Contactors 2.2 ASSEMBLIES, EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City’s Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Description 1. Regulatory Requirements a. All Work related to the installation of roadway illumination assemblies shall be in compliance with the National Electric Code (NEC). 2. Roadway Illumination Assemblies a. Poles, arms, light fixtures and lamps shall conform to City Standard Details. b. Ornamental Assemblies 1) Refer to Drawings for ornamental pole specifications. c. Lighting Fixtures 1) Refer to Drawings for lighting fixture specifications. d. Foundations 1) Concrete shall conform to Section 03 30 00. e. Wood Light Poles 1) Wood Poles for electrical service shall be ANSI Class 5 treated timber. a) For other applications, Class 2 treated timber is allowed. 2) All treated wood poles shall be free from pith holes. a) Trimmed scars are allowable up to a depth of 2-inches in poles up to 10 inches in diameter. b) Scars 1/5 of the pole diameter at the scar location will be allowable for wood poles larger than 10-inches. 3) Wood poles shall not deviate from straight more than 1 inch in 10 feet of length. a) Only a single sweep shall be permitted. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20 - 8 ROADWAY ILLUMINATION ASSEMBLIES Page 8 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b) A straight line adjoining the midpoint of the pole at the butt with the midpoint of the pole at the top shall not at any intermediate pass through the external surface of the pole. c) Only a single twist of spiral grain will be permitted. 4) Butt slivering due to felling shall be permitted if the distance from the outside circumference is not less than ¼ inch and the height is not more than 1 foot. 5) Timber shall be treated for preservation in accordance with AWPA C4 pressure treatment methods. a) The poles shall have the minimum net retention of preservative treatment shown in the following table: Treatment Minimum Retention (pounds per cubic foot) Creosote 9.0 Pentachlorophenol 0.45 ACA/CCA 0.6 6) Pole Markings 7) All markings shall be in accordance with the following table: a) The bottom brand shall be placed squarely on the face of each pole 10 feet from the butt. Marking Description of Marking PTC Supplier’s code or trademark (ie. Pole Treating Company) F-01 Plant location and year of treatment (ie. Forestville, 2001) SPC Species and preservative code (ie. southern pine, creosote) 5-35 Class-length (ie. Class 5, 35-foot pole) 8) A treatment certification will be required with each shipment of treated timber poles including: a) Name of treatment company b) Location of treatment plant c) Applicable product standard (AWPA C4) d) Charge number e) Date of treatment f) Contents of charges (poles) g) Preservative treatment h) Measured preservative retention values f. Wood Light Pole Arms 1) Refer to City Standard Detail Drawings for light pole arm specifications. g. Aluminum Electrical Conductors 1) Refer to Drawings for conductor sizes 2) Use stranded insulated conductors that are rated for 600 volts 3) Approved for wet locations 4) Marked in accordance with UL, NEC, and CSA requirements 3. Roadway illumination pole foundations a. Foundations shall be Class C (3000 PSI) concrete. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20 - 9 ROADWAY ILLUMINATION ASSEMBLIES Page 9 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) Refer to Section 03 30 00. b. Foundation shall be 24 or 30 inches in diameter unless shown otherwise in the Drawings. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Notify the Traffic Services Division Inspector 24 hours in advance (between 8:00 am and 5:00 pm) of all concrete pours at (817) 392-7738. a. Inspector must be present when concrete is placed on the Project Site. PART 3 - EXECUTION 3.1 EXAMINATION A. Verification of Conditions 1. Contractor shall verify by exploratory excavation, if needed, that existing underground utilities are not in conflict with proposed foundations. a. All exploratory excavation shall conform to Section 33 05 30. 2. Contractor shall contact the following entities at least 48 hours in advance of excavation: a. DIG TESS b. City of Fort Worth Water Department c. City of Fort Worth T/PW Department 3. No additional payment will be made for relocation of any foundations or conduit due to location of existing utilities. 4. The Engineer may shift an assembly’s location, if necessary, to avoid conflict with utilities. 3.2 PREPARATION A. Protection of In-Place Conditions 1. Contractor shall be responsible for the following at no additional cost to the City: a. Prevent any property damage to property owner's poles, fences, shrubs, mailboxes, etc. Any damaged property will be restored as directed by Engineer. b. Adjust and repair any existing landscaping and the sprinkler systems as directed by the Engineer to allow for the placement of all roadway illumination equipment. This shall be done in a manner equal to or better than the areas adjacent to the damaged areas. c. Provide access to all driveways during construction, unless authorized by the inspector. d. Protect all underground and overhead utilities and repair any damages. 3.3 INSTALLATION A. Foundations Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20 - 10 ROADWAY ILLUMINATION ASSEMBLIES Page 10 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1. Dimensions shown on Drawings for locations of street light foundations, conduit and other items may be varied to meet local conditions; subject to approval of Engineer. 2. Foundation piers shall be drilled plumb. 3. The top of foundation shall be poured level. 4. The top 3 inches of the exposed pier (height) above finished grade shall have the sonotube removed. 5. Anchor bolts shall extend above the top of the foundation concrete as shown on Anchor Bolt Detail. 6. Anchor bolts, ground rod, reinforcing, and conduit shall be in place before pouring concrete in pier foundations. 7. Pier foundations shall have 1 continuous concrete pour. 8. Foundations shall have a chamfered edge (beveled) at the top. 9. Top of foundation shall be 3 inches above the finished grade unless shown different on Drawings. 10. Foundations in medians shall be placed in the center of the median between the 2 curbs. 11. Foundations shall not be drilled within 3 feet of a water line or fire hydrant. 12. In residential areas foundations shall be placed in the street right of way (R.O.W.) in line with the property line between lots and at the break of the radius point of the street curb at street intersections. 13. Foundations shall not be placed in sidewalks (or location of future sidewalks) or sidewalk ramps. 14. No street light poles shall be placed on foundations prior to 7 days following pouring of concrete. B. Roadway Illumination Assemblies 1. Roadway Illumination Assemblies a. Use established industry and utility safety practices when installing poles located near overhead or underground utilities. Consult with the appropriate utility company before beginning work. b. Prevent scarring or marring of poles, mast arm, and fixtures. c. Stake, install, and align each assembly as shown on the plans. d. Do not use screw-in type foundations. e. Install anchor bolts and coat anchor bolt threads. f. Erect structures after foundation has attained its design strength as required in Section 03 30 00. g. Tighten anchor bolts for poles with shoe bases. h. Do not place grout between base plate and foundation. i. Test installed roadway illumination assembly with City inspector present. 2. Wood Light Pole a. All light pole installations should be coordinated with all appropriate utility companies prior to Work beginning. b. Drill holes for setting poles shall be a minimum of 1.5 diameters of the pole butt. c. Poles shall be set plumb, unless otherwise specified on the Drawings. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20 - 11 ROADWAY ILLUMINATION ASSEMBLIES Page 11 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 d. Unless otherwise shown in Drawings, poles should be set to the minimum depths shown in the following table: Pole Length (feet) Minimum Setting Depth (feet) ≤ 25 4.5 26-30 5.0 31-35 5.5 36-40 6.0 41-45 6.5 46-50 7.0 e. Backfill the hole around the pole thoroughly by tamping 6-inch lifts of backfill material until reaching natural grade. 1) Once grade is met, apply a last 6-inch lift in a cone shape around the pole to allow for settling. 2) Backfill in accordance to Section 33 05 10. f. Repair and clean-up surrounding area to a condition that is equal to or better than its condition prior to installation. 3.4 REPAIR / RESTORATION [NOT USED] 3.5 RELOCATION AND REMOVAL A. Relocation 1. Disconnect and remove conductors from abandoned circuits. 2. Remove abandoned circuit or ducts to a point 6 inches below final grade. 3. Reconnect conduit, ducts, conductors to be reused. 4. Replace damaged conduit, ducts, and conductors. 5. Do not use screw-in type foundations. 6. Install existing structures on new foundations. 7. Do not place grout between base plate and foundation. 8. Furnish and install new internal conductors, fused and unfused connectors, and fixtures. 9. Test installed roadway illumination assembly with City inspector present 10. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. B. Removal 1. Remove roadway illumination assembly components in accordance with established industry and utility safety practices. 2. Remove transformer bases from transformer base poles. 3. Remove luminaires and mast arms from the pole shaft. 4. Stockpile pole shafts, mast arms, and assembly hardware at a location designated by the City. 5. Pole shafts, mast arms, and assembly hardware will remain City property unless otherwise shown on the plans or directed. 6. Disconnect and remove conductors from abandoned circuits. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20 - 12 ROADWAY ILLUMINATION ASSEMBLIES Page 12 of 12 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 7. Remove abandoned conduit and ducts to a point 6 inches below final grade. 8. Destroy existing transformer bases to prevent reuse. 9. Remove abandoned concrete foundations to a point 2 ft. below final grade. 10. Backfill the hole with material that is equal in composition and density to the surrounding area. 11. Replace surfacing material with similar material to an equivalent condition. 12. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.7 SYSTEM STARTUP [NOT USED] 3.8 ADJUSTING [NOT USED] 3.9 CLEANING A. Contractor shall clean up and remove all loose material resulting from construction operations. 3.10 CLOSEOUT ACTIVITIES [NOT USED] 3.11 PROTECTION [NOT USED] 3.12 MAINTENANCE [NOT USED] 3.13 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 1 ARTERIAL LED ROADWAY LUMINAIRES Page 1 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 SECTION 34 41 20.01 ARTERIAL LED ROADWAY LUMINAIRES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Roadway illumination assemblies 2. Roadway illumination foundations 3. Removal of roadway illumination assemblies 4. Relocation of roadway illumination assemblies B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 03 30 00 – Cast-in-Place Concrete 4. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 – Location of Existing Utilities 6. Section 34 41 10 – Traffic Signals 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Roadway Illumination Assemblies a. Measurement 1) Measurement for this Item shall be per each Roadway Illumination Assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Rdwy Illum Assmbly” installed for: a) Various types c. The price bid shall include: 1) Furnishing Roadway Illumination Assembly, if required 2) Assembling and installing each Roadway Illumination Assembly 3) Poles 4) Arms 5) Anchor bolts 6) Fixtures 7) Internal electrical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 2 ARTERIAL LED ROADWAY LUMINAIRES Page 2 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 11) Preparing submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing 2. Ornamental Illumination Assemblies a. Measurement 1) Measurement for this Item shall be per each Ornamental Assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Ornamental Assmbly” installed for: a) Various types c. The price bid shall include: 1) Furnishing Ornamental Illumination Assembly, if required 2) Assembling and installing each Ornamental Assembly 3) Poles 4) Arms 5) Anchor bolts 6) Fixtures 7) Internal electrical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps 11) Preparing submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing 3. Lighting Fixtures a. When a pay item for Illumination Assembly exists: 1) Measurement a) This Item is considered subsidiary to Illumination Assembly installation. 2) Payment a) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per each “Rdwy Illum Assmbly” or “Ornamental Assmbly” bid, and no other compensation will be allowed. b. When a pay item for Illumination Assembly does not exist: 1) Measurement a) Measurement for this Item shall be per each Lighting Fixture installed. 2) Payment a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Lighting Fixture” installed for: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 3 ARTERIAL LED ROADWAY LUMINAIRES Page 3 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 (1) Various types (2) Various power 3) The price bid shall include: a) Furnishing Lighting Fixture, if required b) Assembling Lighting Fixture c) Wiring connections d) Disposal of any unused or replaced materials e) Clean-up 4. Roadway Illumination Foundations a. Measurement 1) Measurement for this Item shall be per each Roadway Illumination Foundation installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Rdwy Illum Foundation” installed for: a) Various types c. The price bid shall include: 1) Installing each Roadway Illumination Foundation 2) Reinforcing steel 3) Exploratory excavation (as needed) 4) Grounding rods 5) Coordination and notification 6) Excavation, hauling, disposal of excess material 7) Protection of the excavation 8) Clean-up 9) Testing 5. Contact Enclosure a. Measurement 1) Measurement for this Item shall be per each Contact Enclosure installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Contact Enclosure” installed for: a) Various mounting methods c. The price bid shall include: 1) Furnishing and installing Contact Enclosure 2) Mounting materials 3) Clean-up 6. Furnishing and Installing Wood Light Pole a. Measurement 1) Measurement for this Item shall be per each 40’ Wood Light Pole furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Furnish/Install 40’ Wood Light Pole”. c. The price bid shall include: 1) Excavation 2) Furnishing and installing each 40’ Wood Light Pole 3) Furnishing, placement and compaction of backfill Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 4 ARTERIAL LED ROADWAY LUMINAIRES Page 4 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 4) Clean-up 7. Furnishing and Installing Wood Light Pole Arm a. Measurement 1) Measurement for this Item shall be per each 8’ Wood Light Pole Arm furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Furnish/Install 8’ Wood Light Pole Arm”. c. The price bid shall include: 1) Furnishing and installing each 8’ Wood Light Pole Arm 2) Clean-up 8. Aluminum Electrical Conductors a. Measurement 1) Measurement for this Item shall be per linear foot of Aluminum Electrical Conductor installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per linear foot of “Alum Elec Conductor” installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Aluminum Electrical Conductor 2) Testing 9. Conductor Reconnection a. Measurement 1) Measurement for this Item shall be per each conductor reconnected. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Reconnect Conductor”. c. The price bid shall include: 1) Reconnection of conductors using City approved method 2) Testing of connection 10. Street Light Pole Removal and Salvage a. Measurement 1) Measurement for this Item shall be per each Street Light removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Salvage Street Light Pole” performed. c. The price bid shall include: 1) Removal and salvage of Street Light Pole 2) Maintain existing street light circuit including new ground box and reconnection of circuits (if required by City) 3) Removal of existing street light pole foundation 2’ below grade, back fill with like surrounding material 4) Delivery of salvaged materials to appropriate location 5) Clean-up 11. Street Light Pole Relocation a. Measurement Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 5 ARTERIAL LED ROADWAY LUMINAIRES Page 5 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 1) Measurement for this Item shall be per each Street Light Pole removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Relocate Street Light Pole” performed. c. The price bid shall include: 1) Removal and salvage of Street Light Pole 2) Delivery of salvaged materials to appropriate location 3) Replacement of pole to new location 4) Furnishing, placement and compaction of backfill material 5) Clean-up 1.3 REFERENCES The publications listed below form a part of this specification to the extent referenced. Publications are referenced within the text by their basic designation only. Versions listed shall be superseded by updated versions as they become available. A. American National Standards Institute (ANSI) 1. C136.2-2004 (or latest), American National Standard for Roadway and Area Lighting Equipment—Luminaire Voltage Classification 2. C136.10-2010 (or latest), American National Standard for Roadway and Area Lighting Equipment - Locking-Type Photocontrol Devices and Mating Receptacle Physical and Electrical Interchangeability and Testing 3. C136.15-2011 (or latest), American National Standard for Roadway and Area Lighting Equipment – Luminaire Field Identification 4. C136.22-2004 (R2009 or latest), American National Standard for Roadway and Area Lighting Equipment – Internal Labeling of Luminaires 5. C136.25-2009 (or latest), American National Standard for Roadway and Area Lighting Equipment – Ingress Protection (Resistance to Dust, Solid Objects and Moisture) for Luminaire Enclosures 6. C136.31-2010 (or latest), American National Standard for Roadway Lighting Equipment – Luminaire Vibration 7. C136.37-2011 (or latest), American National Standard for Roadway and Area Lighting Equipment - Solid State Light Sources Used in Roadway and Area Lighting B. American Society for Testing and Materials International (ASTM) 1. B117-09 (or latest), Standard Practice for Operating Salt Spray (Fog) Apparatus 2. D1654-08 (or latest), Standard Test Method for Evaluation of Painted or Coated Specimens Subjected to Corrosive Environments 3. D523-08 (or latest), Standard Test Method for Specular Gloss 4. G154-06 (or latest), Standard Practice for Operating Fluorescent Light Apparatus for UV Exposure of Nonmetallic Materials C. Council of the European Union (EC) 1. RoHS Directive 2002/95/EC, on the restriction of the use of certain hazardous substances in electrical and electronic equipment D. Federal Trade Commission (FTC) 1. Green Guides, 16 CFR Part 260, Guides for the Use of Environmental Marketing Claims E. Illuminating Engineering Society of North America (IESNA or IES) 1. DG-4-03 (or latest), Design Guide for Roadway Lighting Maintenance 2. HB-10-11 (or latest), IES Lighting Handbook, 10th Edition Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 6 ARTERIAL LED ROADWAY LUMINAIRES Page 6 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 3. LM-50-99 (or latest), IESNA Guide for Photometric Measurement of Roadway Lighting Installations 4. LM-61-06 (or latest), IESNA Approved Guide for Identifying Operating Factors Influencing Measured Vs. Predicted Performance for Installed Outdoor High Intensity Discharge (HID) Luminaires 5. LM-79-08 (or latest), IESNA Approved Method for the Electrical and Photometric Measurements of Solid-Sate Lighting Products 6. LM-80-08 (or latest), IESNA Approved Method for Measuring Lumen Maintenance of LED Light Sources 7. RP-8-00 (or latest), ANSI / IESNA American National Standard Practice for Roadway Lighting 8. RP-16-10 (or latest), ANSI/IES Nomenclature and Definitions for Illuminating Engineering 9. TM-3-95 (or latest), A Discussion of Appendix E - "Classification of Luminaire Lighting Distribution," from ANSI/IESNA RP-8-83 10. TM-15-11 (or latest), Luminaire Classification System for Outdoor Luminaires 11. TM-21-11 (or latest), Projecting Long Term Lumen Maintenance of LED Light Sources F. Institute of Electrical and Electronics Engineers (IEEE) 1. IEEE C62.41.2-2002 (or latest), IEEE Recommended Practice on Characterization of Surges in Low-Voltage (1000 V and less) AC Power Circuits 2. ANSI/IEEE C62.45-2002 (or latest), IEEE Recommended Practice on Surge Testing for Equipment Connected to Low-Voltage (1000 V and Less) AC Power Circuits G. National Electrical Manufacturers Association (NEMA) 1. ANSI/NEMA/ANSLG C78.377-2008 (or latest), American National Standard for the Chromaticity of Solid State Lighting Products H. National Fire Protection Association (NFPA) 1. 70 – National Electrical Code (NEC) I. Underwriters Laboratories (UL) 1. 1449, Surge Protective Devices 2. 1598, Luminaires 3. 8750, Light Emitting Diode (LED) Equipment for Use in Lighting Products J. Definitions 1. Lighting terminology used herein is defined in IES RP-16. See referenced documents for additional definitions. i. Exception: The term “driver” is used herein to broadly cover both drivers and power supplies, where applicable. ii. Clarification: The term “LED light source(s)” is used herein per IES LM-80 to broadly cover LED package(s), module(s), and array(s). 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify City at (817) 392-7738 a minimum of 7 days before beginning Work on the Project. 2. Notify Inspector prior to pouring roadway illumination assembly foundations. 3. Coordinate with Traffic Services Inspector for pole types, template dimensions and anchor bolts, and any questions about installing the foundations and conduit. 4. For location of City underground street luminaire cable and conduit call (817) 392-7738 or (817) 392-8100. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 7 ARTERIAL LED ROADWAY LUMINAIRES Page 7 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 5. Obtain and pay for all permits as required to Work in parkway. B. Preinstallation Meetings 1. Attend pre-construction meeting. 1.5 LIGHTING SYSTEM PERFORMANCE A. Energy Conservation 1. Connected Load a. Luminaires shall have maximum nominal luminaire input wattage as specified for each luminaire type in Appendix A. 2. Lighting Controls a. See separate controls specification identified in section 1.2 above, if applicable. b. See section 2.1-B below for driver control interface and performance requirements. c. See section 2.1-K below for photocontrol receptacle requirements. B. Photometric Requirements 1. Luminaires shall meet the general criteria provided in the body of this specification and the particular criteria for each luminaire type defined in Appendix A. 1.6 REQUIRED SUBMITTALS FOR EACH LUMINAIRE TYPE DEFINED IN APPENDIX A A. General submittal content shall include 1. Completed Appendix E submittal form 2. Luminaire cutsheets 3. Cutsheets for LED light sources 4. Cutsheets for LED driver(s) a. If dimmable LED driver is specified, provide diagrams illustrating light output and input power as a function of control signal. 5. Cutsheets for surge protection device, if applicable 6. Instructions for installation and maintenance 7. Summary of luminaire recycled content and recyclability per the FTC Green Guides, expressed by percentage of luminaire weight B. LM-79 luminaire photometric report(s) shall be produced by the test laboratory and include 1. Name of test laboratory a. The test laboratory must hold National Voluntary Laboratory Accreditation Program (NVLAP) accreditation for the IES LM-79 test procedure or must be qualified, verified, and recognized through the U.S. Department of Energy’s CALiPER program. For more information, see http://ts.nist.gov/standards/scopes/eelit.htm or www.ssl.energy.gov/test_labs.html. 2. Report number 3. Date 4. Complete luminaire catalog number a. Provide explanation if catalog number in test report(s) does not match catalog number of luminaire submitted 1) Clarify whether discrepancy does not affect performance, e.g., in the case of differing luminaire housing color. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 8 ARTERIAL LED ROADWAY LUMINAIRES Page 8 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 2) If nominal performance of submitted and tested products differ, submit additional LM-79 report(s) and derivation as indicated in Appendix C. 5. Description of luminaire, LED light source(s), and LED driver(s) 6. Goniophotometry 7. Colorimetry C. Calculations and supporting test data per Appendix B indicating a lumen maintenance life of not less than 50,000 operating hours D. Computer-generated point-by-point photometric analysis of maintained photopic light levels as per Appendix A 1. Calculations shall be for maintained values, i.e. Light Loss Factor (LLF) < 1.0, where LLF = LLD x LDD x LATF, and a. Lamp Lumen Depreciation (LLD) 1) Shall be 0.85 (L70) for all luminaires. 2) Shall be the percentage of initial output calculated in section 1.6-C. b. Luminaire Dirt Depreciation (LDD) = 0.90, as per IES DG-4 for an enclosed and gasketed roadway luminaire installed in an environment with less than 150 µg/m3 airborne particulate matter and cleaned every four years. c. Luminaire Ambient Temperature Factor (LATF) = 1.00 2. Use of IES HB-10 mesopic multipliers a. Shall be disallowed herein, by assuming an S/P ratio of 1.00 for all luminaires. 3. Calculation/measurement points shall be per IES RP-8. E. Summary of Joint Electron Devices Engineering Council (JEDEC) or Japan Electronics and Information Technology Industries (JEITA) reliability testing performed for LED packages F. Summary of reliability testing performed for LED driver(s) G. Written product warranty as per section 1.7 below 1.7 CLOSEOUT SUBMITTALS A. Warranty Documentation 1. Provide manufacturer warranty information to the City. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Before approval and purchase, Supplier shall provide at the Owner’s request luminaire sample(s) identical to product configuration(s) submitted for inspection at the Supplier’s expense. Owner shall request IES LM-79 testing of luminaire sample(s) to verify performance is within manufacturer-reported tolerances and Photometric reports and .ies files, per IES LM- 63. The Photometric file must match the luminaire being submitted. B. After installation, Owner may perform IES LM-50 field measurements to verify performance requirements outlined in Appendix A, giving consideration to measurement uncertainties outlined in IES LM-61. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 9 ARTERIAL LED ROADWAY LUMINAIRES Page 9 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 1. Parts shall be properly protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation. 2. Exposed anchor bolts shall be protected until pole shaft is installed. 3. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 4. The Contractor shall secure and maintain a location to store the material in accordance with Section 01 50 00. B. Delivery and Acceptance 1. Contactor and Inspector shall visually inspect roadway illumination assemblies after removal to determine the condition of the hardware. 2. Contractor shall protect all salvable material during transport to City specified storage facility. 3. Delivered material must be in the same condition after removal, as agreed upon by Contractor and Inspector after removal. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Provide a minimum ten-year warranty covering maintained integrity and functionality of 1. Luminaire housing, wiring, and connections 2. LED light source(s) a. Negligible light output from more than 10 percent of the LED packages constitutes luminaire failure. 3. LED driver(s) B. Warranty period shall begin 90 days after date of installation. PART 2 - PRODUCTS 2.1 LUMINAIRE REQUIREMENTS A. General Requirements 1. Luminaires shall be as specified for each type in Appendix A. 2. Luminaire shall have an external label per ANSI C136.15 3. Luminaire shall have an internal label per ANSI C136.22 to include date of manufacture. 4. Luminaire shall be rated for a minimum of IP65 per ANSI C136.25. 5. Nominal luminaire input wattage shall account for nominal applied voltage and any reduction in driver efficiency due to sub-optimal driver loading. 6. Luminaires shall start and operate in -20°C to +50°C ambient. 7. Electrically test fully assembled luminaires before shipment from factory 8. Effective Projected Area (EPA) and weight of the luminaire shall not exceed the values indicated in Appendix A. 9. Luminaires shall be designed for ease of component replacement and end-of-life disassembly. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 10 ARTERIAL LED ROADWAY LUMINAIRES Page 10 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 10. Luminaires shall be rated for the ANSI C136.31 Vibration Level indicated in Appendix A. 11. LED light source(s) and driver(s) shall be RoHS compliant. 12. Transmissive optical components shall be applied in accordance with OEM design guidelines to ensure suitability for the thermal/mechanical/chemical environment. 13. Luminaires shall have 4 bolts for mounting to 1-1/4” to 2-3/8” Tenon arm for leveling and securing of luminaire to tenon arm. 2-Bolt connections shall not be permitted. 14. Luminaires shall come standard with 7-pin photocontrol dimming receptacle meeting ANSI C136.41 requirements. B. Driver 1. Rated for minimum of 50,000 hours. 2. Shall be specified with 0-10V dimmable driver to accept input from 7-pin photocell receptacle. 3. Rated case temperature shall be suitable for operation in the luminaire operating in the ambient temperatures indicated in section 2.1-A above. 4. Shall accept the voltage or voltage range indicated in Appendix A at 50/60 Hz, and shall operate normally for input voltage fluctuations of plus or minus 10 percent. 5. Shall have a minimum Power Factor (PF) of 0.90 at full input power and across specified voltage range. 6. Control signal interface a. Luminaire types indicated “Required” in Appendix A shall accept a control signal as specified via separate controls specification referenced in section 1.2 above, e.g., for dimming. b. Luminaire types indicated “Not Required” in Appendix A need not accept a control signal. C. Electrical immunity 1. Luminaire shall meet the “Basic” requirements in Appendix D. Manufacturer shall indicate on submittal form (Appendix E) whether failure of the electrical immunity system can possibly result in disconnect of power to luminaire. D. Electromagnetic interference 1. Shall have a maximum Total Harmonic Distortion (THD) of 20% at full input power and across specified voltage range. 2. Shall comply with FCC 47 CFR part 15 non-consumer RFI/EMI standards. E. Electrical safety testing 1. Luminaire shall be listed for wet locations by an OSHA NRTL. 2. Luminaires shall have locality-appropriate governing mark and certification. F. Painted or finished luminaire components exposed to the environment 1. Shall exceed a rating of six per ASTM D1654 after 1000hrs of testing per ASTM B117. 2. The coating shall exhibit no greater than 30% reduction of gloss per ASTM D523, after 500 hours of QUV testing at ASTM G154 Cycle 6. G. Thermal management 1. Mechanical design of protruding external surfaces (heat sink fins) for shall facilitate hose- down cleaning and discourage debris accumulation. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 11 ARTERIAL LED ROADWAY LUMINAIRES Page 11 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 2. Liquids or other moving parts shall not be permitted. H. IES TM-15 limits for Backlight, Uplight, and Glare (BUG Ratings) shall be as specified for each luminaire type in Appendix A. 1. Calculation of BUG Ratings shall be for initial (worst-case) values, i.e., Light Loss Factor (LLF) = 1.0. 2. Luminaires shall not be tilted for calculations. I. Minimum Color Rendering Index (CRI): 70. J. Correlated Color Temperature (CCT) 1. If nominal CCT specified in Appendix A is listed in Table 1 below, measured CCT and Duv shall be as listed in Table 1. Table 1. Allowable CCT and Duv (adapted from NEMA C78.377) Manufacturer-Rated Nominal CCT (K) Allowable LM-79 Chromaticity Values Measured CCT (K) Measured Duv 2700 2580 to 2870 -0.006 to 0.006 3000 2870 to 3220 -0.006 to 0.006 3500 3220 to 3710 -0.006 to 0.006 4000 3710 to 4260 -0.005 to 0.007 4500 4260 to 4746 -0.005 to 0.007 5000 4745 to 5311 -0.004 to 0.008 5700 5310 to 6020 -0.004 to 0.008 6500 6020 to 7040 -0.003 to 0.009 2. If nominal CCT specified in Appendix A is not listed in Table 1, measured CCT and Duv shall be as per the criteria for Flexible CCT defined in NEMA C78.377. K. The following shall be in accordance with corresponding sections of ANSI C136.37 1. Wiring and grounding a. All internal components shall be assembled and pre-wired using modular electrical connections. 2. Mounting provisions a. Specific configurations are indicated in Appendix A 3. Terminal blocks for incoming AC lines 4. Photocontrol receptacle 5. Latching and hinging 6. Ingress protection 2.2 PRODUCT MANUFACTURERS A. Any manufacturer offering products that comply with the required product performance and operation criteria may be considered. B. Note if a field installed house side shield is available. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 12 ARTERIAL LED ROADWAY LUMINAIRES Page 12 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 2.3 MANUFACTURER SERVICES A. Manufacturer or local sales representative shall provide installation and troubleshooting support via telephone and/or email. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 6/15/2015 F. Griffin Revise to LED type luminaires Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 13 ARTERIAL LED ROADWAY LUMINAIRES Page 13 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 APPENDIX A APPLICATION-BASED SYSTEM SPECIFICATION LUMINAIRE TYPE “A” – ARTERIAL TYPICAL SITE PARAMETERS ROADWAY DATA: Lane width 12 ft Number of lanes, total on both sides of median 6 Shoulder width, drivelane to edge of pavement 5 ft Median width 10 ft IES pavement class.  R1  R2  R3  R4 Posted speed limit  ≤ 25 mph  > 25 mph SIDEWALK DATA: Sidewalk width 6 ft Edge of sidewalk to edge of roadway pavement 4 ft LIGHT POLE DATA: Luminaire mounting height 40 ft Arm length, horizontal 9 ft Luminaires per pole 2 Pole set-back from edge of pavement 5 ft In-line pole spacing (one pole cycle) 200 ft Layout One side  Opposite  Staggered  Median PERFORMANCE CRITERIA: APPLICATION ROADWAY PHOTOPIC ILLUMINANCE: Maintained average horizontal at pavement 0.9 FC Avg:min uniformity ratio 3:1 PHOTOPIC LUMINANCE: Maintained average luminance n/a Avg:min uniformity ratio n/a Max:min uniformity ratio n/a SIDEWALKS PHOTOPIC ILLUMINANCE: Maintained average horizontal at pavement 0.2 FC Avg:min uniformity ratio (horizontal) n/a Maintained min. vertical illum. at 4.9 ft, in directions of travel 0.1 FC PERFORMANCE CRITERIA: LED LUMINAIRE INPUT POWER: Max. nominal luminaire input power 150W NOMINAL CCT: Rated correlated color temperature 3000 K CUTOFF CLASS: Max. nominal backlight-uplight-glare ratings FULL CUTOFF VOLTAGE: Nominal luminaire input voltage 120-277V FINISH: Luminaire housing finish color Gray WEIGHT: Maximum luminaire weight 30 lb EPA: Maximum effective projected area 0.9 ft2 MOUNTING: Mtg. method  Post-top  Side-arm  Trunnion/yoke  Swivel-tenon Tenon nominal pipe size (NPS) 1-1/4 inches And 2-3/8 inches VIBRATION: ANSI test level  Level 1 (normal)  Level 2 (bridge/overpass) Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 14 ARTERIAL LED ROADWAY LUMINAIRES Page 14 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 DRIVER: Wireless control compatible  350mA  530mA  700mA Appendix B Estimating LED Lumen Maintenance IES TM-21 allows for extrapolation of expected lumen maintenance from available test data. The extent of such extrapolation is limited by the duration of testing completed and the number of samples used in the testing. The TM-21 methodology shall be used by the manufacturer to determine lamp lumen depreciation (LLD) at end of lumen maintenance life per section 1.6-C. The applicant may estimate lumen maintenance in one of two ways: Option 1: Component Performance Under this compliance path, the applicant must submit calculations per TM-21 predicting lumen maintenance at the luminaire level using In Situ Temperature Measurement Testing (ISTMT) and LM-80 data. To be eligible for the Component Performance option, ALL of the conditions below must be met. If ANY of the conditions is not met, the component performance option may not be used and the applicant must use Option 2 for compliance. 1. The LED light source(s) have been tested according to LM-80. 2. The LED drive current specified by the luminaire manufacturer is less than or equal to the drive current specified in the LM-80 test report. 3. The LED light source(s) manufacturer prescribes/indicates a temperature measurement point (TS) on the light source(s). 4. The TS is accessible to allow temporary attachment of a thermocouple for measurement of in situ temperature. Access via a temporary hole in the housing, tightly resealed during testing with putty or other flexible sealant is allowable. 5. For the hottest LED light source in the luminaire, the temperature measured at the TS during ISTMT is less than or equal to the temperature specified in the LM-80 test report for the corresponding drive current or higher, within the manufacturer’s specified operating current range. a. The ISTMT laboratory must be approved by OSHA as a Nationally Recognized Testing Lab (NRTL), must be qualified, verified, and recognized through DOE’s CALiPER program, or must be recognized through UL’s Data Acceptance Program. b. The ISTMT must be conducted with the luminaire installed in the appropriate application as defined by ANSI/UL 1598 (hardwired luminaires), with bird-fouling Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 15 ARTERIAL LED ROADWAY LUMINAIRES Page 15 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 appropriately simulated (and documented by photograph) as determined by the manufacturer. Option 2: Luminaire Performance Under this compliance path, the applicant must submit TM-21 calculations based on LM-79 photometric test data for no less than three samples of the entire luminaire. Duration of operation and interval between photometric tests shall conform to the TM-21 criteria for LED light sources. For example, testing solely at 0 and 6000 hours of operation would not be adequate for the purposes of extrapolation. Between LM-79 tests, the luminaire test samples must be operated long-term in the appropriate application as defined by ANSI/UL 1598 (hardwired luminaires). The test laboratory must hold NVLAP accreditation for the LM-79 test procedure or must be qualified, verified, and recognized through the U.S. Department of Energy (DOE)’s CALiPER program. The extent of allowable extrapolation (either 5.5 or 6 times the test duration) depends on the total number of LED light sources (no less than 10 and preferably more than 19) installed in the luminaire samples, as per TM-21. This compliance path poses a greater testing burden to luminaire manufacturers but incorporates long-term testing of other components in the system, such as drivers. Under either compliance path, values used for extrapolation shall be summarized per TM-21 Tables 1 and 2. Submitted values for lumen maintenance lifetime and the associated percentage lumen maintenance shall be “reported” rather than “projected” as defined by TM-21. Supporting diagrams are requested to facilitate interpretation by Owner. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 16 ARTERIAL LED ROADWAY LUMINAIRES Page 16 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 APPENDIX C PRODUCT FAMILY TESTING LM-79 AND ISTMT It is recognized that due to the time and cost required for product testing, it would not be realistic to expect manufacturers offering a multitude of unique luminaire configurations to test every possible configuration. Therefore, the “product families” method may be utilized for LM-79 and ISTMT, whereby manufacturers identify a set of representative products for which test data can be used to demonstrate the accuracy of interpolated or extrapolated performance of product configurations lacking test data. Precedent for this approach can be found in LM-80. If the particular luminaire configuration submitted has not been tested, the performance may be conservatively represented by test data for another luminaire configuration having:  The same intensity distribution (typically only applies to LM-79)  The same or lower nominal CCT  The same or higher nominal drive current  The same or greater number of LED light source(s)  The same or lower percentage driver loading and efficiency  The same or smaller size luminaire housing. A more accurate estimate of performance can be obtained by linear interpolation between two or more tests differing in terms of the six parameters listed above. For example, consider a hypothetical luminaire offered in a single size housing, and having the following parameters:  Three intensity distributions: IES Type II, III, or IV  Three CCTs: 4000, 5000, and 6000K  Three drive currents: 350, 525, and 700 mA  Four LED quantities: 20, 40, 60, or 80 LEDs. Table C.1 illustrates a set of tests which could allow for accurate interpolation between tested configurations, given a single luminaire housing size and essentially constant driver efficiency; these 10 tests may provide representative data for the 108 possible product configurations. Note that normalized intensity distribution must not be affected by the other three parameters. Table C.1. Representative testing of a single luminaire housing size Tests Intensity distribution CCT Drive current # of LEDs Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 17 ARTERIAL LED ROADWAY LUMINAIRES Page 17 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 (IES Type) (K) (mA) 1, 2, 3 II, III, IV 4000 700 80 4, 5 IV 5000, 6000 700 80 6, 7 IV 4000 325, 525 80 8, 9, 10 IV 4000 700 20, 40, 60 For example, the manufacturer could detail interpolation as shown in Table C.2, applying the following multipliers to the base test #2 to model a configuration with Type III intensity distribution, 5000K CCT, 525 mA drive current, and 40 LEDs:  Ratio of test #4 lumens to test #3 lumens  Ratio of test #7 lumens to test #3 lumens  Ratio of test #9 lumens to test #3 lumens. Table C.2. Multipliers for Test #2 to yield: Type III , 5000K, 525mA, 40 LEDs Test # Intensity distribution (IES Type) CCT (K) Drive current (mA) # of LEDs Multiplier (lumens ratio) 2 III 4000 700 80 n/a 3 IV 4000 700 80 n/a 4 IV 5000 700 80 #4 / #3 7 IV 4000 525 80 #7 / #3 9 IV 4000 700 40 #9 / #3 Interpolation between minimal LM-79 and ISTMT data is more difficult if housing size increases with increasing wattage; it may not be clear whether the lowest-wattage configuration would be expected to “run cooler” than the highest-wattage configuration. In these circumstances, the adequacy of submitted data is subject to Owner approval. At this time, the “successor” method cannot be used; luminaires tested must utilize the LED light source(s) characterized by the submitted LM-80 report. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 18 ARTERIAL LED ROADWAY LUMINAIRES Page 18 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 APPENDIX D ELECTRICAL IMMUNITY Test Procedure  Electrical Immunity Tests 1, 2 and 3, as defined by their Test Specifications, shall be performed on an entire powered and connected luminaire, including any control modules housed within the luminaire, but excluding any control modules mounted externally, such as a NEMA socket connected photo-control. A shorting cap should be placed across any such exterior connector.  The luminaire shall be connected to an AC power source with a configuration appropriate for nominal operation. The AC power source shall have a minimum available short-circuit current of 200A. The luminaire shall be tested at the nominal input voltage specified in Appendix A, or at the highest input voltage in the input voltage range specified in Appendix A.  Electrical Immunity test waveforms shall be superimposed on the input AC power line at a point within 6 inches (15cm) of entry into the luminaire using appropriate high-voltage probes and a series coupler/decoupler network (CDN) appropriate for each coupling mode, as defined by ANSI/IEEE C62.45-2002. The test area for all tests shall be set up according to ANSI/IEEE C62.45- 2002, as appropriate.  Prior to electrical immunity testing a set of diagnostic measurements shall be performed, and the results recorded to note the pre-test function of the luminaire after it has reached thermal equilibrium. These measurements should include at a minimum: a) For all luminaires, Real Power, Input RMS Current, Power Factor and THD at full power/light output b) For luminaires specified as dimmable, Real Power, Input RMS Current, Power Factor and THD at a minimum of 4 additional dimmed levels, including the rated minimum dimmed level  Tests shall be applied in sequential order (Test 1, followed by Test 2, followed by Test 3). If a failure occurs during Test 3, then Test 3 shall be re-applied to a secondary luminaire of identical construction.  Following the completion of Tests 1, 2, and 3, the same set of diagnostic measurements performed pre-test should be repeated for all tested luminaires, and the results recorded to note the post-test function of the luminaire(s).  A luminaire must function normally and show no evidence of failure following the completion of Test 1 + Test 2 + Test 3 (for a single tested luminaire), or the completion of Test 1 + Test 2 on a primary luminaire and Test 3 on a secondary luminaire. Abnormal behavior during testing is acceptable.  A luminaire failure will be deemed to have occurred if any of the following conditions exists following the completion of testing: a) A hard power reset is required to return to normal operation Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 19 ARTERIAL LED ROADWAY LUMINAIRES Page 19 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 b) A noticeable reduction in full light output (e.g. one or more LEDs fail to produce light, or become unstable) is observed c) Any of the post-test diagnostic measurements exceeds by ±5% the corresponding pre-test diagnostic measurement. d) The luminaire, or any component in the luminaire (including but not limited to an electrical connector, a driver, a protection component or module) has ignited or shows evidence of melting or other heat-induced damage. Evidence of cracking, splitting, rupturing, or smoke damage on any component is acceptable. Test Specifications NOTE: L1 is typically “HOT”, L2 is typically “NEUTRAL” and PE = Protective Earth. Test 1) Ring Wave: The luminaire shall be subjected to repetitive strikes of a “C Low Ring Wave” as defined in IEEE C62.41.2-2002, Scenario 1, Location Category C. The test strikes shall be applied as specified by Table D.1. Prior to testing, the ring wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak and open circuit voltage peak MINIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peak. Calibrated current probes/transformers designed for measuring high-frequency currents shall be used to measure test waveform currents. Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peak current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10% the average, the test setup shall be checked, and the test strikes repeated. Table D.1: 0.5 µS – 100Hz Ring Wave Specification Parameter Test Level/Configuration Short Circuit Current Peak 0.5 kA Open Circuit Voltage Peak 6 kV Source Impedance 12  Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity and Phase Angle Positive at 90° and Negative at 270° Test Strikes 5 for each Coupling Mode and Polarity/Phase Angle combination Time between Strikes 1 minute Total Number of Strikes = 5 strikes x 4 coupling modes x 2 polarity/phase angles = 40 total strikes Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 20 ARTERIAL LED ROADWAY LUMINAIRES Page 20 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 Test 2) Combination Wave: The luminaire shall be subjected to repetitive strikes of a “C High Combination Wave” or “C Low Combination Wave”, as defined in IEEE C62.41.2-2002, Scenario 1, Location Category C. The test strikes shall be applied as specified by Table D.2. The “Low” test level shall be used for luminaires with Basic Electrical Immunity requirements, while the “High” test level shall be used for luminaires with Elevated Electrical Immunity requirements. Prior to testing, the combination wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak and open circuit voltage peak MINIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peak. Calibrated current probes/transformers designed for measuring high-frequency currents shall be used to measure test waveform currents. Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peak current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10% the average, the test setup shall be checked, and the test strikes repeated. Table D.2: 1.2/50µS – 8/20 µS Combination Wave Specification Parameter Test Level/ Configuration 1.2/50 µS Open Circuit Voltage Peak Low: 6 kV High: 10kV 8/20 µS Short Circuit Current Peak Low: 3 kA High: 10kA Source Impedance 2 Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity and Phase Angle Positive at 90° and Negative at 270° Test Strikes 5 for each Coupling Mode and Polarity/Phase Angle combination Time Between Strikes 1 minute Total Number of Strikes = 5 strikes x 4 coupling modes x 2 polarity/phase angles = 40 total strikes Test 3) Electrical Fast Transient (EFT): The luminaire shall be subjected to “Electrical Fast Transient Bursts”, as defined in IEEE C62.41.2 -2002. The test area shall be set up according to IEEE C62.45-2002. The bursts shall be applied as specified by Table D.3. Direct coupling is required; the use of a coupling clamp is not allowed. Table D.3: Electrical Fast Transient (EFT) Specification Parameter Test Level/ Configuration Open Circuit Voltage Peak 3 kV Burst Repetition Rate 2.5 kHz Burst Duration 15 mS Burst Period 300 mS Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 21 ARTERIAL LED ROADWAY LUMINAIRES Page 21 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity Positive and Negative Test Duration 1 minute for each Coupling Mode and Polarity combination Total Test Duration = 1 minute x 7 coupling modes x 2 polarities = 14 minutes Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 20.01 - 22 ARTERIAL LED ROADWAY LUMINAIRES Page 22 of 22 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 15, 2015 APPENDIX E PRODUCT SUBMITTAL FORM Luminaire Type1 Manufacturer Model number Housing finish color Tenon nominal pipe size (inches) Nominal luminaire weight (lb) Nominal luminaire EPA (ft2) Nominal input voltage (V) ANSI vibration test level Level 1 (Normal) Level 2 (bridge/overpass) Nominal BUG Ratings Make/model of LED light source(s) Make/model of LED driver(s) Dimmability Dimmable Not dimmable Control signal interface Upon electrical immunity system failure Possible disconnect No possible disconnect Thermal management Moving parts No moving parts Lumen maintenance testing duration (hr) Reported lumen maintenance life (hr) 2 Warranty period (yr) Parameter Nominal value Tolerance (%) Initial photopic output (lm) Maintained photopic output (lm) Lamp lumen depreciation Initial input power (W) Maintained input power (W) Initial LED drive current (mA) Maintained LED drive current (mA) Drive current used In-situ LED Tc (°C) CCT (K) Additional product description 1 See Appendix A, and attach supporting documentation as required. 2 Value shall be no less than as specified in section 1.6-C, and shall not exceed six times the testing duration indicated in the row above. Value shall be consistent with values submitted in the rows below for maintained ligh t output, maintained input power, and maintained drive current. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 30 - 1 ALUMINUM SIGNS AND SIGN POSTS Page 1 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 12, 2013 SECTION 34 41 30 ALUMINUM SIGNS AND SIGN POSTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Aluminum signs installed on mast arms, signal poles, or steel posts. 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. Furnishing and Installing Mast Arm or Signal Pole Mounted Aluminum Signs a. Measurement 1) Measurement for this Item shall be per each sign installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Furnish/Install Alum Sign Mast Arm Mount” installed for: a) Various types c. The price bid shall include: 1) Fabricating the aluminum sign 2) Treatment of sign panels required before application of background materials 3) Application of the background materials and messages to the sign panels 4) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 5) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 6) Assembling and erecting the signs 7) Preparing and cleaning the signs 2. Installing Mast Arm or Signal/Street Light Pole Mounted Aluminum Signs a. Measurement 1) Measurement for this Item shall be per each sign installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each “Install Alum Sign Mast Arm Mount” installed. c. The price bid shall include: 1) Installing each Aluminum Sign Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 30 - 2 ALUMINUM SIGNS AND SIGN POSTS Page 2 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 12, 2013 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4) Assembling and erecting the signs 5) Preparing and cleaning the signs 3. Furnishing and Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each “Furnish/Install Alum Sign Ground Mount” installed for: a) Various types c. The price bid shall include: 1) Fabrication of signs and posts 2) Treatment of sign panels required before application of background materials 3) Application of the background materials and messages to the sign panels 4) Scheduling utility line locates 5) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 6) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 7) Assembling and erecting the signs and posts 8) Preparing and cleaning the signs 4. Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each “Install Alum Sign Ground Mount” installed. c. The price bid shall include: 1) Scheduling utility line locates 2) Assembling and erecting the signs and posts 3) Preparing and cleaning the signs 5. Furnishing and Installing Aluminum Signs Mounted on Existing Poles a. Measurement 1) Measurement for this Item shall be per each sign furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Furnish/Install Alum Sign Ex. Pole Mount” furnished and installed. c. The price bid shall include: 1) Furnishing and installing the aluminum sign 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 30 - 3 ALUMINUM SIGNS AND SIGN POSTS Page 3 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 12, 2013 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4) Assembling and erecting the signs 5) Preparing and cleaning the signs 6. Installing Aluminum Signs Mounted on Existing Poles a. Measurement 1) Measurement for this Item shall be per each sign installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Install Alum Sign Ex. Pole Mount” installed. c. The price bid shall include: 1) Fabricating the aluminum sign 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4) Assembling and erecting the signs 5) Preparing and cleaning the signs 7. Removal of Signs a. Measurement 1) Measurement for this Item shall be per each sign panel removed, each sign panel and post removed, and each sign panel and post removed and reinstalled. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Remove Sign” for: a) Various types b) Various configurations c. The price bid shall include: 1) Removal of sign panel and post 2) Removal of sign panel 3) Backfill 4) Excavation 5) Returning materials to the City as specified in the plans 6) Cleaning sign panel if sign is to be reinstalled 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 Standard Testing Materials (ASTM) a. ASTM B209-07– “Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate”. b. ASTM D4956 – 09e1 – “Standard Specification for Retroreflective Sheeting for Traffic Control”. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 30 - 4 ALUMINUM SIGNS AND SIGN POSTS Page 4 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 12, 2013 c. ASTM A1011 / A1011- 10 – “Standard Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low- Alloy with Improved Formability, and Ultra-High Strength”. d. ASTM B117-09 – “Standard Practice for Operating Salt Spray (Fog) Apparatus”. e. AASHTO M 120-08 – “Standard Specification for Zinc”. 3. Texas Manual on Uniform Traffic Control Devices 4. Item 644, Small Roadside Sign Supports and Assemblies, Texas Department of Transportation, Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Submit 5 sets of sign shop drawings to City Traffic Services Department for approval prior to fabrication. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. Signs and parts shall be properly protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation. 2. The Contractor shall secure and maintain a location to store the material in accordance with Section 01 50 00. B. Storage and Handling 1. Ship, handle, and store completed sign blanks and completed signs so that corners, edges, and faces are not damaged. 2. Damage to the sign face that is not visible when viewed at a distance of 50 feet, night and day, will be acceptable. 3. Replace unacceptable signs. 4. Store all finished signs off the ground and in a vertical position until erected. 5. Store finished signs 60 inches x 60 inches or smaller in a weatherproof building. 6. Larger signs may be stored outside. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 30 - 5 ALUMINUM SIGNS AND SIGN POSTS Page 5 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 12, 2013 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY A. Refer to Drawings and Contract Documents to determine if any Items are to be purchased from the City and installed by the Contractor. B. Items eligible for purchase from the City include: 1. Aluminum Signs 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City’s Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Sign blanks 1. Sign blanks shall be new, unweathered, milled, rolled and finished aluminum alloy meeting Specifications for 5052H38 as outlined in ASTM B 209 – 02a. 2. Sign blanks shall be free of buckle, crevice, warp, dent, cockles, burrs, corrosion, dirt, grease, oil, white rust, fingerprints and/or other irregularities. 3. Sign blanks shall be degreased and etched according to industry standards and shall have an alodined finish applied per MIL-C5541 Class 1A. 4. The thickness of each sign blank shall be uniform throughout. C. Sign sheeting 1. Acrylic overlay film a. This film shall be applied to Type I, Type II, Type IV, Type IX, and other retroreflective sheeting for permanent signing. b. The film shall be equal to or better than 3M Scotchlite ElectroCut Film Series 1170. c. Film shall be: 1) Durable 2) Transparent 3) Acrylic 4) Electronic-cuttable 5) Coated with a transparent, pressure sensitive adhesive 6) Have a removable synthetic liner – paper liner is not acceptable d. Film colors can include yellow, green, blue, brown, red, and orange. 2. Non-reflective vinyl film a. This film shall be applied to Type IV, Type XI (DG3) retroreflective sheeting for permanent signing. The film shall be equal to or better than 3M Scotchcal ElectroCut Film Series 7725. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 30 - 6 ALUMINUM SIGNS AND SIGN POSTS Page 6 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 12, 2013 b. Film shall be: 1) Durable 2) 2 mil opaque cast vinyl 3) Coated with a transparent, pressure-sensitive adhesive 4) Have a removable synthetic liner – paper line is not acceptable c. Film colors can include yellow, green, blue, brown, red, and orange. 3. High intensity prismatic retroreflective sheeting with adhesive backing shall: a. Be combined with other components for permanent signing b. Typically be an unmetallized microprismatic lens retroreflective element material c. Have a smooth outer surface that essentially has the property of the retroreflector over its entire surface 1) The adhesive backing shall be pressure-sensitive, require no heat, solvent or other preparation for the adhesion to smooth, clean surfaces. d. Be equal to or better than 3M Series 3930 e. Be of colors including white, yellow, green, red, blue, and brown 4. Super-high efficiency full cube retroreflective sheeting with pressure sensitive adhesive shall: a. Be combined with other components for permanent signing b. Be a super-high efficiency, full cube retroreflective sheeting having the highest retroreflectivity characteristics at medium and short road distances. c. Typically be a microprismatic retroreflective element material d. Have a smooth outer surface that essentially has the property of retroreflector over its entire surface 1) The adhesive backing shall be pressure-sensitive, require no heat, solvent or other preparation for adhesion to smooth, clean surfaces. e. Be equal to or better than 3M Series 4000 f. Be of colors including white, yellow, green, red, blue, brown, fluorescent yellow, fluorescent yellow green, and fluorescent orange D. Telescoping Steel Sign Post 1. Posts and anchors shall conform to the Standard Specifications for Hot Rolled Carbon Sheet Steel, Structural Quality ASTM designation A1011 / A1011- 10. 2. Posts and anchors shall carry minimum certifiable 60,000 psi yield strength. 3. All posts and anchors shall be manufactured from raw steel, formed and welded on the corner prior to receiving a triple coat protection of inline hot-dipped, galvanized zinc per AASHTO M-120-08 (0.8 ounces per square foot) followed by a chromate conversion coating and a cross-linked polyurethane acrylic exterior coating. 4. The interior shall receive a double coat of zinc based organic coating, tested in accordance with ASTM B-117-09. E. Hardware 1. Use galvanized steel, stainless steel, or dichromate-sealed aluminum for bolts, nuts, washers, lock washers, screws, and other sign assembly hardware. 2. Use plastic or nylon washers to avoid tearing the reflective sheeting. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 30 - 7 ALUMINUM SIGNS AND SIGN POSTS Page 7 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 12, 2013 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 FABRICATION A. Sign blanks 1. Furnish sign blanks to the sizes and shapes shown on the Drawings and that are free of buckles, warps, burrs, dents, cockles, or other defects. 2. Do not splice individual extruded aluminum panel. 3. Complete the fabrication of sign blanks, including the cutting and drilling or punching of holes, before cleaning and degreasing. 4. After cleaning and degreasing, ensure that the substrate does not come into contact with grease, oils, or other contaminants before the application of the reflective sheeting. B. Sign sheeting 1. Use reflective sheeting from the same manufacturer for the entire face of a sign. 2. Apply sheeting to sign blanks in conformance with the recommended procedures of the sheeting manufacturer. 3. Clean and prepare the outside surface of extruded aluminum flanges in the same manner as the sign panel face. 4. Minimize the number of splices in the sheeting. 5. Overlap the lap-splices by at least 1/4 inch. 6. Provide a 1-foot minimum dimension for any piece of sheeting. 7. Do not splice sheeting for signs fabricated with transparent screen inks or colored transparent films. C. Sign messages 1. Fabricate sign messages to the sizes, types, and colors shown on the Drawings. 2. Use sign message material from the same manufacturer for the entire message of a sign. 3. Ensure that the screened messages have clean, sharp edges and exhibit uniform color and reflectivity. 4. Prevent runs, sags, and voids. D. Telescoping steel sign posts 1. Permissible variation in straightness is 1/16 inch in 3 feet. 2. Tolerances are on the outside size. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 30 - 8 ALUMINUM SIGNS AND SIGN POSTS Page 8 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 12, 2013 Measurements for outside dimensions shall be made at least 2 inches from end of tube. Nominal Outside Dimensions (inches) Outside Tolerance at all Side Corners (inches) 1 ½ X 1 ½ ±0.006 1 ¾ X 1 ¾ ±0.008 2 X 2 ±0.008 2 ¼ X 2 ¼ ±0.010 2 ½ X 2 ½ ±0.010 3. Permissible variation in wall thickness is plus 0.011 inches, minus 0.008 inches. 4. Measured in the center of the flat side tolerance is ± 0.01 inch applied to the specific size determined at the corner. 5. Squareness of Sides and Twist Nominal Outside Dimensions (inches) Squareness Tolerance (inches) Twist Permissible in 3 inches Lengths (inches) 1 ½ X 1 ½ ±0.009 0.050 1 ¾ X 1 ¾ ±0.010 0.062 2 X 2 ±0.012 0.062 2 ¼ X 2 ¼ ±0.014 0.062 2 ½ X 2 ½ ±0.015 0.075 6. All top posts must be capable of fracturing at the point of connection with a single anchor, when impacted, in such a manner that the piece inside of the anchor can be removed so as to allow the anchor to receive a new top post. 7. The shape of all posts and anchors shall be square and straight with smooth tubing welded in one corner with a tolerance that permits telescoping of the next larger or small size, in ¼-inch increments. 8. All anchors shall be 12 gauge with holes that are fully perforated 7/16-inch diameter on 1-inch centers for at least the top 4 inches of the anchor while being truly aligned in the center of the section. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 30 - 9 ALUMINUM SIGNS AND SIGN POSTS Page 9 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 12, 2013 9. All top posts shall be 14 gauge with holes that are die embossed knockouts on 1- inch centers for the entire length of the post and truly aligned in the center of section. 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. Wash completed signs with a biodegradable cleaning solution acceptable to the manufacturers of the sheeting, colored transparent film, and screen ink to remove grease, oil, dirt, smears, streaks, finger marks, and other foreign material. B. Wash again before final inspection after erection. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Changes to vinyl film, added sign removal bid item Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 50 - 1 SINGLE-MODE FIBER OPTIC CABLE Page 1 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 26, 2016 SECTION 34 41 50 SINGLE-MODE FIBER OPTIC CABLE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. Furnish, install and test Single-Mode Fiber Optic (SMFO) Cable. B. Products Furnished But Not Installed Under This Section 1. None C. Products Installed But Not Furnished Under This Section 1. None D. Deviations from City of Fort Worth Standards 1. None E. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per linear foot of Single Mode Fiber Optic cable furnished, installed and tested. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for as the unit price bid for “Single-Mode Fiber Optic Cable” of the type specified. b. Price is full compensation for furnishing and installing SMFO and all labor, tools, equipment and incidentals necessary to complete the work. 1.3 REFERENCES A. Abbreviations and Acronyms 1. SMFO – Single-Mode Fiber Optic 2. PE – Polyethylene B. Definitions 1. None C. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 50 - 2 SINGLE-MODE FIBER OPTIC CABLE Page 2 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 26, 2016 2. National Electric Code (NEC) a. Article 770 – Optical Fiber Cables and Raceways 3. American National Standards Institute/Insulated Cable Engineers Association, Inc. a. ANSI/ICEA S-87-640 – Standard for Optical Fiber Outside Plant Communications Cable 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. City must approve any deviation from Specification ten (10) working days prior to installation. B. Preinstallation Meetings 1. None C. Sequencing 1. None D. Scheduling 1. None 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Single-Mode Fiber Optic Cable 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. None B. Storage and Handling Requirements 1. Cable shall be properly protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation. 2. The Contractor shall secure and maintain a location to store the material in accordance with Section 01 50 00. C. Packaging Waste Management 1. None 1.11 FIELD [SITE] CONDITIONS [NOT USED] Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 50 - 3 SINGLE-MODE FIBER OPTIC CABLE Page 3 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 26, 2016 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer’s warranty shall be in accordance with Division 1. 2. A 2 year warranty shall be required on all equipment furnished by the Contractor. B. Special Warranty 1. None C. Extended Correction Period 1. None PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS / SYSTEM A. Manufacturers 1. Manufacturer List a. Corning Optical Communications, LLC or approved equal. a. The manufacturer must comply with this Specification and related Sections. 2. Substitution Limitations a. Any equipment, product type, or material that is not listed in this Specification is considered a substitution and shall be submitted in accordance with Section 01 25 00 and not installed until approved. 3. Product Options a. ALTOS® LiteTM Loose Tube, Gel-Free, Single-Jacket, Single-Armored Cable, 96 F, Single-mode (OS2) or approved equal. 1) Part Number 096EUC-T4100D20 2) Bundles including 2, 12, 24, 48, 96 and 144. B. Description 1. Regulatory Requirements a. Provide new materials that confirm to the details as shown on plans, the requirements of this Item and NEC requirements. 2. Sustainability Characteristics a. None C. Performance / Design Criteria 1. General Characteristics a. Furnish and place a SMFO cable of type and size shown on the plans or as directed by the Engineer. b. Provide a loose tube, armored, single-mode (OS2) fiber optic cable that is suitable for aerial, direct buried, and duct applications installed in an outdoor environment. 2. Temperature Range a. Provide a SMFO cable that conforms to the following temperature requirements without degradation of material properties: Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 50 - 4 SINGLE-MODE FIBER OPTIC CABLE Page 4 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 26, 2016 1) Storage Temperature Range: -40°C to 70°C (-40°F to 158°F) 2) Installation Range: -30°C to 70°C (-22°F to 158°F) 3) Operation Temperature Range: -40°C to 70°C (-40°F to 158°F) 3. Cable Design a. Provide a SMFO cable that is designed to the following requirements: 1) Dielectric central element, 2) 2, 12, 24, 48, 96 or 144 fiber count, 3) Blue, orange, green, brown, slate, white, red, black, yellow, violet, rose, aqua fiber coloring, 4) Twelve (12) Fibers per tube, 5) Blue, orange, green brown slate, white, red, black buffer tube color coding, 6) 2.5 mm (0.1 in) buffer tube diameter, 7) Water-swellable tape, 8) Two (2) ripcords, 9) Corrugated steel tape armor, 10) Polyethylene (PE) outer jacket material, 11) Black outer jacket color, and 12) Twelve (12) Maximum fibers per tube. b. Provide a SMFO cable that conforms with the following mechanical characteristics: 1) Maximum short-term tensile strength: 2700 N (600 lbf) 2) Maximum long-term tensile strength: 890 N (200 lbf) 3) Weight: 162 kg/km (109 lb/1000 ft) 4) Nominal outer diameter: 13.8 mm (0.54 in) 5) Minimum bending radius installation: 207 mm (8.1 in) 6) Minimum bending radius operation: 138 mm (5.4 in) c. Provide a SMFO cable that conforms to the following chemical characteristics: 1) Free of hazardous substances according to RoHS 2002/95/EG. d. Provide a SMFO cable that conforms to the following optical characteristics: 1) Single-mode (OS2), 2) Fiber category G.652.D, 3) Fiber code E, 4) Performance Option Code 00, 5) Wavelengths 1310 nm / 1383 nm / 1550 nm, and 6) Maximum attenuation 0.35 dB/km / 0.35 dB/km / 0.25 dB/km 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Performance testing for all materials not previously tested and approved may be required. 2. If technical data is not considered adequate for approval, the City may require material testing by an independent testing laboratory. 3. The contract period will not be extended for time lost or delays caused by testing prior to final approval of any items. B. Non-Conforming Work Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 50 - 5 SINGLE-MODE FIBER OPTIC CABLE Page 5 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 26, 2016 1. Failure to conform to the requirements of any test will be counted as a defect and the materials will be rejected. 2. Rejected materials may be offered again for retest provided all non-compliances have been corrected and retested by an independent testing laboratory. C. Manufacturer Services 1. Carefully examine each SMFO system component to verify that the materials, design, construction, markings, and workmanship comply with the requirements of its specification. D. Coordination of Other Tests and Inspections 1. None PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION 3.4 INSTALLATION A. Special Techniques 1. Refer to manufacturer recommendations for sheath removal. 2. Refer to manufacturer recommendations for lashed aerial installation methods. 3. Installation in multi-duct conduit a. Installation methods shall conform to the recommendations of the fiber optic cable manufacturer. b. Ensure multi-duct conduit is continuous, reasonably dry, completely free of debris, and without sharp projections, edges, or short bends. c. If required by the Inspector, the Contractor shall demonstrate that the conduit is dry and free of debris by pulling a swab and/or mandrel through the conduit. d. The Contractor shall furnish, at the request of the Traffic Management Manager or designee a copy of the manufacturer's recommendations, which shall include methods of attaching pull cable, pulling tension per conductor size and per radius of conduit bend, and the type of lubricant to be used. e. Installation and removal shall be done in such a way as to prevent damage to the existing and/or new cables. f. In the event of damage, the Contractor shall bear the responsibility of providing the material and labor for replacement of defective cables at no extra cost to the City. g. All conduit runs shall be measured accurately and precisely for determining cable lengths to be installed. All conduit run measurements shall take place in the presence of the Inspector. h. The Inspector shall record all cable measurements and include the distances on an as-built drawing. i. In locations where new cables are to replace existing cables, the Contractor may use the removed cables as a measuring device to determine the lengths of the new cables to be installed. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 50 - 6 SINGLE-MODE FIBER OPTIC CABLE Page 6 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 26, 2016 j. The manufacturer's recommended maximum pulling tensions shall not be exceeded under any circumstances. k. If so required by the Inspector, the Contractor shall insert a dynamometer in the pull wire as the cables are being pulled into the conduit to demonstrate that the maximum tensions are not being exceeded. l. The cable shall be fed freely off the reel into the conduit without making a reverse curve. m. At the pulling end, the pull wire and cables shall be drawn from the conduit in direct line with the conduit. n. Sheaves or other suitable devices shall be used as required to reduce any hazards to the cable during installation. o. The cables shall be adequately lubricated to reduce friction and further minimize possible damage. 1) Such lubricants shall not be the grease or oil type used on lead sheathed cables, but shall be one of several commercially available wire pulling compounds that are suitable for PVC sheathed cables. 2) They shall consist of soap, talc, mica, or similar materials and shall be designed to have no deleterious effect on the cables being used. p. The Contractor shall adhere to the cable manufacturer's recommended values for the minimum bending radii to which cables may be bent for permanent training during installation. 1) These limits do not apply to conduit bends, sheaves, or other curved surfaces around which these cables may be pulled under tension while being installed. 2) Larger radius bends are required for such conditions. B. Interface with Other Work 1. None C. Systems Integration 1. None D. Tolerances 1. None 3.5 [REPAIR] / [RESTORATION] [NONE] 3.6 RE-INSTALLATION A. Prior to final acceptance by the City, the Contractor is responsible for removal, replacement and reinstallation of any damaged material at the Contractor's expense. 3.7 SITE QUALITY CONTROL A. Field Tests and Inspections 1. Initial testing of all materials, construction items, or products incorporated in the Work will be performed at the direction of the City. 2. The failure to require tests of materials by the Inspector shall in no way relieve the Contractor of his responsibility of furnishing materials conforming to these Specifications. 3. Tests, unless otherwise specified, shall be made in accordance with the latest methods of the ASTM or other approved test methods. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 41 50 - 7 SINGLE-MODE FIBER OPTIC CABLE Page 7 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 26, 2016 a. The Contractor shall provide such facilities, as the Inspector may require, for the collecting and forwarding of samples and shall not use the materials represented by the samples until tests have been made. b. The Contractor shall furnish adequate samples without charge. 3.8 SYSTEM STARTUP [NONE] 3.9 ADJUSTING [NONE] 3.10 CLEANING [NONE] 3.11 CLOSEOUT ACTIVITIES A. Prior to final acceptance by the City, the Contractor is responsible for removal, replacement and reinstallation of any damaged material at the Contractor's expense. B. Whenever the Work provided for and contemplated under the Contract has been found by the Inspector to be completed to his / her satisfaction, as shown in the Drawings, final cleaning up has been performed and equipment supplied by the contractor has operated continuously for a minimum of 30 days in a satisfactory manner, the Contractor will be released from further maintenance on that particular intersection. 1. Such partial acceptance will be made in writing and shall in no way void or alter any terms of the Contract. 2. If equipment fails, a new 30-day test period will start when the equipment has been repaired or replaced. 3.12 PROTECTION [NONE] 3.13 MAINTENANCE A. While performing Work under this Contract, the Contractor bears the sole risk of loss for damages to or destruction of any equipment or appurtenances, on equipment that was not to be replaced or installed under this Contract, but which was damaged or destroyed through the fault or negligent acts of the Contractor. B. The Contractor shall replace such damaged or destroyed equipment, etc., at no cost to the City, regardless of whether or not the damaged or destroyed equipment, etc., was a part of this Contract or any warranties under this Contract. C. The Contractor's responsibility shall cease under this paragraph upon written acceptance of an intersection by the City. 3.14 ATTACHMENTS [NONE] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 71 13 - 1 TRAFFIC CONTROL Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 SECTION 34 71 13 TRAFFIC CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Installation of Traffic Control Devices a. Measurement 1) Measurement for Traffic Control Devices shall be per month for the Project duration. a) A month is defined as 30 calendar days. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” shall be paid for at the unit price bid for “Traffic 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 shall be 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 Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 71 13 - 2 TRAFFIC CONTROL Page 2 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 3. Preparation of Traffic Control Plan Details a. Measurement 1) Measurement for this Item be per each Traffic Control Detail prepared. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Traffic Control Detail” prepared. c. The price bid shall include: 1) Preparing the Traffic Control Plan 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 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of Transportation, Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 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. B. Sequencing 1. Any deviations to the Traffic Control Plan included in the Drawings must be first approved by the City and design Engineer before implementation. 1.5 SUBMITTALS A. Provide the City with a current list of qualified flaggers before beginning flagging activities. Use only flaggers on the qualified list. B. Obtain a Street Use Permit from the Street Management Section of the Traffic Engineering Division, 311 W. 10th Street. The Traffic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional Engineer. D. Contractor shall prepare Traffic Control Plans if required by the Drawings or Specifications. The Contractor will be responsible for having a licensed Texas Professional Engineer sign and seal the Traffic Control Plan sheets. E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 71 13 - 3 TRAFFIC CONTROL Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 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. G. Design Engineer will furnish standard details for Traffic Control. 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 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 ASSEMBLIES AND MATERIALS A. Description 1. Regulatory Requirements a. Provide Traffic Control Devices that conform to details shown on the Drawings, the TMUTCD, and TxDOT’s Compliant Work Zone Traffic Control Device List (CWZTCDL). 2. Materials a. Traffic Control Devices must meet all reflectivity requirements included in the TMUTCD and TxDOT Specifications – Item 502 at all times during construction. b. Electronic message boards shall be provided in accordance with the TMUTCD. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 PREPARATION A. Protection of In-Place Conditions 1. Protect existing traffic signal equipment. 3.3 INSTALLATION A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on the Drawings and as directed. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 71 13 - 4 TRAFFIC CONTROL Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 B. Install Traffic Control Devices straight and plumb. C. Do not make changes to the location of any device or implement any other changes to the Traffic Control Plan without the approval of the Engineer. 1. Minor adjustments to meet field constructability and visibility are allowed. D. Maintain Traffic Control Devices by taking 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. E. If the Inspector discovers that the Contractor has failed to comply with applicable federal and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs, or other precautionary measures for the protection of persons or property), the Inspector may order such additional precautionary measures be taken to protect persons and property. F. 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 constructed during any phase. G. Barricades and signs shall be placed in such a manner as to not interfere with the sight distance of drivers entering the highway from driveways or side streets. H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may be erected and mounted on portable supports. 1. The support design is subject to the approval of the Engineer. I. Lane closures shall be in accordance with the approved Traffic Control Plans. J. If at any time the existing traffic signals become inoperable as a result of construction operations, the Contractor shall provide portable stop signs with 2 orange flags, as approved by the Engineer, to be used for Traffic Control. 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 Engineering 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 instructor. 3. Flaggers must be courteous and able to effectively communicate with the public. 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals and follow the flagging procedures set forth in the TMUTCD. Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575 34 71 13 - 5 TRAFFIC CONTROL Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 22, 2013 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 shall be located at each end of the lane closure. M. Removal 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights and other Traffic Control Devices used for work-zone traffic handling in a timely manner, unless otherwise shown on the Drawings. 3.4 REPAIR / RESTORATION [NOT USED] 3.5 RE-INSTALLATION [NOT USED] 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.7 SYSTEM STARTUP [NOT USED] 3.8 ADJUSTING [NOT USED] 3.9 CLEANING [NOT USED] 3.10 CLOSEOUT ACTIVITIES [NOT USED] 3.11 PROTECTION [NOT USED] 3.12 MAINTENANCE [NOT USED] 3.13 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required Altamesa Boulevard Extension for 46 Ranch Addition CPN-102575